Loading...
HomeMy WebLinkAboutDOG PARK JC DOGPAC 2005Do� 1 c-rK SC -Doi-kc- aoos i'4 1 a +: 9-AuLG- oS Kt5olu'+iOn 0CJ— x551 sp-- tr14 cL pLkbfic k-ecLr,�,q c7i-L A44GC,4 113 J aoS O -r( pIQhsSpe(i�,cg4,ons,, -orm o-� co4ra-c-4, 'k - C4 c°s -t-- C4 Ov- 4he. ConS�v-L�cT; oh o-� +kL 7 -c- c- D iic. 3or K �roJ d: r2c�nc� C;� ��erK(�40 sh vlcJt iC2 `2r � SOQ�4 &r�k6� �,ear-fn� �crncl c� re n9 C' CngrR�V �D p�ccCe UU SQrcl p(ahS orl �e. for �wi��;c iVVns��(ci ova. 8' AK6-�S ��ans� So2c: c4� vnS �vw b -t- con-{- CE -¢ �V-C) 2� +Ov l Ad -1 v B.-CLs, 'Oru6-0 \eSDI�4on 0 r — 27 YOJivi Plr-vIsSptC;;;CCJ;ows farrrOf- cor4rccG� es -j rn4b-- o'P cos-- ;or *h2 Corls{C4; oll O-rrAe TL Iio�PAC -DoG PA2rL AD accompin7 evA �-113rzIdn��.ccjr"-,re-e4s(.ah.�('s�.;ny�, ar„ounl o-jD� LLL :Ic1�S Secu�� �y aV-e4-'S2rn,ey-t }Dy- b;Jc, -Arno- anti PlaC2 4v- r'2C�r4-- 0'p" ;b:4s. IJV +',c¢ of PL�-L1: c. CIL.QY'wZq - ?row oT -Pd L)2 v4-, st me-rL+ -%r — --i�vpr '4- -R' % 1: ccc4�Ott .7o-SeP - 05 FF -S4" -4 o7 D 5 _sis cej-e c-':rL9 4 dS /r'2r c.V�d w. .Se e,, Ser 9 ?OS o 4r f4�e 3C .1iop I pRC- Z o� ('a-oe d o4� -Doq Pg, -u-c- LDooTac 0 aov 5 oS-34arr OS �2so�ti lfl"7� Ct. re)/ JIn� v-\ 0.-9rq-lerrr,,*n+ // ry / i(.1+e"�COe-en 7%0 `W jD ✓InSOt� `O�(n�V 'J OQ iRC 11-U it CQ�lS�hL�Ct�D/Y� u� impro oemenis r a doh ark w; 4-k1 H ��re 1� en r25k 1� �rrk%and. a5—Oc7'- DS Memo -fran2 Ass;—, 0., ,� e;47 A lLrrcy AUojjct o -F- Sf-o,,,. Lt)",tev' b•,scl-� e- - ?roo-- Of RL6iic-a�;.vn UB -02 --os V 36 2 Prepared by: Ross Spitz, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5149 RESOLUTION NO. 05-254 RESOLUTION SETTING A PUBLIC HEARING ON AUGUST 16, 2005 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE JC DogPAC DOG PARK PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 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 161h day of August 2005, 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 2nd day of August 20 05 ,1.,. Z AYOR ATTEST: N a.) 7V- Ate& ' CITY -CLERK pweng/res/setphdogpark.d= proved by AA J 7�y5 City Attorney's Ciffice Resolution No. 05-254 Page 2 It was moved by champion and seconded by Bailey the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion x Elliott x Lehman x O'Donnell _x Vanderhoef �� Wilburn Publish 8/11 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE JC DOGPAC DOG PARK PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the JC DogPAC Dog Park Project in said city at 7:00 p.m. on the 16th day of August, 2005, 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 Engineers Estimate of Cost $155,921.15 CITY OF IOWA CITY PARKS AND RECREATION DEPARTMENT PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE JC Dog PAC DOG PARK PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: &j2f * n� 08,G��GS Robert W. Tobin, P.E. City Engineer Iowa Reg. No. 12404 My license renewal date is December 31, 2005. 'Michael P. Stin SLA Landscape Architect Iowa Reg. No. 218 My license renewal date is June 30, 2007 TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number ADVERTISEMENT FOR BIDS................................................................................ AF -1 NOTE TO BIDDERS............................................................................................... NB -1 INSTRUCTIONS TO BIDDERS.............................................................................. IB -1 FORMOF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORM OF AGREEMENT........................................................................................ AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)........... SCC -1 GENERAL CONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SCA I SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... Section 01015 Alternates............................................................................ Section 01025 Measurement and Payment ................................................ Section 01310 Progress and Schedules..................................................... Section 01340 Submittals and Substitutions ............................................... Section 01570 Traffic Control and Construction Facilities ........................... Section 01640 Product Handling................................................................. Section 01737 Storm Water Pollution Prevention Plan ............................... DIVISION 2 - SITE WORK Section 02210 Site Grading Section 02518 P.C. Concrete Pavers.......................................................... Section 02520 Portland Cement Concrete Paving ...................................... Section 02660 Water Distribution................................................................ Section 02665 Water Service Work For Contractors .................................. Section 02701 Waste Holding Tank............................................................ Section 02821 Chain Link Fences and Gates ............................................. Section 02900 Landscaping....................................................................... DIVISION 3 - CONCRETE 01010-1 01015-1 01025-1 01310-1 01340-1 01570-1 01640-1 07137-1 02210-1 02518-1 02520-1 02660-1 02665-1 02701-1 02821-1 02900-1 Section 03300 Cast -In -Place Concrete....................................................... 03300-1 Section 06620 Plastic Liner......................................................................... 06620-1 ADVERTISEMENT FOR BIDS IOWA CITY DOG PARK PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 8th day of September, 2005, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. 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 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 20th day of September, 2005, or at such later time and place as may be scheduled. The Project will involve the following: This project is for the construction of major elements of the JC DogPAC Dog Park Project and 810 SF of 6 inch concrete sidewalk, 1,000 gallon waste holding tank, 50.11 Stations of 5 foot high "no climb" wire fence, 315 SF of concrete pavers, 35 tons of granular surfacing, 207 LF of chain link fencing, six - four foot wide man gates, three - twelve foot wide maintenance gates, landscape plantings and 310 LF of drainage swale reshaping. This project also includes an alternate for a pond. Construction elements of this pond include 3,200 CY of earthen excavation, 950 CY of pond liner, 480 LF of 5 foot high .no climb" wire fence, 560 LF of drainage swale reshaping, and 480 LF of liner water line with a yard hydrant. All work is to be done in strict compliance with the plans and specifications prepared by Shoemaker & Haaland Professional Engineers, of Coralville, 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 form 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 AF -1 ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of 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 two (2) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 30 Specified Start Date: October 1, 2005 Liquidated Damages: $200.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer, Iowa City, Iowa, by bona fide bidders. A $35.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Treasurer of City of Iowa City, Iowa. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with 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 AF -2 Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 NOTE TO BIDDERS 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 name, address and phone number of contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB -1 INSTRUCTIONS TO BIDDERS This project is unique in that 100% of the construction costs will be reimbursed to the City by DogPAC, a private non-profit organization. The DogPAC is actively seeking donations for this project and would like to give the bidder an opportunity to include a tax deductible donation in the bid. Donations may take two forms: lump sum or unit price. The Form of Proposal for this project includes line items for each. A lump sum donation would be deducted from each contract payment based on the percentage of the project that is complete. Unit price donations would be deducted from each contracted payment based on the number of units complete. Unit price donations would be deducted from each contract payment based on the number of units complete and would be based on the actual number of units constructed. The project will be awarded based on the lowest total price, including the value of any donations indicated on the Form Of Proposal. A donation is not required to be a successful bidder on this project. Any donations included on the Form of Proposal will be binding for the party to whom the contract is awarded. Donations listed on the proposals not awarded a contract are non- binding. Donated labor and materials will be held to the same specifications and standards as labor and materials not donated. M FORM OF PROPOSAL JC DogPAC DOG PARK PROJECT 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 Civic Center 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. FP -1 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT Base Bid 1. Portland Cement Concrete Sidewalk, 6" Thick SF 810 $ $ 2. Crushed Rock Surfacing Tons 35 3. Imported Topsoil CY 30 4. Silt Fence LF 200 5. Concrete Pavers SF 315 FP -1 Total Extended Amount = Total Base Bid minus Total Donations: TOTAL EXTENDED AMOUNT = FP -2 EXTENDED AMOUNT ESTIMATED UNIT ITEM DESCRIPTION UNIT QUANTITY PRICE 6. 5 Foot High Black Vinyl Clad Chain Link Fence Sta. 2.07 7. 5 Foot High "No -Climb" Wire Fence Sta. 50.11 8. 4 Foot Wide 5 Foot High Black Vinyl Clad Chain Link Fence Gate Ea 6 9. Double 6 Foot Wide Maintenance Gate Ea 3 10. Drainage Swale Reshaping Sta. 3.10 11. Waste Holding Tank Ea 1 12. Entry Footing Ea 8 13. Trees and Shrubs LS 1 TOTAL BASE BID = Donations A. Lump Sum LS 1 $ B. Bid Item # C. Bid Item # D. Bid Item # E. Bid Item # F. Bid Item # G. Bid Item # H. Bid Item # I. Bid Item # J. Bid Item # TOTAL DONATIONS = Total Extended Amount = Total Base Bid minus Total Donations: TOTAL EXTENDED AMOUNT = FP -2 EXTENDED AMOUNT Total Bid = Total Base Bid minus Total Donations plus Total Bid Alternate: TOTAL BID = $ FP -3 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT Bid Alternate No. 1 1. Earthen Excavation CY 3,200 2. Clay Pond Liner CY 950 3. Culvert Extension LS 1 4. Silt Fence LF 725 5. Imported Topsoil CY 1,000 6. 5 Foot High "No Climb" Wire Fence Sta. 4.80 7. Double 6 Foot Wide Maintenance Gate EA 1 8. Drainage Swale Reshaping Sta. 5.60 9. 1 Inch Water Line LF 480 10. Yard Hydrant EA 1 11. 4 Foot Wide X 5 Foot High "No Climb" Gate EA 1 TOTAL BID ALTERNATE _ $ Total Bid = Total Base Bid minus Total Donations plus Total Bid Alternate: TOTAL BID = $ FP -3 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -4 G i cA ire � h11 N 1-1111*QkgI 7 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 September 8, 2005, for JC Dog PAC Dog Park Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the"Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this , A.D., 2005. Witness Witness Principal By— Surety y— Surety By— Attach y— Attach Power -of -Attorney day of (Seal) (Title) (Seal) (Attorney-in-fact) 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 , 2005, for the Iowa City Dog Park Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; co -9 LJ e. Advertisement for Bids; jj R1 f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this Ciltv ATTEST: day of Mayor Contractor (Title) ATTEST: 2005. City Clerk (Company Official) FEW, Approved By: O == City Attorney's Office - -- - D n� w PERFORMANCE AND PAYMENT BOND ('rr as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of thetWety) as Surety, hereinafter called;,, the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for JC DogPAC Dog Park 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 Shoemaker & Haaland Professional Engineers '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 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 Na 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 2005. IN THE PRESENCE OF: Witness (Principal) (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) 11919 Contract Compliance Program CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC -1 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 sem.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC -3 U N - C7 a. -' co (Tl N _ � N SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 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.,. 1 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunityp-rogram' ;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 emp16yiment 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 information necessary to judge an applicant's ability to perform the job applied for?' Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 'ot City of 04N CX 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. Q s� �- -T1 T s J � S N D` N r CC -5 2-3-1 CHAPTER3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions, Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2-3-1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: Iowa City CC -6 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro - 897 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An 'agree- ment between an employer, employ ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, Is prohibited. The prohibitions of this subsection do not apply If the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) 897 Iowa City CC -7 2-3-1 2. An employer or employment agency iwhicb chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697,11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N ` T 1 G7 - A N r GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes 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 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD 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 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 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. 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. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 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. SC -2 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after Citys acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractors Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractors liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified orr Contractors Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising SC -3 out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraph to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 191C (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. 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. SC -4 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. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. Prior to project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement from the State. Tax statements submitted after the project has been accepted by the City Council will not be accepted or reimbursed. 5-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. SC -5 SECTION 01010 SUMMARY OF THE WORK PART 1 —GENERAL 1.1 DESCRIPTION A. Work included: 1. This project is for the construction of major elements of the JC DogPAC Dog Park Project and includes 810 SF of 6 inch concrete sidewalk, 1,000 gallon waste holding tank, 5,011 LF of 5 foot high "no climb" wire fence, 315 SF of concrete pavers, 35 tons of granular surfacing, 207 LF of chain link fencing, six - four foot wide man gates, three - twelve foot wide maintenance gates, landscape plantings and 310 LF of drainage swale reshaping. 2. This project also includes an alternate for a pond. Construction elements of this pond include 3,200 CY of earthen excavation, 950 CY of pond liner, 480 LF of 5 foot high "no climb" wire fence, 560 LF of drainage swale reshaping, and 480 LF of liner water line with a yard hydrant. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these specifications. END OF SECTION 01010-1 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 separafe%payment will be made. PART2-PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the Citys policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS. A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. 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 by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractors expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and cipt3ris off adjacent driveways, streets, sidewalks and private property, when mud and debris is cleposited'there as a result of any construction activity. The cost of clean up shall be incidental: y ' 01025-2 x✓r B. BID ITEM DESCRIPTIONS 1. Portland Cement Concrete Sidewalk, 6" Thick. The unit price for these items will be paid based on the number of square feet of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curing, jointing and joint sealing, and backfilling at form lines. 2. Crushed Rock Surfacing. The unit price for this item will be paid based on the number of tons of rock surface constructed at the specked widths and thicknesses and includes subgrade preparation and compaction, supply and placement of geotextile fabric, supply and placement of specified rock, finish grading and compaction of surface and backfilling along edges. 3. Imported Topsoil. The unit price for this item shall be based on the number of Cubic -Yards of in place topsoil placed on the site. Work includes but is not limited to furnishing excavations,-` load, hauling, transporting, unloading and spreading of topsoil. Topsoil thickness 6" or . as specked on drawings. This item shall also include removal and disposal of b_Cisting . soil to create smooth transition to existing grade. 4. Silt Fence. The unit price for silt fence will be paid based on the number of linear7eet installed at locations indicated on the plans or as directed by the Engineer and includes installation and maintenance. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 5. Concrete pavers The unit prices for these items will be paid based on the number of square feet installed new as shown on the project plans and as directed by the Engineer. Work includes furnishing new concrete pavers, subgrade preparation and compaction, subgrade treatments, P.C.C. base, setting bed, joint fill, expansion material with sealant and cutting and placement of concrete pavers. 6. 5 Foot High Black Vinyl Clad Chain Link Fence. The unit price for this will be paid based on the number of stations placed. This shall be full compensation for furnishing and installing 5 foot high chain link fence in accordance with the Project plans. 5 Foot High "No Climb" Wire Fence. The unit price for this will be paid based on the number of stations placed. This item shall be full compensation for furnishing and installing 5 foot high fence in accordance with the Project plans. 01025-3 S. 4 Foot Wide 5' High Black Vinyl Clad Chain Link Fence Gate. The unit price for this will be paid based on each item placed. This shall be full compensation for furnishing and installing 5 foot high 4 foot wide chain link. 9. Double 6' Wide Maintenance Gate The unit price for this item will be paid based on each item placed. This item shall be full compensation for furnishing and installing 12 foot wide (double 6' wide) maintenance gate as shown in the details for the 5 foot high "No Climb" Wire Fence. 10. Drainage Swale Reshaping. The unit price for this item will be paid based on the number of stations reshaped as shown on the plans or directed by the Engineer and includes removal, hauling and disposal of excess material, and all shaping and compaction required to produce smooth, uniform draining surfaces. 11. Waste Holding Tank. The unit price for this will be paid based on each item placed. Work includes excavating, backfilling, furnishing and installing a waste holding tank with plastic liner as detailed on the plans. Protecting existing paving in place with shoring or other methods and repairing parking lot to preconstruction condition shall be considered incidental to this item. 12. Entry Footing. The unit price for this item will be paid based on each item placed. Work includes, but is not limited to, excavation, placement of footing, backfilling. 13. Trees and Shrubs. The lump sum price for this item is based on the delivery and installation of the plant material shown on the Plant Schedule and planting plan. This included trees, shrubs, grasses, flowers and mulches described. l C. Bid Alternate 1. Earthen Excavation. _ J The estimated quantities are in place cubic yards cut and fill. The unit price for this item J will be paid based on the plan quantity for cubic yards of cut. Include(tWith this, item is all work required to bring the pond and the ditches to the proper elevation and density along the entire cross section with a uniform surface free of debris. Also included is cutting, loading, hauling and disposal of unsuitable material, below grade excavation, placing, forming, drying, watering and compaction of material. City will provide disposal site within one-half mile of excavation. Dewatering shall be considered incidental. 2. Clay Pond Liner. The unit price for this item will be paid based on the cubic yards placed. Work includes providing pond liner material from off-site source, loading, hauling, unloading, placing and compacting. Work also includes submitting sample to certified testing laboratory and acquiring laboratory certification and installation recommendations to insure its adequacy as a pond liner, meeting a permeability of not more than 1x10' cm/sec. 01025-4 3. Culvert Extension The lump sum for this item will be paid for completion of work described. Work includes removal of existing 18 inch reinforced concrete flared end section, furnishing and placing 12 feet of 18 inch reinforced concrete pipe and reinstalling 18 inch reinforced concrete pipe flared end section on the end of the new piping. 9. 1 Inch Water Line. The unit price for this item will be paid based on each lineal foot of water line installed. Work includes, but is not limited to, furnishing and installing one inch K copper water line, trenching and backfilling, tapping existing 6 inch raw water line, furnishing and installing curb stop and connecting to yard hydrant. 10. Yard Hydrant. The unit price for this item will be paid for each unit installed. Work includes furnishing and installing yard hydrant and excavating and backfilling in accordance with manufacturer's recommendations. Yard hydrant shall be freezless Iowa Yard Hydrant Model Y1 or approved equal. 11. 4' Wide 5' High "No Climb" Wire Fence Gate The unit price for this item will be paid for each unit installed. Work includes furnishing and installing gate in accordance with the plans. Gate Latching System shall be submitted to the Engineer for approval, and meet IDOT requirements. 11/00 shared\engineer\specs-i i\01025. doc 01025-5 SECTION 01310 PROGRESS AND SCHEDULES PART1-GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART2-PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Bid meeting will be held on August 29, 2005, at 10:00 a.m. at Shoemaker & Haaland Professional Engineers, 160 Holiday Road, Coralville, Iowa 52241. B. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work will be limited to 30 working days. Saturdays will not be counted as working days. The specified start date is October 1. 2005 . Liquidated damages of $ 200.00 per day will be charged on work beyond 30 working days. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. 01310-1 E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. - F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES: A. It is anticipated that many utility conflicts may occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 11/00 sh a red\eng ineer\specs-ii\01310. d oc 01310-2 SECTION 01340 SUBMITTALS AND SUBSTITUTIONS PART 1 -GENERAL 1.1 DESCRIPTION A. Work included: Make submittals required by the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. Related Work: Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, Instructionsto Bidders, and Sections in Division 1 of these Specifications. 2. Individual requirements for submittals also may be described in pertinent Sections of these Specifications. C. Work not included: 1. Unrequired submittals will not be reviewed by the Engineer 2. The Contractor may require his subcontractors to provide drawings, setting diagrams, and similar information to help coordinate the Work, but such data shall remain between the Contractor and his subcontractors and will not be reviewed by the Engineer. 1.2 QUALITY ASSURANCE A. Coordination of submittals: 1. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted. 2. Verify that each item and the submittal for it conform in all respects with the specified requirements. 3. By affixing the Contractor's signature to each submittal, certify that this coordination has been performed. 4. All submittals shall be submitted through the Contractor to the Engineer. B. Substitutions: The Contract is based on the standards of quality established in the Contract Documents. Do not substitute materials, equipment or methods unless such substitution follows the guidelines set forth in the General Conditions, Supplementary Conditions, Instructions to Bidders and this Section of the Specifications. If the substitution requires the approval of the Engineer, it shall be in writing. 2. The following products do not require further approval except for interface within the Work: 01340 -1 a. Products specified by reference to standard specifications such as ASTM and similar standards. For products specified only by reference standards, select any product meeting standards, by any manufacturer. b. Products specified by manufacturer's name and catalog model number. C. For products specified by naming several products or manufacturers, and not followed by the phase "or equal," select any product and manufacturer named. 3. For substitution for products followed by the phrase "or equal," the Contractor must submit, in addition to that listed below, the information required in the Instructions to Bidders and the General Conditions, to the Engineer for review and approval within the thirty (30) day period immediately following the Effective Date of the Agreement. Submit five (5) copies of the request and required information. In addition to the information required in the Instructions to Bidders and the General Conditions, submit the following: a. Complete data substantiating compliance of proposed substitution with Contract Documents. b. For Products: 1. Product identification, including manufacturer's name and address. 2. Manufacturer's Literature: Product description, performance and test data, reference standards. 3. Samples 4. Name and address of similar project on which product was used, and date of installation. C. For Construction Methods: Detailed description of proposed methods. 2. Drawings illustrating methods. d. Itemized comparison of proposed substitution with product or method specified. e. Data relating to changes in construction schedule. f. Relation to separate contracts. g. Accurate cost data on proposed substitution in comparison with product or method specified. In making request for substitution, Contractor represents: a. He has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. b. He will provide the same guarantee for substitution as for product or method specified. 01340-2 C. He will coordinate installation of accepted substitution into Work, making such changes as may be required for work to be complete in all respects. d. He waives all claims to additional costs related to substitution which consequently become apparent. e. Cost data is complete and includes all related costs under his Contract, but excludes costs under separate contracts and Engineer's redesign. Substitutions will not be considered if: a. The procedures provided herein are not followed. b. Acceptance will require substantial revision of Contract Documents. 4. The decision of the Engineer shall be final. 1.3 SUBMITTALS A. Make submittals of Shop Drawings, Samples, Substitution Requests, and other items in accordance with the provisions of this Section. PART 2 -PRODUCTS 2.1 SHOP DRAWINGS A. Contractor agrees that Shop Drawing Submittals processed bythe Engineer are not Change Orders, that the purpose of Shop Drawing Submittals by the Contractor is to demonstrate to the Engineer that the Contractor understands the design concept, that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install and by detailing the fabrication and installation methods he intends to use. B. Contractor agrees that if deviations, discrepancies or conflicts between Shop Drawing Submittals and the contract documents in the form of design drawings and specifications are discovered either prior to or after Shop Drawing Submittals are processed by the Engineer, the design drawings and specifications shall control and shall be followed. C. Contractor shall submit the following for review, prior to placing purchase orders A complete schedule of materials, equipment and fixtures which he proposes to furnish. Submittal data shall consist of 5 complete copies of shop drawings and/or catalog cuts showing technical data necessaryto evaluate the material orequipment. Shop drawings shall indicate the type, size, quantity, arrangement, location, mode of operation, component materials and/or material certification, utility connections, wiring and control diagrams, anchorages, supports, performance and test data, and any other information necessary to insure satisfactory fabrication, installation and operation of the completed project. Shop drawings shall establish the actual detail of all manufactured or fabricated items, indicate proper relation to adjoining work, amplify design details of mechanical and electrical equipment in proper relation to physical spaces in the structure, and incorporate minor changes of design of construction to suit actual conditions. 2. A complete schematic wiring diagram of the electrical panel, showing all instrumentation, illustrating all equipment, components and interconnecting wiring and piping. A complete schematic wiring diagram showing all modifications to the existing electrical switchgear panel shall also be provided. 01340-3 3. General installation, piping and wiring details and arrangements for all equipment and accessories. 4. Dimension drawings, wiring and/or piping drawings for field and pipeline mounted equipment. 5. Equipment specifications. 6. Location of parts and service centers. D. The Contractor shall thoroughly check all shop drawings for completeness and for compliance with the Contract Documents and shall verify all dimensions and field conditions and shall coordinate the shop drawings of any type of work or trade with the requirements of all other work related thereto, as required for proper and complete installation of the Work. E. Shop drawings submitted to the Engineer for review shall bear the Contractor's stamp of approval certifving that they have been checked Any shop drawings submitted without this certification and shop drawings, which in the Engineer's opinion are incomplete, contain numerous errors, have not been checked or only checked superficially, will be returned unchecked by the Engineer for resubmission by the Contractor. Scale and measurements: Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the Work. G. Review comments of the Engineer will be shown on the print(s) when returned to the Contractor. The Contractor may make and distribute such copies as are required for his purposes. 2.2 MANUFACTURERS' LITERATURE A. Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents is being submitted for review. B. Submit the number of copies which are required to be returned, plus one copy which will be retained by the Engineer. 2.3 SAMPLES A. Provide sample or samples identical to the precise article proposed to be provided. Identify as described under "Identification of submittals" below. B. Number of Samples required: Unless otherwise specified, submit Samples in the quantity which is required to be returned, plus one which will be retained by the Engineer. 2. By prearrangement in specific cases, a single Sample may be submitted for review and, when approved, be installed in the Work at a location agreed upon by the Engineer. 2.4 COLORS AND PATTERNS A. Unless the precise color and pattern is specifically called out in the Contract Documents, and whenever a choice of color or pattern is available in the specified products, submit accurate color and pattern charts to the Engineer for selection. 01340-4 PART 3 - EXECUTION 3.1 IDENTIFICATION OF SUBMITTALS A. Consecutively number all submittals. When material is resubmitted for any reason, transmit under a new letter of transmittal and with a new transmittal number. 2. On resubmittals, cite the original submittal number for reference. B. Accompany each submittal with a letter of transmittal showing all information required for Identification and checking, including but not limited to, the name of the project and the specification Section and page number for identification of each item. C. On at least the first page of each submittal, and elsewhere as required for positive identification, show the submittal number in which the item was included. D. Maintain an accurate submittal log for the duration of the Work, showing current status of all submittals at all times. Make the submittal log available to the Engineer for his review upon request. 3.2 GROUPING OF SUBMITTALS A. Unless otherwise specified, make submittals in groups containing all associated items to assure that information is available for checking each item when it is received. Partial submittals may be rejected as not complying with the provisions of the Contract. 2. The Contractor may be held liable for delays so occasioned. 3.3 TIMING OF SUBMITTALS A. The Engineer will examine the shop drawings with reasonable promptness. Afterthe submittal is reviewed, the Engineer will retain two sets of prints and return the transparencies or, K a transparency was not submitted, the remaining sets of prints to the Contractor. If the shop drawings are not satisfactory, one set of prints shall be retained by the Engineer and one set of prints returned to the Contractor for appropriate action. 3.4 ENGINEER'S REVIEW A. Review by the Engineer does not relieve the Contractor from responsibility for errors which may exist in the submitted data. The Engineer will review shop drawings, however, review of such drawings shall not be construed as a complete check and shall not relieve the Contractor from responsibility for any departures or deviations from the requirements of the Contract Documents unless he has, in writing, called the Engineer's attention to such deviations at the time of submission. The Contractor shall be solely responsible for any quantities which may be shown on the shop drawings. C. Revisions: Make revisions required by the Engineer. 01340-5 Q 2. If the Contractor considers any required revision to be a change, he shall notify the Engineer as provided for in the General Conditions. 3. Make only those revisions directed or approved by the Engineer. Reimbursement of Engineer's costs: Engineer will record all time used by him and by his consultants in evaluation of each proposed substitution, in accordance with the General Conditions. 2. In the event a third submittal of shop drawings is required, due to previous submittals of incomplete or incorrect shop drawings which are not in accordance with the Plans and Specifications, the Contractor will reimburse the Owner for one-half of the cost incurred by the Owner for the review of the third submittal. The Contractor shall bear the total cost incurred by the Owner for all subsequent reviews. END OF SECTION 01340-6 ' r) _ 7 r co T �� tv v ^' SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 1.01 SUMMARY: A. Fumish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2-PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT. A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 01570-1 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11100 sha read\e ng i neer\specs-i i\01570.doc 01570-2 -47 y ra co SECTION 01640 PRODUCT HANDLING - r? PART 1 - GENERAL 1.1 DESCRIPTION A. Work included: Protect products scheduled for use in the Work by means including, but not necessarily limited to, those described in this Section. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Additional procedures also may be prescribed in other Sections of these Specifications. 1.2 QUALITY ASSURANCE A. Include within the Contractor's quality assurance program such procedures as are required to assure full protection of work and materials. 1.3 MANUFACTURERS' RECOMMENDATIONS A. Except as otherwise approved by the Engineer, determine and comply with manufacturers' recommendations on product handling, storage, and protection. 1A PACKAGING A. Deliver products to the job site in their manufacturers' original containers, with labels intact and legible. 1. Maintain packaged materials with seals unbroken and labels intact until time of use. 2. Promptly remove damaged material and unsuitable items from the job site, and promptly replace with material meeting the specified requirements, at no additional cost to the Owner. B. The Engineer may reject as non -complying such material and products that do not bear identification satisfactory to the Engineer as to manufacturer, grade, quality, and other pertinent information. 1.5 PROTECTION A. Protect finished surfaces, including jambs and soffits of openings used as passageways, through which equipment and materials are handled. B. Provide protection for finished floor surfaces in traffic areas prior to allowing equipment or materials to be moved over such surfaces. C. Maintain finished surfaces clean, unmarred, and suitably protected until accepted by the Owner. D. All stored equipment shall be protected from the weather conditions and construction debris 01640-1 with a protective covering securely tied in place. E. All electrical equipment, motors, controls, switchgear and any equipment which may be subject to damage by moisture or dust shall be stored indoors and protected with covering until the time the equipment is to be installed in the building. All installed equipment shall be protected from moisture and dust until the Owner accepts responsibility through the Certificate of Substantial Completion. 1.6 REPAIRS AND REPLACEMENTS A. In event of damage, promptly make replacements and repairs to the approval of the Engineer and at no additional cost to the Owner. B. Additional time required to secure replacements and to make repairs will not be considered by the Engineer to justify an extension in the Contract Time of Completion. END OF SECTION 01640-2 C 01640-2 SECTION 01737 STORM WATER POLLUTION PREVENTION PLAN PART 1 - GENERAL 1.1 DESCRIPTION A. This Storm Water Pollution Prevention Plan (SWPPP) has been prepared to satisfy the requirements of the Iowa Department of Natural Recourses (Iowa DNR), General Permit No. 2, for 'Storm Water Discharges Associated with Industrial Activity for Construction Activities." B. Contractor shall be responsible for implementation of the SWPPP within the contract limits identified on the Erosion Control Plan. C. In addition to the requirements of this Section, Contractor shall comply with all requirements of the General Permit No. 2 and with applicable Iowa DNR and US EPA regulations. 1.2 SITE DESCRIPTION A. The site consists of approximately 11.5 acres, and is located in Sections 4, 5, 8 and 9 of T79N, R6W of the 5 Principal Meridian in Iowa City, Johnson County, Iowa. The site consists of a dog park. B. The project consists of site grading for the construction of a new dog park. It is anticipated that approximately 2.0 acres of the site will be disturbed during construction activities. The pre -development runoff coefficient is 0.30 and it is expected that the post - development runoff coefficient will be 0.33 based on rational formula runoff coefficients. C. The Erosion Control Plan included with this plan shows the following: 1. Drainage patterns. 2. Approximate slopes after major grading. 3. Areas of soil disturbance. 4. Locations of structural controls. 5. Locations of non-structural controls. 6. Locations of areas to be stabilized. 7. Surface drainage ways. 8. Storm water discharge location. D. Storm water runoff from the site will discharge into a downstream culvet and then ultimately discharge to Iowa River. 01737-1 E. No soils information is available from soil borings. F. No runoff water quality data is available for this site. 1.3 CONTROLS A. Soil disturbing activities include rough and final grading, and soil preparation for seeding. For these activities, the erosion control measures, both structural and non-structural, and implementation of these controls is described herein or is shown on the Stormwater Pollution Prevention Plan. 1.4 POST -DEVELOPMENT STORMWATER MANAGEMENT PLAN A. The post -development storm water management plan consists of maintaining the vegetative cover. It is anticipated that this plan will achieve the goal of 80 percent removal of total suspended solids. PART2-PRODUCTS 1 NOT USED PART 3 - EXECUTION 3.1 GENERAL EROSION CONTROL MEASURES A. During construction activities, the following practices will be observed: 1. Ensure proper disposal of construction site waste materials. No waste materials will be disposed of on-site. The Contractor shall comply with all applicable local, state, and federal requirements regarding the disposal of excess and waste materials. 2. Prevent off-site tracking of sediments and generation of dust. Stabilized construction entrances or vehicle washing racks should be installed at locations where vehicles leave the site. Tracked sediment will be removed from the streets by the Contractor. Implement dust control measures where dust is a problem and / or generated. 3. Treat or dispose of sanitary waste generated on-site in accordance with Slate and Local waste disposal, sanitary sewer, or septic regulations. 4. Identify and prevent contamination of allowable non -storm water discharges. 3.2 DESCRIPTION OF EROSION AND SEDIMENT CONTROLS A. Minimum erosion control devices are shown on the plans. It is the Contractor's responsibility to control erosion on the site. Additional controls shall be installed as needed to satisfy this requirement. B. Stabilization Controls. Disturbed areas of the construction site that will not be redisturbed for 21 days or more must initiate temporary and permanent stabilization measures by the 141h day after the last disturbance, except as precluded by snow cover. In the event of snow cover, stabilization measures must be initiated as soon as practical thereafter. The following stabilization controls will be used on the site: 01737-2 CONTROL DESCRIPTION METHOD OF USE Temporary Seeding 50 lbs. oats/acre per Iowa DOT The planting of fast growing 4169.02 and mulched with grasses to hold down soils in thrashed cereal straw. disturbed areas so they are less fabric above grade and the likely to be carried off-site by remainder below. Fence is storm water runoff or wind. Mulching Material free from noxious Placement of material such as weeds consisting of cereal, straw or wood chips on soil Stabilized Construction grain, straw, unthrashed wheat, surface to cover and hold in Entrance oat, or grass hay. Material may place disturbed soils (mulching also be wood fiber cellulose or often accompanies seeding). wood chips or wood shavings. roadways. Compost Mature yard trimmings screened Placement of 2' to 3' of material to'/:' to'/.' in size. on flat areas or on slopes up to 3:1 to hold disturbed soils in place. On slopes greater than 4:1 provide compost berms running perpendicular to the direction of the slope spaced every 10' to contain compost from running off sto e. Permanent Seeding, Sodding and Planting -o y nJ C. Structural Controls. Practices used on the construction site to divert flows away from disturbed areas, to store flows, or to limit the discharge of pollutants from the site to the degree attainable. The following controls will be used on the site: CONTROL DESCRIPTION METHOD OF USE Silt Fence Marafi 100X filter fabric stapled Provides locations for disturbed to 3' long wood or steel stakes soils to accumulate as they flow spaced 8' apart with 1'-6' of downhill. fabric above grade and the remainder below. Fence is stretched parallel along contour lines. Stabilized Construction Maintain existing pavement or Provides a location for mud to be Entrance provide 8' thick of 1' clean removed from tires instead of crushed stone for a minimum of being tracked onto surrounding 50' inside site entrance. roadways. Straw Bales Straw bales set flush on Provides sediment trapping on pavement surface. paved surfaces that are not to be disturbed. 01737-3 ` 3.3 SEQUENCE OF MAJOR ACTIVITIES - M1 A. The Contractor will observe the following practices during the installation '`and maintenance of all controls, and during all earth disturbing and stabilizing activities: 1. Install down slope and side slope perimeter controls before the land disturbing activity occurs. 2. Do not disturb an area until it is necessary for construction to proceed. 3. Cover or stabilize disturbed areas as soon as possible. 4. Time construction activities to limit impact from seasonal climate change or weather events. 5. Delay construction of infiltration measures until the end of the construction project when upstream drainage areas have been stabilized. 6. Do not remove temporary perimeter controls until after all upstream areas are finally stabilized. 3.4 INSPECTION A. The Contractor will inspect all disturbed areas of the site that have not been fully stabilized. Inspection is required at least once every seven () calendar days and within 24 hours of the end of a storm of 0.5 inch or greater of rainfall. The Storm Water Pollution Prevention Plan Inspection Report fors found in Section 01737-B shall be completed for all inspections. B. Disturbed areas and areas used for the storage of materials that are exposed to precipitation shall be observed for evidence of, or the potential for, pollutants entering the drainage system. C. All structural and stabilization control measures shall be observed to ensure that they are operating correctly. D. Accessible discharge locations shall be observed to determine effectiveness in preventing significant impacts to receiving waters. E. Locations where vehicles enter or exit the site shall be observed for evidence of off-site sediment tracking. F. The Contractor will prepare an inspection report of the pollution control measures. The report will describe the scope of the inspection; provide the name(s) and qualifications of personal making the inspection; include the date(s) of the inspection; identify any damages or deficiencies in the control measures; identify what actions will be taken to modify pollution control practices; and certified by signature. The SWPPP Inspection Report for at the end of this section will be completed for all inspections. G. Based on the results of the inspections, the Contractor shall make revisions as required to the SWPPP within seven (7) days to date of such inspection. H. Results of inspections shall be recorded on copies of the inspection form provided or other standard format and kept on site at all times until the project has been completed. 01737-4 3.5 MAINTENANCE A. The Contractor is required to maintain records of the construction activity on the site. These records will be used to make sure that areas, where there is no construction activity, will be stabilized within the required time frame. The record will include, at a minimum, the following information: 1. The dates when major grading activities occur in a particular area. 2. The dates when construction activities cease in an area, temporarily or permanently. 3. The dates when as area is stabilized, temporarily or permanently. B. For the SWPPP to be effective, the plan must accurately reflect the construction site features and operations. When the Contractor observes deficiencies in the plan or that the plan is not effective in minimizing pollutant discharge from the site, the plan must be updated and changed. Any changes that may be required to correct deficiencies in the SWPPP, noted during inspection, should be made as soon as practical after an inspection, but in no case later than seven (7) days after the inspection. In addition the SWPPP will be updated to: 1. Include contractors identified after the submittal of the Notice of Intent. These contractors will certify the plan and be identified as co -permittees. 2. Identify any change in ownership to transference of the permit and permit responsibilities. C. The Contractor will be required to report any spills of substances that may create a hazardous condition. Iowa law requires that as soon as possible, but not more than six (6) hours after the onset of a hazardous condition the IDNR and local sheriffs office or the office of the sheriff of the affected county be notified. D. The Contractor must modify the SWPPP within 14 calendar days of a hazardous condition. The pollution prevention plan shall describe the release and the circumstances leading to the release. Steps to prevent the reoccurrence of such releases are to be identified in the plan and implemented. 3.6 IMPLEMENTATION A. The Owner is responsible for submitting the Public Notice of Stormwater Discharge, The Notice of Intent and the Notice of Discontinuation. The Owner shall pay the fees and expenses for these items. Contractor is responsible for keeping the NPDES permit up to date. C. Contractor is responsible for the implementation and maintenance of all measures identified in this SWPPP. D. The Contractor and all subcontractors coming on-site to perform soil disturbing activities or implementing erosion control measures are required to certify the SWPPP by signing the following certification statement one (1) week prior to the start of construction. The SWPPP Certification Statement form at the end of this Section shall be completed by all subcontractors, throughout the duration of the project, before any conducting any work at the site. 01737-5 3.7 3.8 E. The signed certification copies shall be kept with the SWPPP in the Contractors field office until the project is completed. The owner or general contractor will complete the following Notice of Intent (NO]) form. This form will be submitted to the Iowa Department of Natural Recourses at least 24 hours before construction activities begin. The NOI form is located at the end of this Section. G. A copy of the Notice of Intent must be included in the SWPPP. H. The Contractor / Subcontractors implementing sedimentation / erosion controls on site are required to sign the Table of Contractor / Subcontractors Implementing Erosion Control Measures located in Section 01737-C RETENTION OF RECORDS A. B. C. D. E. A current copy of the SWPPP including all reports and certifications will be kept at the construction site by the Contractor from the date of project initiation to the date of final stabilization. A copy of the SWPPP, including all other reports and certifications required by the permit, as well as all of the data used to complete the Notice of Intent, will be retained for three (3) years after the date of final stabilization. Copies of the SWPPP, all inspection reports, certifications, and Notice of Intent, prepared by the Contractor will be forwarded to the Owner. All SWPPP plans and associated records must be made available to the Department of Natural Resources and the operator of the municipal storm sewer system upon request. Provide a copy of any modifications to the SWPPP, all SWPPP Certification Statement forms, all SWPPP Inspection Reports and the Table of Contractor / Subcontractors Implementing Erosion Control Measures to the Owner as they are prepared. FINAL STABILIZATION A. Final stabilization is reached when all soil -disturbing activities at the site have been completed. This includes the establishment of a uniform perennial vegetative cover for unpaved area not covered by permanent structures or equivalent permanent stabilization measures (i.e. rip rap, gabions, or geotextiles). B. Within thirty (30) days after final stabilization has been reached, the Owner will submit the Notice of Discontinuation (NOD) form to the IDNR. END OF SECTION v� C> co t� 01737-6 DOCUMENT 01737-A STORM WATER POLLUTION PREVENTION PLAN CONTRACTOR/SUBCONTRACTOR CERTIFICATION NAME OF PROJECT: JC DogPAC DOG PARK PROJECT Certification Statement I certify under penalty of law that I understand the terms and conditions of the General National Pollutant Discharge Elimination System (NPDES) permit that authorizes the stone water discharge associated with industrial activity from the construction site as part of this certification. Further, by my signature, I understand that I am becoming a co -permittee, along with the Owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for "Storm water Discharge Associated with Industrial Activity for Construction Activities' at the identified site. As a co -permittee, I understand that I, and my company, are legally required under the Clean Water Act and Code of Iowa, to ensure compliance with the terms and conditions of the Storm water Pollution Prevention Plan developed under this NPDES permit and the terms of the NPDES permit. Description of construction activity performed by the following Contractor / Subcontractor. NAME COMPANY NAME COMPANY ADDRESS SIGNATURE TELEPHONE NO. DATE KEEP A COPY OF THIS SIGNED CERTIFICATION WITH THE STORM WATER POLLUTION PREVENTION PLAN ON THE JOB SITE. SUBMIT A COPY TO THE OWNER. 01737-A-1 DOCUMENT 01737-B STORMWATER POLLUTION PREVENTION PLAN INSPECTION REPORT NAME OF PROJECT JC DoaPAC Dog Park Project NAME OF INSPECTOR DATE OF INSPECTION WEEKLY INSPECTION Yes / No INSPECTION AFTER PRECIPITATION Yes/No AMOUNT OF PRECIPITATION DURATION OF STORM Observations of Erosion Control Measures Observations of Discharge Locations Change in Control Observed Erosion Control Measure Clean-up Required? Type Required? ❑ Silt Fencing Yes / No Yes / No ❑ Straw Bales Yes / No Yes / No ❑ Stabilized Construction Entrance Yes / No Yes / No ❑ Sedimentation Basin Yes / No Yes / No ❑ Temporary Seeding Yes / No Yes / No ❑ Clean-up of Roadways/Parking Lots/ Yes / No Yes / No Driveways ❑ Mulching/Compost Yes / No Yes / No ❑ Permanent Seeding/Sodding Yes / No Yes / No ❑ Erosion Control Blanket Yes / No Yes / No ❑ Dewatering Filtration Yes / No Yes / No Is uncontained sediment leaving the site? If yes, describe where and what changes will be made to erosion control devices. 01737-B-1 DOCUMENT 01737-8 STORMWATER POLLUTION PREVENTION PLAN INSPECTION REPORT Recommended Revisions to Pollution Prevention Plan Inspection Report Certification Statement I certify under penalty of law that this document all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Inspector's Signature Date KEEP A COPY OF THIS CERTIFIED REPORT WITH THE STORMWATER POLLUTION PREVENTION PLAN ON THE JOB SITE. 01737-B-2 SECTION 01737-C STORMWATER POLLUTION PREVENTION PLAN TABLE OF CONTRACTOR/SUBCONTRACTORS IMPLEMENTING EROSION CONTROL MEASURES NAME OF PROJECT: JC D09PAC DOG PARK POJECT On the following chart indicate the name of each Contractor or Subcontractor who will implement erosion control measures and which measure they will implement. Name of Contractor/Subcontractor Erosion Control Measure 1 co KEEP A COPY OF THIS TABLE WITH THE STORMWATER POLLUTION PREVENTION PLAN ON THE JOB SITE. 01737-C-1 SECTION 02210 SITE GRADING PART 1 -GENERAL 1.1 DESCRIPTION A. Work included: Excavate, backfill, compact, and grade the site to the elevations shown on the Drawings, as specified herein, and as needed to meet the requirements of the construction shown in the Contract Documents. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.2 QUALITY ASSURANCE A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section. B. Use equipment adequate in size, capacity, and numbers to accomplish the work in a timely manner. C. In addition to complying with requirements of governmental agencies having jurisdiction, comply with the directions of the Engineer. D. Comply with requirements of paragraphs 3. 1.13 and 3.5 of this section. co 1.3 PRODUCT HANDLING A. Comply with pertinent provisions of Section 01640. 1.4 EXCAVATION DEFINITIONS A. Roadway excavation is all excavation within the street right-of-way. B. Borrow excavation is all excavation except channel excavation outside of the street right-of-way for use in roadway construction or borrow area restoration. C. Channel excavation consists of removal of material for the channelization of drainage, not including roadway excavation, and the disposal of the excavated material. 02210-1 D. Unsuitable excavation is any excavated material not suitable for subgrade construction. E. Stripping, salvaging and spreading topsoil consists of removing topsoil from borrow pits, cuts or areas to be covered by embankments, preparation of sod, and hauling, depositing, and spreading of the topsoil on shoulders, slopes, excavated areas, and borrow pits. All weeds, grass and growing crops or other herbaceous vegetation shall be mowed dose to the ground and disposed of as directed by the Engineer. Sod shall be shredded sufficiently to permit the soil to be easily spread in a layer over areas to be covered. F. Overhaul consists of transportation of excavated material from excavation over a distance in excess of free haul limit specified. If no free haul limit is specified, no overhaul is considered. PART 2 -PRODUCTS 2.1 CLASSES OF EXCAVATION A. Earth excavation shall include all normal earth materials, such as loam, silt, gumbo, peat, clay, soft shale, sand, and gravel. It shall include fragmentary rock or boulders handled in the manner normal to this class of excavation. It shall include any combination of the above described materials and any other material not classified as rock and boulder excavation or unclassified excavation. B. Rock and boulder excavation shall include the actual measured volume of granite, trap, quartzite, chert, limestone, sandstone, hard shale, or slate in natural ledges or displaced masses. It shall also include the estimated or measured volume of rock fragments or boulders which occur on the surface or in sub -surface deposits mixed with earth, sand, or gravel when their size, number, or location prevents them from being handled in a manner normal to earth excavation. C. Unsuitable excavation is any excavated material not suitable for subgrade construction. D. Unclassified excavation shall include all materials not defined in paragraphs A, B, or C above. The Engineer shall direct the disposition of unclassified materials. 2.2 MATERIALS A. Fill and backfill materials: 1. Provide soil materials free from organic matter and deleterious substances, containing no rocks or lumps over 6 inches in greatest dimension, and with not more than 15% of the rocks or lumps larger than 2-3/8 inches in their greatest dimension. 2. Fill material is subject to the approval of the Engineer, and is that material removed from excavations or imported from off-site borrow areas, predominantly granular non -expansive soils, free from roots and other 02210-2 deleterious matter. 3. Do not permit rocks having a dimension greater than 1 inch in the upper 12 inches of fill or embankment 4. Cohesionless material used for structural backfill: Provide sand free from organic material and other foreign matter, and as approved by the Engineer. 2.3 WEED KILLER A. Provide a dry, free-flowing, dust -free chemical compound, soluble in water, capable of inhibiting growth of vegetation, and approved for use on this work by governmental agencies having jurisdiction. 2.4 TOPSOIL A. Where and if shown on the Drawings or otherwise required, provide topsoil consisting of friable, fertile soil of loamy character, containing an amount of organic matter normal to the region, capable of sustaining healthy plant life, and reasonably free from subsoils, roots, heavy or stiff day, stones larger than 2 inches in greatest dimension, noxious weeds, sticks, brush, litter, and other deleterious matter. B. Obtain topsoil from sources within the project limits, or provide imported topsoil " obtained from sources outside the project limits, or from both areas. PART 3 -EXECUTION 3.1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this section will be performed. Correct conditions detrimental to timely and proper completion of the j work. Do not proceed until unsatisfactory conditions are corrected. B. Temporary erosion control: 1. Within fifteen (15) days after the Notice of Award, the Contractor shall submit an erosion control plan detailing the location and description of structures and/or techniques which will be used on this pro-ject. Soil loss rate from the proiect site shall be limited to five tons Der acres Der vear. The Engineer's review of this submittal shall not relieve the Contractor of any responsibility assumed under this contract No soil disturbing con-struction activity shall be started until the erosion control plan is implemented. 2. This work shall consist of temporary control measures as proposed by the Contractor, during the life of the project to control water pollution through the use of silt ditches, silt dikes, silt basins and bale checks. 3. The temporary pollution control provisions contained herein shall be coordinated with permanent erosion control features specified elsewhere in the contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction and post -construction period. 02210-3 4. It is intended that temporary pollution control features be maintained in appropriate functional condition from initial construction through completion of the project. 3.2 FINISH ELEVATIONS AND LINES A. Comply with pertinent provisions of this specification. 3.3 PROCEDURES A. Utilities: 1. Unless shown to be removed, protect active utility lines shown on the Drawings or otherwise made known to the Contractor prior to excavating. If damaged, repair or replace at no additional cost to the Owner. 2. If active utility lines are encountered, and are not shown on the Drawings or otherwise made known to the Contractor, promptly take necessary steps to assure that service is not interrupted. 3. If service is interrupted as a result of work under this section, immediately restore service by repairing the damaged utility at no additional cost to the Owner. 4. If existing utilities are found to interfere with the permanent facilities being constructed under this section, immediately notify the Engineer and secure his instructions. 5. Do not proceed with permanent relocation of utilities until written instructions are received from the Engineer. B. Protection of persons and property: 1. Barricade open holes and depressions occurring as part of this work, and post warning lights on property adjacent to or with public access. 2. Operate warning lights during hours from dusk to dawn each day and as otherwise required. 3. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, washout, and other hazards created by operations under this section. C. Dewatering: 1. Remove all water, including rain water, encountered during trench and substructure work to an approved location by pumps, drains and other approved methods. 2. Keep excavations and site construction area free from ponded water. D. Provide means necessary to prevent dust becoming a nuisance to the public, to neighbors, and to other work being performed on or near the site. E. Maintain access to adjacent areas at all times. 3.4 EXCAVATING AND CONSTRUCTING OPERATIONS A. Perform excavating of every class of material encountered within the limits of the 02210-4 work to the lines, grades, and elevations indicated and specified herein. Excavation shall be classified as roadway, borrow, channel, unsuitable, or unclassified. B. Satisfactory excavated materials: 1. Transport to, and place in, fill or embankment areas within the limits of the work. C. Unsatisfactory excavated materials: 1. Excavate to a distance below grade as directed by the soils engineer, and replace with satisfactory materials. 2. Include excavation of unsatisfactory materials, and replacement by satisfactory materials, as parts of the work of this section. D. Surplus materials: 1. Dispose of unsatisfactory excavated materials, and surplus satisfactory excavated materials, away from the site at disposal areas arranged and paid for by the Contractor. E. Excavation of rock -- 1 ods:1. When: boulders, limestone, granite, or similar material is encountered, and where such material can be removed or excavated by conventional earth moving or ripping equipment, take required steps to proceed with the general grading operations of the work, and remove or excavate such material by means which will neither cause additional cost to the Owner nor endanger buildings or structures whether on or off the site. 2. Do not use explosives without written permission from the Engineer. Excavate and backfill in a manner and sequence that will provide proper drainage at all times. G. Ditches and gutters: 1. Cut accurately to the cross sections, grades, and elevations shown. 2. Maintain excavations free from detrimental quantities of leaves, sticks, trash, and other debris until completion of the work. 3. Dispose of excavated materials as shown on the Drawings or directed by the Engineer, but do not encroach on existing or proposed drainage ways. 3.5 EMBANKMENT CONSTRUCTION A. Embankments shall be formed of approved select materials from excavation or borrow. These materials shall be capable of being compacted. The estimated limits of excavation and borrow required for the embankment are shown on the plans. 1. Stones or rock fragments which will not pass through a 4 inch diameter ring are not to be used in top 12 inches or where fill is less than 2 feet in depth. 2. Acceptable materials to be compacted as specified. B. Construct to line and grade shown on plans. 1. Preparation of site a) Remove sod and unsuitable material. 02210-5 b) If an existing road surface lies with 24 inches or less below and within embankment area, remove or scarify subgrade to a depth of 6 inches, mix with earth, and recompact. c) Where embankment is to be placed on or against an existing slope, slope shall be plowed, stepped, or scarified as shown on the plans. 2. Except for rockfills, place materials in layers of not more than 9 inches loose thickness. 3. Each layer shall be spread, shaped, and compacted in an approved manner before placement of new layer. 4. Keep surface sloped to drain. 5. Embankments shall not be constructed on frozen ground, and frozen material shall not be used in embankment construction. C. Unless otherwise provided, when the quantity of material required for embankments is not available within the limits of the cross-sections as indicated on the plans, the Contractor shall make up the deficiency from borrow pits or other approved sources, provided by the Owner or Contractor as specified. 3.6 WATER COURSES, SEWERS, DRAINS, AND THEIR APPURTENANCES A. Contractors shall provide for flow in water courses, flumes, drains, sewers, etc., disturbed during performance of the work. B. Remove and dispose of all offensive matter. C. Reconstruct or reconnect as necessary to keep facilities in service. 3.7 COMPACTING A. Control soil compaction during construction to provide the specified percentage of density for each area as determined according to ASTM D-698 (Standard Proctor Density). In general, fill materials will be placed in loose layers of approximately 9 inch thickness. B. Provide not less than the following maximum density of soil material compacted at the optimum moisture content or just below for the actual density of each layer of soil material in place, and as approved by the Engineer. 1. Structures: a) Compact the top 8 inches of subgrade and each layer of fill material or ball material at 95% of maximum density. 2. Lawn and unpaved areas: a) Compact each layer of fill material or backfill material at 90% of maximum density. b) Compact the upper 12 inches of filled areas, or natural soils exposed by excavating, at 85% of maximum density. 3. Rock Surfacing Areas: a) Compact the top 8 inches of subgrade and each layer of fill material or backfill material at 95% of maximum density for cohesive soil material. 02210-6 C. Moisture control: 1. Where the subgrade or a layer of soil material must be moisture conditioned before compacting, uniformly apply water to surface of subgrade or layer of soil material to prevent free water appearing on surface during or subsequent to compacting operations. 2. Remove and replace, or scarify and air dry, soil material that is too wet to permit compacting to the specified density. 3. Soil material that has been removed because it is too wet to permit compacting may be stockpiled or spread and allowed to dry. Assist drying by discing, harrowing, or pulverizing until moisture content is reduced to a satisfactory value as determined by moisture -density relation tests approved by the Engineer. 3.8 FIELD QUALITY CONTROL A. Secure the Engineer's inspection and approval of subgrades and fill layers before subsequent construction is permitted thereon. B. Provide at least the following tests to the approval of the Engineer: 1. For the final subgrade in gravel areas, at least one field density test for every 2000 sq. ft of surfaced area, but not less than three tests; 2. In each compacted fill layer, one field density test for every 2000 sq. ft. of paved area, but not less than one test per layer of fill. C. If, in the Engineer's opinion based on reports of the testing laboratory, subgrade or fills which have been placed are below specified density, provide additional compacting and testing under the provisions of Section 01410 of these Specifications. 3.9 MAINTENANCE A. Protection of newly graded areas: 1. Protect newly graded areas from traffic and erosion, and keep free from trash and weeds; 2. Repair and reestablish grades in settled, eroded, and rutted areas to the specified tolerances. B. Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify the surface, reshape, and compact to the required grades and density prior to proceeding with further construction. END OF SECTION 02210-7 SECTION 02518 P.C. CONCRETE PAVERS - BITUMINOUS SETTING BED PART 1 -GENERAL 1.01 DESCRIPTION A. Provide brick paving as shown and specified. The work includes: Mortarless brick paving over a rigid base. 1.02 QUALITY ASSURANCE A. Materials and methods of construction shall comply with the following standards: Manufacturer's recommendations. 2. Brick Institute of America, (BIA): Technical Notes on Brick Construction. American Society for Testing and Materials, (ASTM). Installation: Performed only by skilled workman with satisfactory record of performance on completed projects of comparable size and quality. C. Sample panel: Before starting concrete paving, provide a sample panel using materials, patterns, and joints indicated for project work. Build panel at the site of full thickness and approximately 4'x 4'. Provide the range of color, texture, and workmanship, proposed for the work. Correct and rebuild sample panel until Landscape Architect's acceptance of the work. Retain panel during construction as a standard for completed paving work. The approved sample panel may be a portion of the work and remain in place. Location as directed by the Landscape Architect. 2. Provide a sample panel for each type of concrete paving required. D. Do not change source or brands of concrete pavers, mortar, or grout material during the course of the work. 1.03 SUBMITTALS A. Submit manufacturer's product data for each type of concrete paver unit. 1.04 DELIVERY, STORAGE, AND HANDLING A. Protect paving units from damage, chipping, and soiling during delivery and storage. Store off the ground on pallets or wood platforms. 1.05. PROJECT CONDITIONS A. Establish and maintain required levels and grade elevations. Review installation procedures and coordinate paving work with other work affected by the paving work. 02518-1 B. Cold weather: 1. Protect masonry against freezing when the temperature is 40 degrees F. and falling. Heat materials and provide temporary protection of completed portions of masonry work. Comply with the requirements of the 'Construction and Protection Recommendations for Cold Weather Masonry Construction' of BIA Technical Notes on Brick Construction. 2. Do not use frozen materials for materials mixed or coated with ice or frost. Comply with BIA requirements for masonry units requiring wetting. 3. Do not build on frozen work. Remove and replace concrete pavers damaged by frost or freezing. 4. Install bituminous setting beds only over dry, unfrozen subgrade surfaces and when air temperature is 40 degrees F. or above. 5. Apply modified asphalt adhesive only over a dry base surface and when a temperature is 50 degrees F. or above. C. Protect partially completed concrete pavers against weather damage when work is not in progress. D. Provide temporary barricades as required for protection of project work and public safety. E. Protect adjacent work from damage, soiling, and staining during paving. operations. -1 l PART 2 -PRODUCTS 2.01 CONCRETE PAVERS '4 J A. Concrete Paving Brick: as manufactured by a member of UNI -Group, U.S.&.,`- N 0 1. Approved suppliers are: a. Borgert Products, Inc.; St. Joseph, MN (320) 363-4671. b. Barbour Pavers, Inc.; Independence, MO (816) 796-3344. C. Unilock, inc.; Chicago, IL (708) 892-9191. d. Courtland Industries, Inc.; Courtland, MN (800) 422-0751. e. Hessit Works, Inc.; Freedom, IN (812) 829-6246. B. Compressive Strength: Greater than 8000 psi. C. Water Absorption: Maximum of 5%; ASTM 936 and freeze -thaw testing per Section 8 of ASTM C-67. D. Style and Size: 1. Style as specified on the drawings. 2. Size as specified on the drawings. E. Colors: 1. Paver colors as specified on the drawings. 2. All selected paver colors will be standard manufacturer's color. F. Paving Patterns: Paver color location and paving patterns as shown on the drawings. 02518-2 G. Concrete Pavers: Holland Stone by Borgert Products, Inc. or approved equal. H. Concrete pavers, when tested in accordance with ASTM C67, shall show no efflorescence. Submit manufacturer's certification of test results. Portland cement: ASTM C150, Type I, natural color. J. Bituminous setting bed: 1. Asphalt primer: ASTM D2028 cut-back asphalt. 2. Asphalt cement: ASTM D946, penetration grade 85-100. 3. Fine aggregate: ASTM C136, clean hard sand free of adherent coatings, clay, alkali salts, and organic matter. Uniformly graded from coarse to fine and 100% passing #4 sieve. 4. Neoprene -modified asphalt adhesive: 2% neoprene (grade WMI), oxidized asphalt, and 10% long fibered asbestos. 5. Mix: Combine dried fine aggregate with hot asphalt cement. Heat the mix to approximately 300 degrees F. at an asphalt plant. Apportion each ton by weight in the approximate ration of 145 lbs. Asphalt to 1,855 lbs. Sand. PART 3 - EXECUTION 3.01 INSPECTION A. Examine substrates and installation conditions. Do not start concrete pavers work until unsatisfactory conditions are corrected. 3.02 PREPARATION A. Do not use paving units with chips, cracks, voids, discoloration, or other visible defects. B. Cut paving units with masonry saws to provide clean, sharp unshipped edges. Cut units as required to provide pattern shown and to fit adjoining work neatly. Use full units without cutting wherever possible. Where cutting is required, use the largest size units possible. Avoid the use of small pieces of brick or large joint spaces. C. Set paving units in patterns indicated with level surface and uniform joints of width indicated. 3.03 BITUMINOUS SETTING BED OVER RIGID BASE. A. Clean existing concrete base. Remove dirt and debris. B. Apply asphalt prime coat. Allow to dry and cure as required. C. Install %" deep control bars directly on base. Adjust control bars to proper elevations. Provide control bars parallel to each other and approximately 11'-0" apart to serve as striking board guides. D. Place bituminous setting bed between depth control bars. Spread setting bed materials 02518-3 and pull with striking board until a smooth, firm, and level setting bed is established. Advance first bar to next position when initial paved is completed. Fill depressions, porous areas and voids with bituminous material as work progresses. E. Roll the setting bed, while hot, with a power roller to provide a nominal compacted depth of %". F. Adjust the elevation to provide the top surface of the installed brick pavers at the required finish grade. G. Apply a coating of neoprene -modified asphalt adhesive by mop, squeegee, or trowel over the top surface of the bituminous setting bed to provide a paver bond. When troweled, use a serrated trowel with serrations not exceeding 1/16". H. When the modified asphalt adhesive is dry to the touch, place the paving units by hand in straight courses with hand tight joints and uniform top surface. Maintain alignment in the pattern indicated on the drawings. Protect newly laid pavers with plywood panels. Advance panels as work progresses. Maintain plywood protection in the areas subject to continued movement of materials and equipment. Provide additional leveling if required. Roll with power roller. Roll prior to filling joints. J. Sweep dry fine sand -Portland cement mixture over the surface to fill joint irregularities. Completely fill joints. 3.04 PROTECTION A. Restrict traffic from paving unit surfaces during setting of units and for at least 24 hours after installation. B. Protect paving units from damage until final acceptance. 3.5 CLEANING A. Remove and replace brick paving units which are broken, chipped, stained, or otherwise damaged. Provide new matching units, install as specified and to eliminate evidence to replacement. B. Clean brick paving not less than 6 days after completion of work, using clean water, irisodium phosphate, and stiff -bristle brushes. Do not use wire brushes, acid type cleaning agents, or other cleaning compounds with caustic or harsh fillers. Proprietary cleaning agents subject to Landscape Architects approval prior to use. C. Perform cleaning during installation of work and upon completion of the work. Remove from site all excess materials, debris, and equipment. Repair damage resulting from brick paving operations. END OF SECTION --� tJ 02518-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.1 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.2 REFERENCES: A. IDOT Standard Specifications. 1.3 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. c� 4. Density Tests of Base and Subgrade. PART 2 -PRODUCTS 2.1 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3i. 02520-1 PART 3 -EXECUTION 3.1 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.2 CURING AND PROTECTION OF PAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.3 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 -Hour Temperature Forecast Minimum 35-32° F Minimum 31-25° F 02520-2 Covering One layer plastic or burlap. One layer plastic and one layer burlap or two layers burlap. Below 25° F *Six inches straw and two layers burlap. *Equivalent commercial insulating material approved by the Engineer may be substituted. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90" F. 3.4 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" diameter x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.5 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. END OF SECTION 02520-3 SECTION 02660 WATER DISTRIBUTION - - PART 1 -GENERAL -� 1.01 SUMMARY: A. Furnish, install and test water distribution system as indicated and specified. 1.02 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a ' shall be kept on the site, readily available and accessible to the Engineer during normal working hours. Copies may be obtained from. the organizations or from the Iowa City Water Division at cost plus 15%. B. City of Iowa City Water Division 1. Reference Manual C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AWWA-C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI/AWWA-C105/A21.5: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSI/AWWA-C110/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI/AWWA-C111/A21.11: Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSI/AWWA-C150/A21.50: Thickness Design of Ductile -Iron Pipe 6. ANSI/AWWA-C151/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSI/AWWA-C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch, and 54 -inch through 64 -inch for Water Service 02660-1 8. ANSI/AWWA C502: Dry -Barrel Fire Hydrants 9. ANSI/AWWA C504: Rubber -Seated Butterfly Valves 10. AWWA C509: Resilient -Seated Gate Valves for Water Supply Service. 11. ANSI/AWWA C510 Double Check Valve Backflow -Prevention Assembly 12. ANSI/AWWA C511 Reduced -Pressure Principal Backflow -Prevention Assembly 13. ANSI/AWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSI/AWWA C600***: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSI/AWWA C651***: Disinfecting Water Mains 16. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 12 -inch for Water Distribution D. American Water Works Association: 1. AWWA Manual M23***: PVC Pipe -Design and Installation 2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: 1. ASTM D2241 F. Manufacturers Standardization Society: 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application G. Uni-Bell PVC Pipe Association: 1. UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA Standard C-900 or C-905. 1.03 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work 02660-2 site at all times. B. Shop and Working Drawings: 1. Pipe layout with valves, fittings and hydrants shown - 2. Valves 3. Hydrants 4. Fittings 5. Bolts 6. Joints 7. Tapping sleeves, couplings, and special piping materials. 8. Polyethylene 9. Thrust block designs and details 10. Special backfill C. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. D. Manufacturer's Literature: 1. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners and other accessories. 2. Brochures and technical data and coatings and linings and proposed method of application. E. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. 1.04 QUALITY ASSURANCE. A. Engineer reserves the right to inspect and test by independent service at manufacturers plant or elsewhere at Engineers expense. B. Contractor shall conduct visual inspection before installation. 1.05 TIME. A. Time is of the essence for water main construction work. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. 02660-3 2. For notice to customers of disruption of water service, provide 48 hours notice. 3. For review, comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities, provide 48 hours notice. PART2-PRODUCTS 2.01 All products used for this work shall be from the list of "Accepted Products for Water Distribution Materials" contained in the Iowa City Water Division Reference Manual and found in Appendix A. If there is a discrepancy between the Iowa City Water Division Reference Manual and Appendix A, the Iowa City Water Division Reference Manual prevails. J 2.02 DUCTILE -IRON PIPE: A. Thickness design shall conform to ANSI/AWWA C150/A21.50. B. Manufacture shall conform to ANSI/AWWA C151/A21.51. C. Thickness for direct bury piping, unless otherwise indicated or specified, shall be class 52. D. Thickness for pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. E. Cement mortar lining shall conform to ANSI/AWWA C1 04/A21.4. 2.03 DUCTILE -IRON PIPE JOINTS: A. Single rubber -gasket push -on joints or mechanical joints conforming to ANSI/AWWA C111/A21.11. Fumish with all necessary hardware and gaskets. B. Bell -and -spigot pipe joints conforming to ANSI A21.6 or ANSI A21.8. C. For bolted/restrained mechanical joint, use Griffin Bolt -Lok restrained joint or approved equal. D. For unbolted/restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved equal. E. Do not use drilled & tapped retainer glands. F. Plain end of push -on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.04 POLYVINYL CHLORIDE PIPE: A. Pipe shall conform to ANSI/AWWA C900 and shall be thickness class DR 18 (Class 150). All pipe shall have the same outside dimensions as ductile -iron 02660-4 pipe. PVC pipe materials are only allowed in sizes 6 to 10 inch diameter. B. PVC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecular weight petroleum products or organic solvents or vapors. C. PVC pipe shall not be installed under public roadways and shall -not be used around cul-de-sacs or other small radius curves. 2.05 FITTINGS: A. All fittings shall conform to ANSI/AWWA C110/A21.10, with pressure, rating of , Class 250. B. Mechanical -joint fittings shall be ductile iron compact ANSI/AWWA C1 53/A21.53 or ductile standard ANSI/AWWA C110/A21.10. Large fittings, 12 - inch through 20 -inch shall be ductile iron standard ANSI/AWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSI/AWWA C110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSI/AWWA C110/A21.10 shall be provided. C. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor -Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. 2.06 VALVES 8 VALVE BOXES: A. Gate valves shall conform to ANSI/AWWA C509. 1. Valves shall be full line size gate valves with epoxy coating inside and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi and gaskets rated at 250 psi. 3. Valves shall have a standard 2 -inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o -rings under pressure. 5. Valves are to be non -rising stem with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSI/AWWA C504, for buried service, Class 150B. 1. Valve seat to be installed on disk or valve body. 2. Butterfly valves shall not be utilized in sizes smaller than 16", unless so noted on the plans. 02660-5 3. Working pressure of the valve shall be at least 150 psi. 4. Valves shall be short body pattern with mechanical joint ends. 5. Shaft seals shall be o -ring type. 6. Valve shall have manual operator with a 2" square operating nut for operation of the valve and shall open left. 7. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. C. Tapping Valves shall be as specified for resilient -seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless nuts and bolts. 3. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51" to 710. Use` lids marked "water". 2.07 HYDRANTS: Specification standard: ANSI/AWWA Standard C502 - Type of shutoff: Compression Type of construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main valve opening: 4%: inches for 12" water main and under 5'% inches for 16" water main and above Nozzle arrangement 3 nozzle, two 2%cinch hose nozzles and one 4%cinch and size pumper nozzle, with caps attached with chains Nozzle thread: National Standard Hose Threads Type of inlet connection: Mechanical Joint Size of inlet connection: 6 inch Depth of bury: Depth of bury shall be 6 feet 02660-6 Direction of opening: Packing: Size and shape of operating nut: Working pressure: Color: 2.08 SPECIAL FITTINGS: Open to right (clockwise) Conventional or O -Ring ; 1%inch, standard pentagon C'- - 250 psi Safety Red A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: 1. Shall be mechanical joint, split construction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to match the tapping valve. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Required for 12" and larger pipe or under paving. E. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 2. Shall meet the OD requirements for class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Shall be compatible with Mueller, Clow, Kennedy, or U.S. Pipe F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. 02660-7 } 2.09 GASKETS, BOLTS, AND NUTS: A. Mechanical joints made with: 1. Bolts: 3/4 inch NSS Cor -BLUE. 2. Bolt studs with nut on each end. B. All thread rod used to restrain fittings shall be stainless steel and 3/4" diameter. 2.10 LOCATION WIRE: A. Location wire shall be #12 solid copper, THHN insulation in yellow or orange color. 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfection and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART 3 - EXECUTION 3.01 REFERENCES AND DOCUMENTS: A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSI/AWWA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23 and Uni-Bell PVC Pipe Association UNI -B-3-88 except as noted herein. D. Contractor must prepare and retain a set of "as -built" drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Examples of special buried features would be: 1. Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. 02660-8 3.02 3.03 RECEIVING, STORAGE AND HANDLING: ± r A. The Engineer may mark materials which are found on the job site and vWch ares determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. C. Within the "Storage" language of AWWA M23, change "should" to "shall." D. Within the "Handling" language of AWWA M23, change "should" to "shall." LOCATION, ALIGNMENT, SEPARATION & GRADE. A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Contractor shall have all buried utilities located by the 1 -800 -ONE -CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5% feet D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main and the top of the sewer. Where local conditions prevent this vertical separation, the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a Twister DB Plus Wire Connector. 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a Valvco tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box, one -foot from the hydrant base. The tracer wire terminal box must be installed flush with the finished grade. If there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box" which is a full-size valve box and mark the drawings appropriately. 3.04 PIPE BEDDING AND BACKFILLING: A. Ductile -iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI -B-3-88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by stomping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. , 3.05 PIPE RESTRAINT: C A. Thrust Restraint: ; 1. For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For'10" and - larger diameter pipe, blocking shall be by cast -in-place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood lumber to prevent shifting before placing concrete. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: 1. Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. 02660-10 C. Dead Ends 1. Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. 3.06 JOINTS AND COUPLINGS: A. Push -on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in B. Mechanical Joints: 1. The range of torque for tightening bolts which is indicated in ANSI/AWWA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 10 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. C. Sleeve -Type Coupling: 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. 3.07 TAPPED CONNECTIONS UNDER PRESSURE: A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 4 -inch to 8 -inch in diameter and larger may be done by the Water Division or by a subcontractor at Contractor's cost. If by Contractor or a subcontractor, the City must approve the personnel, materials, and method in advance of the work. Water Division staff must be on site at the time of the tap. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, 02660-11 schematic drawing, and materials of construction. y' ' 3.08 POLYETHYLENE ENCASEMENT:._J i, � N A. All open cut installed ductile iron pipe and fittings shall be wrapped with-ari 8 mil) polyethylene encasement in accordance with ANSI/AWWA C205/A21.5— installation 205/A21.5installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PVC main could not be used. 3.09 HYDRANT INSTALLATION: A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter. C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set -back of 4 feet from the curb line is recommended. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break -off flange should be no more than 6 inches above ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with hardwood lumber to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant.,This is essential to the performance of the break -off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as -built" drawings must be on file in the Water Division office prior to using the water supply. C. Contractor shall submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of 02660-12 3.11 service interruptions and pressure and flow variations on the water distribution system and existing customers. DISINFECTION FOR POTABLE WATER SYSTEMS: c A. General Upon completion of a newly installed water main or when repairs to ari existing water system are made, the main shall be disinfected according c to instructions listed in ANSI/AWWA C651 and the following specifications. y1 B. Special Disinfection Requirements 1. Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. 2. Water main 16 -inch and larger in diameter must be swabbed with a soft pig prior to flushing if flow in the system is not adequate to maintain scouring velocity (2 fps) during flushing. 3. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg/L. Use either the granulated/tablet or continuous feed method with modifications as described in 3.11 C or D below. 4. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 25 mg/L chlorine throughout the length of main. 5. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mg/L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than % of the main diameter. For 6 -inch through 12 -inch water mains, a single 2'/cinch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). 6. Collect a bacterial sample from the end of each line or 800-1,000 feet and deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms, the hydrostatic test may proceed. C. Tablet Method of Chlorine Application 1. Use ANSI/AWWA C651, however slowly fill the main (less than 1 cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. 02660-13 l D. Continuous Feed Method of Chlorine Application 1. Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than not less than '% of the main diameter. For 6 -inch through 12 -inch water mains, a single 2%cinch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main completely. - 3.12 TESTING: C A. Filling the water main: 1. Fill the newly constructed water main system slowly using treated public water under low pressure and low flow. The objective is to displace aiS with water while avoiding damage to new construction,' customer, services, and adjoining property due to the release of air aijd wate'r.- Public Works staff must be on site to assist with operation of the system valves and hydrants during this operation. 2. Open one hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. Then, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. B. Pressure and Leakage Tests: 1. Conduct combined pressure and leakage test in accordance with ANSIIAWWA C600. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of 02660-14 the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct- additional tests and repairs until water main passes the test. C. Valve Operations: 1. All valves shall be located and tested to verify operation. Remove the- J valve box lid, insert the valve key and open and close each valve. Count__, the turns and record the results. D. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 3. After hydrant has been flushed, close it and check for drainage. This is done by placing the hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. E. Flow Test: 1. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine the fire flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test shall be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. 02660-15 1 1 APPENDIX A Accepted Products for Water Distribution Materials WATER PIPE: (Ductile) ANSI/AWWA — A21.51/Cl51 American, Clow, Griffin, McWane, Tyler, and US Pipe Class 52 for direct bury piping unless other wise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe WATER PIPE: ( PVC) (Class 150) — C900 C900 thickness class DR18 (6" thru 10") FITTINGS: (Ductile Iron Standard) ANSI/AWWA — A21.10/C110, 250 psi (Ductile Iron Compact) AWWA C153, 350 psi Clow, Tyler/Union, U.S. Pipe, or Griffin TAPPING SLEEVES: (Full Body Ductile Iron) for 12" and larger or under pavement Clow - F-5205, Mueller - H615, Kennedy, Tyler/Union, Kennedy, American Flow Control - Series 2800, or U.S. Pipe - T-9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller -1-1304, Romac SST, JCM432 MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) Ebaa Iron Sales Inc. STAINLESS STEEL REPAIR CLAMPS: Smith -Blair -261, Ford FS1, Romac SS1 VALVES: (Resilient Seated Gate Valves) ANSI/AWWA — C509 Clow F-6100, Kennedy 1571-X, Mueller Resilient Seat - A-2360-20, American Flow Control - AFC -500, or U.S. Pipe Metro Seal 250 #5460 VALVES: (Butterfly) ANSI/AWWA C504, Class 150B Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik VALVES: (Tapping) Clow — F - 6114, Mueller — T-2360-16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860, or American Flow Control -865 VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71") East Jordan Series 8555 & Item 666A — Range 51" to 71" HYDRANTS (4'/? for 12" and under) (5'/." for 16" and above) AWWA C502 Clow F-2545 Medallion, Kennedy Guardian K-81, Mueller Super Centurion 250, American Darling - MK 73 for 4 1/2" & B84 -B for 5 1/4" 02660-16 SLEEVE TYPE COUPLING: Standard solid black sleeve — Tyler/Union 5-1442, Griffin Bolted Straight Coupling — Smith -Blair 441 or Romac Style 501 STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts): Smith -Blair 261, Romac SS1 or Ford FS1 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter WaterPro or Utility Equipment - Valvco —95E —2 'W ID with lockable cast-iron lid — minimum 18" long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: #12 solid copper, THHN insulation in yellow or orange 07/03 shared\engineer\specs-ii\02660. doc 02660-17 SECTION 02665 WATER SERVICE WORK FOR CONTRACTORS PART 1 -GENERAL 1.01 DESCRIPTION. A. Furnish and install new water services and yard hydrants as indicated and specified. 1.02 RELATED WORK. A. Section 02660: Water Distribution 1.03 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. B. City of Iowa City Water Division: 1. Tap Installation, Metering Policies & Charges and General Information. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AWWA-C800 Underground Service Line Valves and Fittings. D. American Society for Testing Materials: 1. ASTM B75-86 Seamless Copper Tubing. 1.04 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval 4 weeks prior to installation. 1. Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 2. Working drawing or site plan with customer location, address, size, and materials of water service and main pipe including a full list of materials required from the Iowa City Water Division, as applicable. 1.05 PERMITS: A. City of Iowa City: 1. Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 2. The Contractor or their agent will be responsible for the tapping application forms and records. 02665-1 1.06 TIME: A. Time is of the essence for water service work. All required work must be completed as quickly as possible to minimize inconvenience to the consumers, The Contractor is expected to comply with the minimum response and completion times listed. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. 3. For supply of materials for less than 20 units, provide 2 weeks notice. 4. For supply of materials for more than 20 units, provide 4-6 weeks notice. 5. For supply of seldom used materials such as galvanized or lead, provide 4- 6 weeks notice. 6. For locations of underground facilities, provide 48 hours notice. C. Response Time - the maximum time allowed from telephone notice by the Engineer until the Contractor is on the job and ready to begin work: 1. For 1 service which is planned work, less than 24-36 hours. 2. For 1 service which is emergency work, less than 4-6 hours. 3. For 3 or more services which are planned work, less than 48 hours. D. Completion Time - the maximum time allowed from the time the Contractor turns off the water until the water service is connected and operational under normal circumstances: 1. For 1 service, where it is necessary to break and remove concrete with no prior warning or planning, less than 12 hours. 2. For 6-8 services or more in one block area with prior planning, some services on each side of the street and in conjunction with paving projects, less than a 12 -hour workday. 1.07 WORK ON PRIVATE PROPERTY FOR OTHERS: A. Water service work may be necessary or desired by private property owners at the same time as the new water service work under this contract is done. The Contractor will be allowed to work on private property adjacent to the work site in order to do water service work directly for the private property owner. Work on private property shall not adversely affect the time schedule for work under this contract. B. The work on private property will not be the responsibility of the City. PART 2 -PRODUCTS 2.01 WATER SERVICE MATERIALS A. All water service materials shall meet or exceed current ANSI/AWWA-C800 specifications and shall be made in accordance with ASTM B-62. The 02665-2 manufacturer shall fumish a certificate indicating all new materials meet the specifications. All valves, fittings and pipe shall be inspected several times during the manufacturing process and pressure tested with air under water before shipment. All water service materials shall be visually inspected before installation. Brass and copper are soft metals and care in handling shall be exercised to avoid damaging threads or distorting piping, valves or fitting bodies. B. Water service brass for services 2 inches and smaller will be purchased from the City Water Division. The Contractor shall use the brass goods furnished by the Water Division on work under this contract only and not on private property. C. All water service lines will be furnished and installed by the Contractor. Material shall be new type K copper in coils for sizes 3/4 -inch through 1Yz-inch and in coils or straight pipe for 2 -inch size. No couplings or connections will be permitted under the paving. D. Curb boxes for services 2 inches and smaller will be purchased from the City Water Division. E. Couplings for services 2 inches and smaller will be purchased from the City Water Division. Materials purchased from the City Water Division are available at the Water Division at 330 North Madison Street during normal working hours. The Water Division will provide an accounting for materials supplied and the Contractor will be required to keep records of materials used at each service connection. G. Yard hydrant assembly will be furnished by the Contractor. PART 3 - EXECUTION 3.01 RECORDS AND DOCUMENTS: A. Contractor must prepare and retain a set of "as -built" drawings on the job site with accurate and current information on the location of all water service valves, pipe and special construction features. Examples of special construction features include: Offsets in alignment. 2. Changes in depth and depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. Following completion of the project, a copy of these drawings shall be furnished to the Water Division. 3.02 RECEIVING, STORAGE AND HANDLING: A. The Engineer may mark materials found on the job site which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site and replaced with new. 02665-3 3.03 EXCAVATION AND BACKFILL: A. All excavators shall comply with the requirements of the O.S.H.A Standards subpart P -Excavations. B. Earth excavation, backfill, fill and grading shall be in accordance with Section 02220. C. Excavation and backfill shall include all excavation, backfilling, compacting, stockpiling of surplus material on the site, and all other work incidental to the construction of trenches, including any additional excavation which may be required for construction of the water service lines. D. Along the proposed water service lines, the Contractor shall remove the surface materials only to such widths as will permit a hole or trench to be excavated which will afford sufficient room for proper construction. Paving removals shall be as directed by the Engineer E. The Engineer shall approve removal limits. Where working space permits, holes or trenches may be excavated by machine,' provided that by so doing, public and private improvements will not be subjected to v an unreasonable amount of damage. The size of the hole shall be as small as reasonably possible to do the work. If, however, excavation by machine methods cannot be made without damage being done to public and private improvements, hand excavation shall be employed. G. The Contractor shall use a mole for excavation of a hole to place the water service piping, %" to 2" diameter, at any location under a street surface, driveway, sidewalk or lawn area whenever the distance from the water main to the water service connection is greater than 20 feet. The mole shall be used even though the street surface has been removed so as to protect the new street surface from settlement. The mole shall be a maximum of four inches in diameter. The Contractor shall be responsible for all labor, equipment, materials and supervision for mole excavation. H. The Contractor shall be responsible for coordinating the location of all buried utilities and for all damage or repairs to utilities caused by mole excavation. Whenever, in the opinion of the Engineer, it is necessary to explore and excavate to determine the best line and grade for the construction of the new water service line or to locate an existing water service which must be disconnected, the Contractor shall make explorations and excavations for such purposes. J. All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Fire hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, or other utility controls shall be left unobstructed and accessible until the work is completed. Gutters shall be kept clear and adequate provisions shall be made for street drainage. Natural watercourses shall not be obstructed. K. The Contractor shall provide and maintain ample means and devices with which to promptly remove and properly dispose of all water entering excavations or 02665-4 depressions until all work has been completed. No sanitary sewer shall be used for disposal of water. L. To protect persons from injury and to avoid property damage, adequate barricades, fencing, construction signs, caution lights and guards as required shall be placed and maintained by the Contractor at excavations during the progress of the construction work and until it is safe for pedestrian and vehicular traffic to use the roads, sidewalks and facilities. All material piles, equipment and pipe which may serve as obstructions shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. The rules and regulations of O.S.H.A. and appropriate authorities for safety provisions shall be observed. M. Trees, shrubbery, fences, poles and all other property and structures shall be protected during construction operations unless their removal for purposes of construction is authorized by the Engineer. Any fences, poles, or other improve- ments which are removed or disturbed by the Contractor shall be restored to the original condition after construction is completed. Any trees, shrubbery or other vegetation which are approved for removal or ordered for removal by the Engineer shall be removed completely, including stumps and roots. The Contractor shall be responsible for any damage caused by construction operations to shrubbery or other landscape improvements which were not authorized for removal by the Engineer. 3.04 WATER SERVICE CONSTRUCTION. A. The City Water Division will provide at Contractor cost labor and equipment to tap the water main for services 2 inches and smaller. Each water service pipe -shall be connected to the water main through a brass corporation stop. A tapping saddle is required on all PVC water main materials. The plastic plug shall be recovered. The main shall be tapped at an angle of forty-five degrees (45°) with the vertical, if possible. The stop must be turned so that the T -handle will be on top. B. The old water service under the street right-of-way will be shut off and removed. C. The Contractor shall install the new copper service line from the new corporation stop to the new curb stop and from the curb stop to the customer service line near the property line. The size will be determined by the Water Division. The minimum size will be 1 -inch to the stop box. The service pipe shall be laid in the mole hole excavation and in the trench with sufficient weaving to allow not less than one foot extra length for each 50 feet of straight line distance. D. Underground water service pipe shall be laid not less than ten (10) feet horizontally from the building drain, and shall be separated by undisturbed or compacted earth. Where the horizontal separation cannot be met, the water service pipe shall be installed so the bottom of the water service pipe is at least eighteen (18) inches above the top of the building drain line at its highest point. E. A curb stop shall be furnished and installed for each service at the location shown on the plans, or as directed by the Engineer. Place a brick or masonry block under each curb box valve. A cast iron service box shall be furnished and installed over the curb stop and held in a truly vertical position, until sufficient backfill has been placed to ensure permanent vertical alignment of the box. The top of the box shall 02665-5 be adjusted and set flush with the finished surface grade. The curb stop shall be located between the curb and the property line and visible from the sidewalk. F. The Contractor shall make a clean cut on the existing service line and connect the new service line at the location as directed by the Engineer. G. The Contractor shall be responsible for visual inspection of all water service materials used in this work. If water pressure is available or will be available within 24 hours of making the new service connection, the new service shall be subjected to normal system pressure and visually inspected for leaks. If any leaks appear, the Contractor shall make repairs. Each water service shall be turned on and observed by the Contractor within the premises to verify adequate pressure and flow. 3.05 HYDRANT INSTALLATION A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. B. Before installation, cleaning piping and elbow of any foreign matter. C. 4" thick 2'x 2' concrete splash block shall be placed under the hydrant nozzle. D. Orient the hydrant so the nozzle faces the Pond. Outlet nozzles shall be at least 27 % inches above finished ground. E. The base shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with hardwood lumber to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break -off flange. 11/00 shared\engineer\specs-i i\02665. doc 02665-6 SECTION 02701 SEWERS / WASTE HOLDING TANK PART1-GENERAL r? .y 1.01 SUMMARY: A. Construction of waste holding tank structure for the collection and holding of biological dog waste. 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. B. Manholes/Waste Holding Tank 1. ASTM C478, latest edition,'Standard Specification for Precast Reinforced Concrete Manhole Sections. 2. Waste Holding Tank plastic liner - refer to Section 06620. 1.03 QUALITYASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. 02701-1 B. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART2-PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers Joints: All joints will be confined O-ring gasket meeting ASTM C443 or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. B. Reinforced Concrete Pipe - For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type "B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. 02701-2 b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Manholes/Waste Holding Tank 1. Joints: All joints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non -rocking. Waste holding tank manhole frame and lid shall be as noted on the plans. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. D. Bedding: 1. Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE. A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 02701-3 I I Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections 1. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. E. G. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. Jointing 1. Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. Backfill: Compact to 95 standard proctor density in 6 inch lifts within five feet of paving. Compact to 90% standard proctor density in all other areas. Clean pipeline upon completion. H. Tolerances 1. Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 02701-4 I I I I I I I 1 I A 1 I IL 1 Y 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE.- A. IPE. A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: 1. Perform after completion of backfill. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum ''/z -mile for sewers) and before connection to buildings. Low- pressure air tests performed on manhole -to -manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. 02701-5 Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 ' 21 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. 7. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the A existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exriltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of 1 pipe, then the allowable exfiltration can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. 02701-6 f. Locate and repair leaks and retest as required. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND WASTE HOLDING TANK. A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting,' flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill: 95% standard proctor density in six inch lifts within five feet of paving. 90% standard proctor density in six inch lifts all other areas. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 MAINTENANCE OF FLOW. A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Separate gravity sewers from water mains by horizontal distance of at least 10 feet 1 unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. ' 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. 02701-7 C. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. D. Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: 1. The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. E. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 06/03 shared\engineer\specs-ii\02700.doc 1 1 1 02701-8 -'I Co 7? - rJ yc� N 1 1 1 02701-8 SECTION 02821 CHAIN LINK FENCES AND GATES PART 1 -GENERAL 1.01 SECTION INCLUDES: A. Fence framework, fabric and accessories. B. Excavation for post bases, concrete foundations for posts, and center drop for gates. 1.02 REFERENCES: A. ASTM A123 — Zinc (hot dip galvanized) coatings on iron and steel products. B. ASTM A153 — Zinc coating (hot dip) on iron and steel hardware. C. ASTM A569 — Steel, carbon (015 maximum percent), hot -rolled sheet and strip commercial quality. D. ASTM A572 — High strength low -alloy columbium -vanadium steel of structural quality. E. ASTM A817 — Metallic -coated steel wire for chain link fence fabric. F. ASTM A824 — Metallic -coated steel marcelled tension wire for use with chain link fence. G. ASTM F626 — Fence fittings. H. ASTM C94 — Ready -mixed concrete. I. ASTM F567 — Installation of chain link fence. J. ASTM F668 — Poly vinyl chloride (PVC) coated steel chain link fence fabric. K. ASTM F669 — Strength requirements of metal posts and rails for industrial chain link fence. L. ASTM F1083 — Pipe, steel, hot -dipped zinc -coated (galvanized) welded, for fence structures. M ASTM F1234 — Protective coatings in steel framework for fences. N. Chain link Fence Manufacturer's Institute (CLFMI) — Product manual. 02821-1 1.03 SYSTEM DESCRIPTION A. Fence Height: 5'-0" nominal as indicated on drawings. B. Line Post Spacing: At intervals not exceeding 8'-0". C. Fence Post and Rail Strength: Conform to ASTM F669 Light Industrial Fence quality. D. PVC Fabric Coating: Black. PART2-PRODUCTS 2.01 MATERIALS: A. Framing (Steel): Type I round post: ASTM F1083 Schedule 40 galvanized steel pipe hot dipped with average zinc coating of 1.8 oz/sq ft. Type II round post" ASTM F1043 cold formed and welded steel pipe; minimum yield strength of 50,000 psi; extemal coating conforming to Type B zinc 0.90 oz/sq ft minimum or Type D, zinc pigmented, 81% nominal coating with 0.30 mils minimum thickness. B. Fabric Wire (Steel): ASTM F668 PVC coated. C. Concrete: ASTM C94; commercial mix Portland Cement Concrete 3,000 psi strength at 28 days, 3-4 in slump. D. Tension Wire (Steel): Coating conforming to ASTM A824 Type I, aluminum - coated, 0.40 oz/sq ft or Type II zinc -coated Class 2, 1.20 oz/sq ft. 2.02 COMPONENTS A. Line Posts: Fabric height 6 feet or less, 1.90 in diameter; fabric height greater than 6 feet, 2.38 inch diameter Type I or Type II round pipe. B. Comer and Terminal Posts: Fabric height 6 feet or less, 2.875 inch diameter round. Fabric height greater than 6 feet, 2.875 in diameter round. C. Walking Gate Posts: 3 inch diameter. Drive Gate Posts: 4 inch diameter. D. Top and Brace Rail: 1.66 inch diameter, plain end, sleeve coupled in lengths not less than 18 feet. Couples not less than 6.0 inch long with 0.070 inch wall thickness. E. Gate Frame: 1.90 inch diameter for welded fittings and truss rod fabrication. F. Fabric: 2 inch diamond mesh interwoven wire, 9 gage thick, top salvage knuckle and closed, bottom salvage twisted tight. I 02821-2 Y I A A I G. Tension Wire: 7 gage thick spiraled or crimped steel. H. Brace Bands: Minimum 0.108 in thick and % in wide galvanized steel. Attachment bolts shall be 5/16 in x 1-1/4 in galvanized carriage bolts with nuts. I. Tie Wire: Aluminum alloy steel wire placed at intervals not exceeding 15 in when attaching fabric to line posts; and not exceeding 24 in when attaching fabric to top rail or tension wire. 2.03 FINISHES A. Components and Fabric: Vinyl coating, over coating of 2.0 oz/sq ft galvanizing. B. Hardware: Galvanized to ASTM A153, 2.0 oz/sq ft coating. C. Accessories: Same finish as framing. D. Moveable and Threaded Fittings: Field finish same as framing. 2.04 ACCESSORIES A. Caps: Malleable iron galvanized; sized to post diameter, set screw retaining. B. Fittings: Sleeves, bands, Gips, rail ends, tension bars, fasteners and fittings. PART 3 -EXECUTION 3.01 INSTALLATION A. Install framework, fabric, accessories, and gates in accordance with ASTM F567 and manufacturer's instructions. B. Place fabric on inside of posts and rails. C. Set intermediate, terminal and gate posts plumb, in concrete footings with top of footing 6 inches below finish grade. Slope toe of concrete for water runoff. D. Line Post Footing Depth Below Finish Grade: ASTM F567 3.5 feet. E. Comer, Gate and Terminal Post Footing Depth Below Finish Grade: ASTM F567 4 feet. F. Brace each gate and comer post to adjacent line post with horizontal center brace rail and diagonal truss rods. Install brace rail one bay from end and gate posts. G. Provide top rail through line post tops and splice with 6 in long rail sleeves. H. Install center brace rail on comer gate leaves. I. Do not stretch fabric until concrete foundation has cured 28 days or to a minimum of 2,500 psi. 02821-3 J. Stretch fabric between terminal posts or at intervals of 100 feet maximum, which is less. K. Position bottom of fabric 2 inches above finished grade. L. Fasten fabric to top rail, line posts, braces, and bottom tension wire with tie wire at maximum 15 in on centers. M. Attach fabric to end and comer posts with tension bars and tension bar clips. N. Install bottom tension wire stretched taut between terminal posts. 3.02 ERECTION TOLERANCES A. Maximum Variation from Plumb: 1 inch. B. Maximum Offset from True Position: 2 inches. C. Components shall not infringe abutting property lines. END OF SECTION 02821-4 SECTION 02900 w_i.r!I1b3deA71I ft PART 1 -GENERAL 11101 '�Fll8iL\7A A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories, and maintenance. 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or Owner, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or Owner. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and buriapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. PART2-PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed upper growth and dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap 02900-1 with root ball formed of fine earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All street trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6) above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merton Bluegrass sod, -,vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen' - 15% Phosphorus - 15% Potash - 15% 02900-2 Minimum Proportion LbsJ Lbs./ Mix by Weight Acre 1,000 sq. ft. URBAN MIX' Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass 10% 18.0 0.40 (fine leaf variety) 20% 35.0 0.80 Creeping Red Fescue RURAL MIX' Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 `A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merton Bluegrass sod, -,vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen' - 15% Phosphorus - 15% Potash - 15% 02900-2 'At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 -EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: 1. Trees: Spring - March 30 through May 15 Fall - Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the Engineer. The Engineer may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting foreman. C. Tree placement shall be marked in the field by the Engineer. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the Engineer before use. E. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and Straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all A burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. N3.02 PLANTING SOIL MIXTURE: N A. Backfill material for plantings shall be soil salvaged from excavation of the planting well, supplemented with peat. Excavation not suitable for backfill material shall be replaced with topsoil approved by the City Forester. Peat shall be mixed uniformly into the backfill soil at the rate of approximately two cubic feet per container -grown tree. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock 02900-3 E over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH: c� A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: F> v 1. Remove weeds or replace loam and reestablish finish grades if andelays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed and without additional compensation. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than %-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/: tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall he operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Lime, fertilizer, etc., preparation for sod is the same as stated above for seed. Stake all sod as necessary to prevent erosion loss before establishment. B. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.05 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately after each planting and continue until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/ inches by mowing at least three 02900-4 times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after final acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. END OF SECTION 02900-5 SECTION 03300 CAST -IN-PLACE CONCRETE PART 1 -GENERAL 1.1 WORK OF THIS SECTION A. Extent: The work required under this section consists of all job placed concrete work, including form work, curing, and related items necessary to complete the work indicated on drawings and described in the specifications. 1.2 RELATED WORK A. Section 01410: Testing Laboratory Services B. Section 03200: Concrete Reinforcement. C. Section 03370: Concrete Curing. 1.3 SUBMITTALS A. Submit a complete list of all materials proposed to be furnished and installed under this portion of the Work. Show manufacturer's name and catalog number of all items such as admixtures and membranes, the name and address of the ready -mix concrete supplier and mix designs. B. Laboratory design mix: 1. Provide designs for all mixes prepared by a licensed civil engineer. 2. Whenever character or source of materials is changed, provide mix design in accordance with ACI 613. C. Delivery tickets: A copy of each ticket shall be retained for the records of the Engineer. Tickets shall be forwarded to the Engineer after each stage of pouring. See Part 2, paragraph 2.1.A. 1.4 QUALITY ASSURANCE A. Provide at least one person who shall be present at all times during execution of this Work and who shall be thoroughly trained and experienced in placing the types of concrete specified and who shall direct all Work of this Section. For finishing of exposed surfaces of the concrete, use only qualified finishers. B. Codes and Standards: 1. Comply with all pertinent recommendations of "Specifications for Structural Concrete for Buildings" (ACI 301), "Recommended Practice for Concrete Floor and Slab Construction" (ACI 302), and "Guide to Cast -in -Place Architectural Concrete Practice" (ACI 303). 2. Any material or operation referenced to the published specifications of a manufacturer, the American Society for Testing and Materials (ASTM), the American Concrete Institute (ACI), the Portland Cement Association (PCI), the Concrete Reinforcing Steel Institute (CRSI), the Local Building Code, or other published standard, shall comply with the requirements of the current edition of 03300-1 the specification or standard listed. In case of a conflict between the reference specifications and the project specifications, the project specifications shall govern. 3. Cold weather protection: Comply with ACI 306. 4. Hot weather protection: Comply with ACI 305. C. Refer to Section 01410 for testing requirements. 1.5 PRODUCT HANDLING A. Protection: Use all means necessary to protect cast -in-place concrete materials before, doring ancL, after installation and to protect the installed work and materials of other trades. B. Replacements: In the event of damage, immediately make all repairs and replacements necessary and at no added cost. 2.0 PRODUCTS 2.1 CONCRETE A. Proportioning: 1. All concrete shall be ready -mixed, furnished by a mixing plant, mixed, delivered and handled within limits established by ASTM C 94 and Chapter 7 of ACI 301. In addition the ready -mixed concrete producer shall furnish duplicate delivery tickets with each load of concrete delivered to the project. The delivery ticket shall indicate the delivery date and time dispatched; name and location of the project; name of contractor; name of ready -mixed concrete producer; truck number; number of cu. yds. of concrete in load; Gass of concrete; the cement content in bags per cu. yd. of concrete; type and brand of cement; admixtures in concrete, if any; maximum size of aggregate and the amount of water added at job, if any. B. Quality: All concrete shall have the following minimum compressive strength at 28 days and shall conform to the following limits: Location 28 day psi max. slump % Air Foundation 4000 3" Building slabs 4000 2" - Exterior slabs 4000 2" 4 - 6 Site work 4000 2" 4-6 C. Mix Materials: 1. Portland Cement: Normal Portland Cement; ASTM C150 -69a, Type I High early strength Portland Cement; ASTM C150 -69a, Type II. 2. Fine Aggregate: Clean, hard, well graded natural sand or pulverized rock or a combination of both and conforming to ASTM C33-67. 3. Coarse Aggregate: Clean, hard durable gravel or crushed rock conforming to Iowa Department of Transportation (DOT) Gradation No. 4115. Coarse aggregate shall be Durability Class 2 according to Iowa DOT Standard Specifications. 03300-2 Note: Provide sieve analysis and specific gravity tests for all aggregates used in concrete mixes. 4. Mixing Water: Clean and free from oil, acid and injurious amounts of vegetable matter, salts, alkalies, and other impurities. 5. Air -entraining admixture: a. Air -entraining admixture shall conform to ASTM C 260. 6. Admixtures: a. Admixtures other than air -entraining may be used if incorporated into the design mix and accepted by the Engineer. D. Curing and Hardening Agent(s): 1. Ashford Formula as manufactured by the Concrete Chemical Company. Apply uniformly on newly finished floors and slabs, 200 sq. ft. per gallon or according to manufacturer's instructions. 2. Hom One Kote as manufactured by A. C. Hom, Inc. Apply per manufacturer's recommendations. 3. Sonnebom "Sonosil" + "Lapidolith" system. Apply per manufacturer's instructions. E. Curing Membrane: 1. Curing membrane shall be a spray applied inorganic silicate base compound for surface application. 2. Approved manufacturers: - a. W. R. Meadows "Cure -Hard." b. Sonnebom "Kure and Seal." C. Hom WB -309. F. Vapor Barrier. 1. Vapor barrier shall be a 6 mil polyethylene film. G. Abrasive Aggregate: 1. Abrasive aggregate shall be an aluminum oxide non -slip aggregate (8-16 mesh) for dry shake application and embedment in fresh concrete where abrasive aggregate surface is required. H. Non -Shrink Grout: 1. The grout shall be non -shrink, non-ferrous, heavy duty grout. Compressive strength at 28 days shall be minimum 10,000 pounds per square inch. Grout shall remain workable for a minimum of 30 minutes following mixing. Grout shall conform to the requirements of CRD -C621. 1. Patching Grout: See 3.4, B.4 of this Section. J. Epoxy -resin Surface Repair. 1. Use either "Calma Surface-Kote" manufactured by the Sika Chemical Corporation or "Thipoxy 63" manufactured by W. R. Dewey & Almay Chemical Division, W. R. Grace & Co. 2.2 MATERIALS FOR JOINTS A. Expansion Joint Fillers: ikklrIrIIrl SECTION 06620 PLASTIC LINER PART 1 - GENERAL 1.01 SECTION INCLUDES A. Premolded plastic sheet liner for protection of concrete pipe and concrete structure surfaces exposed to raw sewage and gases. 1.02 SUBMITTALS A. Manufacturer's experience including total years involved in the manufacturer of premolded plastic sheet liners for the services intended. B. Welder's prequalification test results. C. Shop drawings showing locations, limitations, and special construction. D. Site specific details of special construction, such as corners, pipe penetrations, pipe joints, caps and manholes, slide gates, stop logs, concrete benching, terminations, construction joints, and miscellaneous locations for variety of types of installations to be performed on the project. E. Manufacturer's materials and written installation procedure data and certification that liner and materials conform with requirements of these specifications. F. Material test data. G. Field test results. H. Two samples of each of the following: 1. Liner sheet including the locking extensions, approximately 12" x 12" square sections. 2. Outside and inside corners strips, joint welding strips, and termination strips. 3. Patching strips for holes or other penetrations. Samples and / or specifications and installation instructions for associated materials such as primers, adhesives, tape, and similar items. 1.03 QUALITY ASSURANCE A. Liner shall be furnished by manufacturer who is experienced, reputable, and qualified in the manufacturing of materials. Manufacturer shall give evidence of successful use of its product as a lining for concrete sewer pipes, appurtenances, and structures in sewage conditions recognized as corrosive to concrete. B. Preparation of surfaces, installation, sealing, welding, and testing of surface shall be performed by individuals trained and authorized by manufacturer for installation of liner. C. Entire surface of installations shall be spark -tested. 1.04 STORAGE AND HANDLING OF MATERIALS A. Take precautions during shipping, handling, and storage to prevent scratching, denting, or puncture of liner, or damaging anchorage system. Use special precautions during cold weather. B. Store in accordance with recommendations of manufacturer. C. Protect liner from excessive heat. D. Repair damage to the liner or anchorages in strict accordance with the manufacturer's instructions and recommendations. PART PRODUCTS 2.01 ACCEPTABLE MANUFACTURER A. Ameron, or equal. 2.02 LINER CHARACTERISTICS A. Materials: 1. Flexible PVC sheet capable of withstanding 40 psi applied to underside surfaces of linear without anchorage failure of sheet rupture. Provide integrally -molded ribs on one side of sheets for pipe, walls, and ceilings; plain sheets for top surfaces. 2. Fully resistant to attack by raw sewage, hydrogen sulfide, and sulfuric acid. 3. Corner strips and angles, weld strips, and miscellaneous materials: As recommended by lining manufacturer. 4. Color: White. 5. Minimum thickness: 1.60 mm, except 2.30 mm minimum for sheets on top surfaces. 6. Mechanical anchorage: Integrally -molded ribs on one side of sheet. 7. Adhesive, primer, and tape: As recommended by liner manufacturer. B. Physical and chemical properties: Properties initial After 112 Days Chemical Exposure Tensile strength (both longitudinal and trans- verse); ASTM D412, minimum 2,175 psi 2,100 psi Elongation at break (both longitudinal and transversed); ASTM D412; minimum percent 200 200 06620-2 I I I Shore hardness; ASTM D2240 at 20°C: One second: 50-60 15 Ten seconds: 35-60 t5 Weight change percent — t1.5 Plasticizer, PVC sheet, permanence; 24 hours at 90`C on 2" diameter disk (ASTM D1203; maximum percent). 1.2 Water absorption at 24 hours; ASTM D570; maximum percent 0.4 Water soluble matter at 24 hours; ASTM D570; maximum percent. 0.15 — Tear strength (longitudinal and trasverse); ASTM - D1004; (grip speed 200in/min); minimum kN/m. 9.4 — - Abrasion resistance; ASTM D1044 CS -17 (call -- brale wheel loaded to 2.2 Ib maximum weight loss), mg. 35 — Coefficient of friction: ASTM D1894. - Stabc coefficient: 0.75 — Kinetic coefficient: 0.54 — Coefficient of thermal expansion; ASTM D696; Inches/"F 2.2 x 10$ PART 3 EXECUTION 3.01 PREPARATION A. Prepare forms and liner in accordance with manufacturer's recommendations. 3.02 INSTALLATION A. Walls: 1. Set and secure to contact faces of concrete forms of surfaces to be lined; conform to manufacturer's recommendation. 2. Place smooth face next to form and anchoring devices towards concrete to be placed. 3. Joints: Overlap or butt joint with no more than 1/8" opening between adjacent sheets. 4. Seal back side of joints with 1" wide weld strip or other means acceptable to manufacturer and ENGINEER. 5. Provide a termination strip at intersection between walls, or pipes, walls, and slabs. 6. Keep number of form tie and other penetrations to a minimum. 7. Installation and sealing shall provide a continuous plastic lining and prevent entrance of concrete or mortar between lining and form. 06620-3 B. Ceiling: ` 1. Set and secure liner to bottom of surface. Conform to manufacturer's recommendations. 2. Use care to form and seal corners formed between wall and ceiling sheets. C. Wrapping: 1. Openings: Wrap and place liner into openings and on sides of openings to form a continuous protection with lining on face of the wall, ceiling, or slab. 2. Return lining minimum of 4" at surface of contact between new concrete and existing or cast -in-place items such as existing concrete, manhole frames, grate guides, stop log slots, ductile iron pipes, and similar items. Seal liner to item using adhesive system recommended by manufacturer. D. Lining concrete pipe: 1. Perform at pipe manufacturer's facilities and in accordance with liner manufacturer's instructions. 2. Set liner flush with inner edge of tongue or groove end of pipe section and extend to opposite end or to approximately 4" beyond the opposite end depending upon type of lining joint to be made with adjoining pipe section. 3. Wherever pipe adjoins structures, extend liner over and around end of pipe and lap with structure liner not less than 4". Coordinate wrapping with slide gates, stop logs, and similar construction. 4. End protection may be fabricated from liner material but need not be locked into pipe concrete. Where pipe lateral or manhole is installed through lined concrete pipe wall, special seals shall be formed to make a continuous liner seal. 5. Provide 360° coverage of interceptor concrete pipe. 6. Repair all damaged areas to pipe lining. 7. Field joints: a. Clean all mortar, joint seal, and other foreign material from lining surfaces adjacent to pipe joint leaving them clean and dry. b. Place 4" welding strip centered over the joint and tack weld to lining. Then, weld along each edge to adjacent liner sheets. 4" joing strips shall lap over each sheet a minimum of V. A 5" nonwelded portion along downstream edge of strip shall be left at bottom of all joints to relieve groundwater pressure behind strip. c. Alternately; make joint with joint flap, with anchorage extensions removing extending approximately 4" beyond pipe end. Joint flap shall overlap lining in adjacent pipe section a minimum of 1". Tack weld joint flap and then, place and weld a 2" weld strip across joint. Protect the flap from damage. Excessive tension and distortion during laying and jointing operations shall be avoided. If required, heat liner to avoid damage. d. Perform joint welding in strict conformance with instructions of liner manufacturer. Fuse both sheets and weld strip together to provide a continuous joint equal in corrosion resistance and permeability to liner plate. e. When groundwater is encountered, joint shall not be made until no visible leakage is evident at joint and joint materials are completely dry. 06620-4 E. Lining multiple curved, warped, or spherical surfaces: 1. Cut sheets to fit multiple curved, warped, or spherical surfaces using a minimum number of separate pieces. 2. Heat forms and liner and maintain heat until concrete has attained sufficient strength to maintain shape and as recommended by manufacturer. 3. 2.3 mm thickness plain sheets may be used in place of sheets having integrally -molded ribs on one side. Plain sheets shall be both adhered to the concrete and mechanically anchored to the concrete surface using stainless steel anchors with washers at 8" maximum on centers. Cover exposed steel anchors with 2.3 mm minimum thickness PVC weld pieces. F. Joints: 1. Closely fit at joints and secure to forms. Overlap or butt joints with not more than 1/8" gap between sheets. Seal joints with weld strip placed over back of joint prior to placing concrete. Seal to adjacent construction to prevent concrete flowing around edges. 2. After forms are removed, apply weld strips to all lapped or butted joints, form tie and similar holes, nail holes, and damaged area of the liner to form a continuous seal of liner. Weld strips shall lap each side of joint 1" minimum. 3. If liner cannot span across too wide an opening, fill joint space with densely -packed acceptable calking material to minimum depth of 2". Rough surfaces shall be ground and polished as required to affect adhesive seal. G. Remove forms in a manner to avoid liner damage. Finishing nails used to hold liner in place on forms shall be pulled through liner and holes patched with a weld strip. 3.03 FIELD TESTING A. Thoroughly clean and visually inspect all surfaces of liner after removal of forms. N B. Nondestructively probe all patches and weld strips to determine adequacy of w seal. C. Test all surfaces including welds and weld strips with an acceptable electrical spark tester with the instrument set at 20,000 volts minimum. Testing shall be as follows: 1. Test a minimum of 25% of welding strips. 2. Test 100% of liner installation. D. Physical tests: 1. Test at least 25% of welding strips. 2. Provide a minimum of 2" extension of welding strip beyond termination point to provide a tab and apply 10 Ib pull to the tab and normal to face of structure. Hold liner adjacent to welding strip against concrete during application of the pull force. Maintain pull if failure develops. Repair failed welded areas and retest after repairs have been made. 06620-5 3. Neatly trim tabs away after weld strip has passed inspection and test. 4. Perform physical tests within 2 days after joint has been completed. 5. For each failed pull test, test one additional tab. 3.04 PROTECTION A. Protect liner from damage prior to placing concrete. B. Protect liner from damage from equipment, personnel, and materials used in or taken through the work. C. Repair all damaged areas and perform work in accordance with the manufacturer's instructions and recommendations. Patch all holes, cuts, tears, and seriously abraded areas in the liner. 1 D. Liner not properly anchored to concrete or when patch larger than 8" across are necessary shall have liner anchorage to concrete restored using adhesive and mechanical anchors. 3.05 WELDERS A. Prequalify welders by requirement to successfully pass welding test. Prequalifications may be required when requested by ENGINEER. B. Prequalification and requalification test shall be witnessed by ENGINEER. C. Weld test: 1. Weld 2 pieces of liner, measuring 10" x 16" each, along the long edge. Pieces shall be held in vertical position and lapped 1-1/2". Position weld strip over lap and weld to both sheets. Extend each end of weld strip at least 2" beyond liner plate to provide tabs. 2. Test each tab by applying a sustained 10 Ib pull to the tab and normal to the face of the liner. Hold liner firmly in place. There shall be no separation between weld strip and liner. 3. Cut three test specimens from the sample after the pull test on the tabs and test in tension across the weld using a sustained pull of 10 lbs per inch of specimen weld length. If none of the tests fail, the weld will be considered satisfactory. If 1 specimen fails, a retest of 3 additional specimens cut from the same weld sample will be permitted. If all 3 additional retests pass, the weld will be considered satisfactory. If more than 1 of the original 3 specimens fail, the weld will be considered satisfactory. D. Welder will be disqualified if his weld test does not pass both tab pulls and tension across weld tests. New qualification tests may be performed when, in opinion of ENGINEER, welder has had sufficient off -the -job training to warrant re-examination. END OF SECTION 11I:I*46114 JC DOGPAC DOG PARK PROJECT PENINSULA PARK IOWA CITY, IOWA A partnership between the City of Iowa City and Johnson County DogPAC IOWA REGIONAL MAP N.T.S. 0 DOG P 0 T 0 / ` d e "Nqr 3 . ernnrw m a u PROJECT LOCATION MAP N.T.S. I SIB Q� i U F+ w C3 cc x a Q Y 0� O. S (j IZ � D a DATE 8&5-2005 DRAWN JON CHKD RWT APROV. AWT eeoo.s� PROJECT NUMBER 05101 N,e,e SHEETTRI.E INDEX SHEET eeommomm e SHEETNUMBER 1.0 0 REV I Neraby certify Net NM orgNe-" do=m' we Prepares by INDEX OF SHEETS SHEET NO. I REV. NO. TITLE 1.0 0 INDEX SHEET 2.0 0 GENERAL NOTES. LEGEND, ea ESTIMATED QUANTITIES 3.0 0 SITE LAYOUT PLAN 4.0 0 ENTRY AREA LAYOUT PLAN 5.0 0 GRADING PLAN 6.0 0 STORM WATER POLLUTION PREVENTION PLAN = 7.0 0 LANDSCAPING LAYOUT PLAN 6.0 0 DETAILS 9.0 0 TYPICAL CROSS SECTIONS dr DETAILS 1D.0-12.0 0 FENCE DETAILS - IOWA REGIONAL MAP N.T.S. 0 DOG P 0 T 0 / ` d e "Nqr 3 . ernnrw m a u PROJECT LOCATION MAP N.T.S. I SIB Q� i U F+ w C3 cc x a Q Y 0� O. S (j IZ � D a DATE 8&5-2005 DRAWN JON CHKD RWT APROV. AWT eeoo.s� PROJECT NUMBER 05101 N,e,e SHEETTRI.E INDEX SHEET eeommomm e SHEETNUMBER 1.0 0 REV I Neraby certify Net NM orgNe-" do=m' we Prepares by me ar under my dyeat eupaMelon and tMl I am a duly Uo sed r.yim �uogxyi Pmfeele d E ga var under the Mrwe of the State of Iowa O O.] R08ERT W. / DT' "• / "`^^ O TOBiN £ 12404 Robert W. Tobin Lk. No. IZW4 Date cD My Iloenee renewd dote N December 31, 2005 ionrannld` Page or eheob oowred by NN sed: 1 hereby eertly that NN eonebuatlan daament we prepared by me er under my dyeet eupel Ie and Nal I am a duly Reahtered .�1ytE OP y y. Wndeope Am Iteot under Ne Imre of Ne State of Iowa. G�O� a MICHAEL P. G STFIENIN �_ N0. MlAdial them Reg No. 218 Dote �L NY Ikmse nmawd date le June 30, 2007. fMAS01y" Pages or Nete cowrod by Nie sad: IOWA REGIONAL MAP N.T.S. 0 DOG P 0 T 0 / ` d e "Nqr 3 . ernnrw m a u PROJECT LOCATION MAP N.T.S. I SIB Q� i U F+ w C3 cc x a Q Y 0� O. S (j IZ � D a DATE 8&5-2005 DRAWN JON CHKD RWT APROV. AWT eeoo.s� PROJECT NUMBER 05101 N,e,e SHEETTRI.E INDEX SHEET eeommomm e SHEETNUMBER 1.0 0 REV A GENERAL CONSTRUCTION NOTES: 7i 1. PROVISION OF MATERIALS AND THE CONSTRUCTION OF THIS PROJECT SHALL BE DONE yi IN CONFORMANCE WITH THE SPECIFICATIONS FOR THIS PROJECT INCLUDING HIGHWAY xf AND BRIDGE CONSTRUCTION OF THE IOWA DEPARTMENT OF TRANSPORTATION, SERIES OF 2001, PLUS CURRENT SUPPLEMENTARY SPECIFICATIONS. WHERE ANY CONFLICT 3a EXISTS BETWEEN THESE STANDARDS, THE MORE STRINGENT SHALL GOVERN. 2. THE LOCATION OF ALL UTILITIES SHOWN ON THE PLANS IS APPROXIMATE. THE EXACT pp LOCATION AND ELEVATION OF ALL PUBLIC AND PRIVATE UTILITIES MUST BE Eg; DETERMINED BY THE CONTRACTOR. IT SHALL BE THE RESPONSIBILITY OF THE 63 CONTRACTOR TO ASCERTAIN WHETHER ANY ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN ON THE PLAN MAY BE PRESENT. I D 3. UTILITY COMPANIES WHOSE LIMITS SH ARE SHOWN ON THE PLANS OR CTONN TO BE 7 WITHIN THE CONSTRUCTION LIMITS SHALL BE NOTIFIED BY THE CONTRACTOR OF THE CONSTRUCTION STARTING DATE f y 4. ALL EXISTING UTILITY FACILITIES EXCEPT FOR CAS, TELEPHONE, CABLE N AND ELECTRIC SERVICE SHALL BE REMOVED, RELOCATED OR ADJUSTED BY THE C CONTRACTOR AS REQUIRED BY THE PLANS FOR A COMPLETE CONSTRUCTION PROJECT. 3 S. THE CONTRACTOR SHALL REPAIR OR REPLACE ANY DRAIN TILES ENCOUNTERED DURING s CONSTRUCTION. IF TILES ARE ENCOUNTERED, THEY SHALL BE REPORTED TO THE f ENGINEER. 6. EXCESS MATERIAL WHICH IS NOT DESIRABLE TO BE INCORPORATED INTO THIS PROJECT INCLUDING STRUCTURES, PIPES, CULVERTS, EXCESS EARTH, STEEL OR BROKEN CONCRETE, SHALL BE DISPOSED OF AT A DISPOSAL SITE FURNISHED BY THE T CONTRACTOR AND SUBJECT TO THE APPROVAL OF THE OWNER. f 7. CONSTRUCTION UNIT SHALL BE THE PUBLIC PROPERTY WITHIN 100' OF AREA OF IMPROVEMENT. THE CONTRACTOR SHALL CONFINE ALL CONSTRUCTION ACTIVITIES TO 'i THESE AREAS UNLESS OTHERWISE AUTHORIZED BY THE OWNER IN WRITING. KEEP ACCESS TO DRIVES AND TRAILS OPEN AT ALL TIMES 18. ALL AREAS WITHIN THE CONSTRUCTION LIMIT LINE SHALL BE FINISH GRADED IN ACCORDANCE WITH PROJECT SPECIFICATIONS AND AS SHOWN ON THE PLANS. 9. FOR THE BIDDERS/CONTRACTOR'S INFORMATION, THE REPRESENTATIVES OF THE UTILITY COMPANIES ARE AS FOLLOWS: BURIED UTILITY iocgoii SERVICE IOWA ONE CALL SYSTEM, PH. 1-800-292-8989 CITY OF IOWA CITY SANITARY SEWER: DAVE ELIAS 356-5170 STORM SEWER: ROGER OVERTON 356-5170 WATER MAIN: ED MORENO 356-5162 CITY PARKS h FORESTRY: TERRY ROBINSON 356-5107 GAS MAINS AND ELECTRIC LINES MIDAMERICAN ENERGY CO., AARON COOPER, PH. 319-330-0538 WNF LINES BEN MURPHY, PH. 319-399-1153 MEDDIIAACCOOMM. TIM EAGAN, PH. 319-351-3984 10. CONSTRUCTION OBSERVATION AND TESTING WILL BE FURNISHED BY THE OWNER UNLESS OTHERWISE NOTED IN THE PLANS OR SPECIFICATIONS. 11. THE CONTRACTOR SHALL PRESERVE AND PROTECT ALL EXISTING FACILITIES SCHEDULED FOR REMOVAL AND REPLACEMENT. 12. THE CONTRACTOR SHALL NOTIFY THE OWNER SEVEN (7) DAYS PRIOR TO COMMENCING CONSTRUCTION AND PROVIDE A PROPOSED CONSTRUCTION SCHEDULE, PRIOR TO THE PRECONSTRUCTION CONFERENCE 13. THE CONTRACTOR SHALL CLEANUP ALL AREAS WITHIN THE CONSTRUCTION UNIT LINE AND DESIGNATED STORAGE AREAS AT THE CONCLUSION OF THE CONSTRUCTION PROJECT. 14. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PERIODIC CLEANUP OF THE CONSTRUCTION SITE DURING THE COURSE OF WORK TO KEEP THE SITE IN A NEAT AND CLEAN CONDITION, 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DAILY CLEANING OF MUD OFF ADJACENT DRIVES AND STREETS, WHEN SUCH MUD IS DEPOSITED THERE AS A RESULT OF THEIR CONSTRUCTION ACTIVITY. 16. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE DEVELOPMENT AND IMPLEMENTATION OF A TEMPORARY SOHL EROSION CONTROL PLAN TO CONTROL SOIL EROSION LOSSES DURING THE CONSTRUCTION PHASE. 17. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE MAINTENANCE OF TEMPORARY EROSION CONTROL FACILITIES AFTER THEY ARE INSTALLED. 18. THE GENERAL CONTRACTOR SHALL BE REQUIRED TO HAVE A QUALIFIED SUPERINTENDENT ON THE JOB SITE TO MANAGE THE PROJECT AND THE SUBCONTRACTORS THROUGHOUT THE ENTIRE PROJECT. THE SUPERINTENDENT SHALL BE AN EMPLOYEE OF THE GENERAL CONTRACTOR. SUPERINTENDENTS OF SUBCONTRACTORS SHALL NOT BE CONSIDERED AS MEETING THE REQUIREMENTS AS STATED ABOVE. 19. THE PROJECT SURVEY BASE IS FROM OWNER PROVIDED MAPPING. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING UTILITIES PRIOR TO DISTURBING THE CONSTRUCTION AREA AND SHALL FIELD VERIFYING EXISTING CONDITIONS. 20. CONSTRUCTION STAKING WILL BE PROVIDED BY THE OWNER. r 1. ALL SAWCUT JOINTS SHALL BE COMPLETED WITH A WET SAW. 2. CLEAR -PIGMENTED LIQUID CURING COMPOUND SHALL BE APPLIED TO PAVEMENT SECTIONS IN ACCORDANCE WITH SECTION 2301.19 OF IOWA DEPARTMENT OF TRANSPORTATION'S STANDARD SPECIFICATIONS 3. THE SURFACE SHALL BE FINISHED TRUE TO LINE AND GRADE WITH A BROOM FINISH. 4. ALL MATERIAL FILL AND PAVING SUBGRADE SHALL BE COMPACTED TO A MINIMUM OF 95S OF THE MATERIAL'S MAXIMUM STANDARD PROCTOR DRY DENSITY. 5. THE UPPER 6 INCHES OF SOIL SUBGRADE IN CUT AREAS SHALL BE SCARIFIED AND COMPACTED -TO AT LEAST 95% OF THE MATERIAL'S MAXIMUM STANDARD PROCTOR DRY DENSITY THROUGHOUT THE LIMITS OF THIS PROJECT. 6. THE PCC PAVEMENT SHALL BE 6 INCHES THICK CONSTRUCTED ON A PREPARED AND COMPACTED SUBGRADE (UNLESS OTHERWISE NOTED). 7. CONTRACTOR SHALL SUBMIT A PROPOSED PAVEMENT JOINTING PLAN TO ENGINEER 48 HRS. PRIOR TO BEGINNING PAVING OPERATIONS. 0. ALL AREAS TO BE PAYED, nLLED, AND TOP -SOILED SHALL BE CLEANED k GRUBBED INCIDENTAL M THE ASSOCIATED BID ITEM. ESTIMATED QUANTITIES: Rem Description STANDARD LEGEND Palland C6nM COM1414 SMRvdk 6• Thick PRM6Mn rtAT -.,�..- a u,E Crushed Rack Sudacirlg CdThQ rtAT,ert r•Ron w we Impoded Topull MOPD9ro SIINCTAR CREED WE 0 ❑ tTam,a snluc,an >-lr� C VERT .or .r uT ru (yE CON w s TREE 5 Fad tkgn Blck VlrrA Oad Chain Link Fence Ste. --2-67- 05 5FadRb Cllmb• Wim Fence Ste. 50 .11 N N un vNTE 0 MOWOUs m¢ Double 6 Foal Wide Manennce Gate 0u ERE 3 oninap Swale Reshaping Sta. UTILITY IDENTIFIERS Waste Holding Tank nREmawNT i Shelter Fooling Das11Ha SPoT BtvamN DTV CABLE TELEVISION Tlees and SHubs lS E BURIED EELECTRICTRIC GENERAL FM FORCE MAIN & ESTIMATED FOC FIBER WTIC CABLE PRSPmm Euwnox 0 OAS AN 2.0 0 EAD POWER EA P OVERHEAD EWER SANITARY SEWOt B SUB BD SUB DRAIN DRAT -,�- P0.0P09kD mx,gR LYE ST STORM SEWER -,ao- Oos1Na axnauR las STM STEAM UNE T TELEI�A - WRIER MAIN W WATER e sum:ME ESTIMATED QUANTITIES: Rem Description Units Estbneled Ouartffy Palland C6nM COM1414 SMRvdk 6• Thick SF I BID Crushed Rack Sudacirlg Tole 1 35 Impoded Topull CY 950 Erosion Codml LF 200 Brick PeWg SF 315 5 Fad tkgn Blck VlrrA Oad Chain Link Fence Ste. --2-67- 05 5FadRb Cllmb• Wim Fence Ste. 50 .11 e c Link Fence Gale EA 6 Double 6 Foal Wide Manennce Gate EA 3 oninap Swale Reshaping Sta. 3.1 Waste Holding Tank EA i Shelter Fooling EA I 1 Tlees and SHubs lS 1 Alseneb 01 Pond 0 tem Description Unys EMlmelad Wed Eadlan Excaysion CY 3200 Day Pond LNer CY 950 CuW Extension LS 1 SIRFence LF 725 Impaled Topsoil CY 1000 t{ Fod HI •No Cllmb• OM FeaCe Sta. 4.8 e 6 Fad W Ide Mddna,ce Gate EA 1 OreImESYmia Re shaping Sia. So 11Tch Wats Llne LF 480 Yard Fyoren t EAI 1 14 FW Wide 001 g mif Gate I EA I 1 O El V F- 0 W E3 Y CL QY¢ a Q g/[DlyL 7 LJ 6 W� DATE 8&8-20M DRAVM JBW CHKD RWT APROV. RWT �eeee� PROJECTNUMBER 05101 met. SHEETTITE r GENERAL NOTES, LEGEND, & ESTIMATED QUANTITIES SHEETNUMBHi 2.0 0 ■ I I 6"0 RAW WATER MAIN CENTERLINE OF PROPOSED DITCH - RESHAPE DRAINAGE SWALE FOR Z 10 STA (SEE SHEET 5.0 FOR DETAILS) CENTERLINE OF PROPOSED DITCH RESHAPE DRAINAGE SWALE FOR 280 STA (SEE SHEET 50 FOR DETAILS) Q \_' INSTALL 5' O-GJMB' 1 I WRE FENCE (TYR) INSTALL 5' (nP.) O RE FEN B' N �\ l �X/ `�� () SMALL DOG AREA110 y1 P 15' MINIMUM DISTANCE FROM NEW FENCE T DOUBLE 6' MAINTENANCE G47E ED OFSPDAD PAVING, i (SEE SHEET 10.0 FOR DElALS) CENTERLINE OF PROPOSED I IMPORTED TOPSOIL GROUND IN POND ONLY 000 0) DITCHES WILL NOT BE TOP -SOILED :0411 l F f A EXTEND EXISTING CULVERT 12' & MOVE FLARED END SECTION TO MATCH LE.. 651.00 (FlELO VERIFY PRIOR TO GRADING) POND ALT. #1 + �R - i f �•'i n GRAPHIC SCALE ! f � . U �^�f F 'P �I'tONSTRUCTION NOTES: d F 11. CONTRACTOR TO Fl -AG FENCE LOCATION AND CONTACT CITY tz FORESTER FOR APPROVAL PRIOR TO CONSTRUCTION. 2. ALTERNATE /1 INCLUDES: A. POND WITH LINER % S. 4' WIDE YORE FENCE GATE - C. DOUBLE 6' MAINTENANCE GATE V D. 461 LF OF 'NO -CLIMB' PARE FENCE 0 PRESERVE & PROTECT EXISTING SEALCOAT ROAD AND PARKING MAINTAIN 5' SEPARATION BETWEEN PARKING ,LOT AND EDGE OF GRAVEL & FENCE (TIP.) PRESERVE k PROTECT TRACER ORE DATLI4TIT EXISTING SEALCOAT TRAIL 1 ENTRY AREA (SEE SHEET 4.0 FOR DETAILS) F " ' BIG D G AREA / 4' 0010E N1RE FENCE GATE - ALT. (1 T TAP EXISTING 6"0 RAW 470 LF OF I" WATER LINE WATER MAIN LINE \ (TYPE K COPPER PIPE) I l� T '.y'W100 1'00 1"W 1'W- ��LV 12X12' 6- THICK PCC SLABVSFALL YARD I TI 'YDRANT _ DOUBLE 6' MAINTENANCE GATE 'URB STOP ( SHEET:IRO FOR DETAILS) INSTALL 5' NO-CLIMS' WIRE FENCE (T)P.) AGILITY / TRAINING AREA \DOUBLE BE MAINTENANCE CAIS v �\ 0 \ 'SEE SHEET 10.0 FOR DETAILS) ALT Y // cc ma c) U0 (-)0 \ CENTERLINE OF PROPOSED DITCH., - RESHAPE DRAINAGE SWAGE FOR 280 STA y --- - \ (SEE SHEET 5.0 FOR DETAILS) DRAWN JBW CHKD AWT APROV. RWT �� PIYOJIBCT NUMBER 05101 FE SHEET TITLE SITE LAYOUT PLAN SHEET NUMBER 3_ zL V v Lu 0 d Y Q Y O_ ma c) U0 (-)0 DATE 8-8-2005 DRAWN JBW CHKD AWT APROV. RWT �� PIYOJIBCT NUMBER 05101 mmm SHEET TITLE SITE LAYOUT PLAN SHEET NUMBER 3_ zL V i SMALL DOG AREA INSTALL 5' HIGH 'NO—COMB' WRE FENCE (TVP.) / REMOVE EARTH AS REQUIRED AND PLACE 12' LAYER OF TOPSOIL IN PLANTING AREA% 4 PLACES AROUND ENTRY \/ (JO CY TOTAL) /\ 4 INSTALL CHAINLINK ^SAFETY—GA7E UNIT' (SEE SHEET 8.0 FOR DETAILS) INSTALL 4' NIDE CHAINUNK FENCE GATE (TVP.) (SEE SHEET 8.0 FOR DETAILS) O• BIG DOG AREA B PROTECT p - EALCOAT ROAD AND L INSTALL 5' HIGH-!' %CHAINUNK FENCE (TVP.) ' CONCRETE PAYERS PLACED ON 6' THICK PCC PAVEMENT (SEE SHEET 8.0) 660 6' THICK FCC PAVEMENT ENTRY FOOTING (TYP.) (SEE SHEET 9.0 FOR DETAILS) WASTE HOLDING TANK (SEE SHEET 8.0 FOR DETAILS) 6' THICK CRUSHED STONE (SEE SHEET 8.0 FOR D£TA /\ INSTALL 5' RIC HO—CLIMB' MIRE FENCE MR) i APPROXIMATE LIMITS OF EXISTING AGILITY / TRAINING MAINTAIN 5' SEPARATION BETNEEN PARKING LOT AND INSTALL J' THICK LAYER OF CRUSHED STONE (OVER PERMEABLE GEO—FABRIC) BETNEEN PARKIN PAVEMENT k FENCE � DATE &&ZOOS DRAWN JBW CHKD RWT APROJ. RWT PROJECT NUMM33 05101 maw SHEET TIRE ENTRYAREA LAYOUT PLAN SHEET NUMBFA 4.0 X12 CULWRT IX7ENDON G IC SCALE / - �o i XA POND NX/ \ C\ 3200 CY OF IXCA VA IlON h 70 CY OF RLL REWIRED FOR POND (IN PLACE WAN071E5) 1_ � tzs TTT� � i rS9 BIG DOG AREA I 11 CONSTRUCTION NOTES: 1. EXISTING ODD NUMBERED CONTOURS ARE BASED ON INTERPOLATION. CONTRACTOR TO FlELD VERIFY. i ul N U w a xa Q Y a 0l C) O >o DATE 8-8-2005 DRAWN JBW CHID RWT APROV. RAT PROJECT NUMBER 05101 comas SHEETNUMBER 5.0 0 aISTORMWATER POLLUTION PREVENTION NOTES: 1. SEDIMENTATION AND EROSION CONTROL MEASURES ARE REQUIRED REGARDLESS OF THE TIME OF YEAR. THIS PLAN AND ITS ASSOCIATED REQUIREMENTS FOR THE PERMIT MUST p BE IMPLEMENTED DURING WINTER MONTHS AS WELL I 'r THE CONTRACTOR IS THE CO -APPLICANT FOR THE NPOES PERMIT AND IS TD mFoRm ALL REQUIRED RECORD KEEPING A COPY OF ALL RECORDS SHALL BE SUBMITTED TO THE OWE ? AS THEY ARE PRODUCED. r A SMALL DOG AREA 1 � 1 I I I i 4MIN.,'T' STEEL FT:NCE POST ENGINEERING FABRIC I ''� �GROUND LINE �_ \VIIYII 6' TRENCH DEPTH FOR NORMAL INSTALLATION 12' MINIMUM TRENCH DEPTH FOR DITCH INSTALLA77ON FABRIC 5 ti f GRAPHIC SCALE as i + — BIG I aAC F7LL TO 95T PROCTOR DENSITY SILT AREA \ i IAGILITY/ TRAINING AREA e � 5 CORD NIR£ POST FABRIC ENGINEERING GRO 12' TREI ATTACHMENT TO SILT FENCE TYPICAL CROSS SECTION BACKWEw POST SILT FENCE DETAIL N.T.S. N.T.S. ui I H co - a fI -O � rI LINE O1TOV U W Y ¢ Q Y aQ IT a 0 C) O 0 DATE 8-&2005 DRAWN JBW CHKD RNlT APROV. RWT PROJECT NUMBER 05101 Wn SHEET TRE STORM WATER POLLUTION PREVENTION PLAN SHEET NUMBER 6.0 0 REV £t 2. REFER TO SPECIFICATION SECTION 01737, 01737-A, 01737-8, AND 01737-C FOR STORMWATER POLLUTION s PREVENTION PLAN, NPDES GENERAL PERMIT NO.2 SUBMITTAL '= REQUIREMENTS AND EROSION CONTROL TECHNICAL = SPECIFICATIONS S 3. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTROL €1 EROSION ON THE SITE AT ALL TIMES. THE CONTROL Bj MEASURES SHOWN ON THE PLAN ARE A MINIMUM. THE 1 CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION CONTROL j MEASURES AS NECESSARY TO FULFILL THIS REQUIREMENT. e4. THE CONTRACTOR IS REQUIRED TO USE STABILIZATION I CONTROLS FOR AREAS THAT WILL NOT BE REDISTURBED FOR 32 DAYS OR MORE. THE CONTRACTOR IS STRONGLY ENCOURAGED TO PROVIDE STABIUZATION CONTROL FOR ALL DISTURBED AREAS ON SITE REGARDLESS OF THE TIME PERIOD E BEFORE THEY WILL BE DISTURBED AGAIN. REFER TO ' SPECIFICATION SECTION 01737 FOR REQUIRED STABILIZATION CONTROLS NOT SHOWN ON THIS PLAN. 15. THE CONTRACTOR SHALL USE CONTROL MEASURES AS REQUIRED TO KEEP SOILS FROM LEAVING THE SITE EXCEPT IN i 6 CLOSED CONTAINERS. i 6. IN THE EVENT THAT SOILS LEAVE THE SITE, CLEANUP SHALL ° BE PERFORMED ON A DAILY BASIS AT A MINIMUM AND UPON ! REQUEST BY OWNER'S REPRESENTATIVE AT NO ADDITIONAL p e COST. PAVEMENT IS TO BE SCRAPED OF DEBRIS AND MUD f AND BROOMED CLEAN. MUD TRACKS ARE TO BE REMOVED AS THEY ARE CREATED. SURROUNDING ROADS ARE TO BE KEPT FREE OF DEBRIS AND MUD AND SHALL BE CLEAN AT THE END OF DAY. 7. MAINTAIN SILT FENCE AT ALL TIMES IN AN UPRIGHT POSITION. CLEAN SILT FROM FENCING ON A REGULAR BASIS AS PER THE SPECIFICATIONS. 8. CONTRACTOR TO LOCATE AND RELOCATE SILT FENCE AS NECESSARY THROUGHOUT THE PROJECT TO CONTROL / EROSION, 9. CONTRACTOR IS REQUIRED TO PROVIDE SILT FENCE OR STRAW BALES AROUND STOCKPILED OR EXCAVATED SOILS IF P� RAIN IS FORECASTED BEFORE STOCKPILE IS RE -SPREAD. 10. CONTRACTOR TO USE EXTREME CAUTION WHILE INSTALLING SILT FENCE OR OTHER EROSION CONTROL DEVICES NOT TO DAMAGE UNDERGROUND UTILITIES I 11. WHERE WATER IS PUMPED FROM EXCAVATIONS ON SITE, PROVISIONS SHALL BE MADE TO REMOVE SEDIMENT FROM THE WATER BEFORE IT OUTLETS INTO THE STORM SEWER SYSTEM. PLACING A FILTER BARRIER AROUND THE PUMP INLET IS ONE `.. METHOD OF REMOVING SEDIMENT WHILE DEWATERING. CONSTRUCTING SEDIMENTATION BASINS TO FILTER SEDIMENT \ 1 FROM THE WATER IS ANOTHER. 12. WHERE WATER IS OUTLET FROM A DEWATERING SYSTEM, PRECAUTIONS SHALL BE TAKEN TO ENSURE THAT EROSION GULLIES DO NOT FORM. 13. ALL AREAS DISTURBED ARE TO RECEIVE FINE GRADING, SEED, AND MULCH FOR FINAL RESTORATION. I 'r THE CONTRACTOR IS THE CO -APPLICANT FOR THE NPOES PERMIT AND IS TD mFoRm ALL REQUIRED RECORD KEEPING A COPY OF ALL RECORDS SHALL BE SUBMITTED TO THE OWE ? AS THEY ARE PRODUCED. r A SMALL DOG AREA 1 � 1 I I I i 4MIN.,'T' STEEL FT:NCE POST ENGINEERING FABRIC I ''� �GROUND LINE �_ \VIIYII 6' TRENCH DEPTH FOR NORMAL INSTALLATION 12' MINIMUM TRENCH DEPTH FOR DITCH INSTALLA77ON FABRIC 5 ti f GRAPHIC SCALE as i + — BIG I aAC F7LL TO 95T PROCTOR DENSITY SILT AREA \ i IAGILITY/ TRAINING AREA e � 5 CORD NIR£ POST FABRIC ENGINEERING GRO 12' TREI ATTACHMENT TO SILT FENCE TYPICAL CROSS SECTION BACKWEw POST SILT FENCE DETAIL N.T.S. N.T.S. ui I H co - a fI -O � rI LINE O1TOV U W Y ¢ Q Y aQ IT a 0 C) O 0 DATE 8-&2005 DRAWN JBW CHKD RNlT APROV. RWT PROJECT NUMBER 05101 Wn SHEET TRE STORM WATER POLLUTION PREVENTION PLAN SHEET NUMBER 6.0 0 REV GRAPHIC SCALE w� a PI.f 3chwdulw Trees K Bandcal Name common iftm Qty, site R marlP Gly Gletltlala lnocturne YheEammief sneeemeale locual 6 11? BB Cpl Cuan:la mecmc bu orc 77 1 7? BB FPC MM wllco'clmmzen' cimmeronun { 11?BB FAA jFwImr, —Wcana'ezumn Ie' lattarn purple own 7 11lC N 1 QM (2) ala r SMALL DOG AREA 1 i `� ql BIG DOG AREA / AV (J) PH (J) CONSTRUCTION NOTES: 1. ALL PLANTS AND PLANTING BED TO RECEIVE A 4- LAYER OF SHREDDED HARD WOOD MULCH! WEED CONTROL FABRIC IS NOT REQUIRED. 2. STEEL POSTS PROVIDED BY CITY FOR TREE PROTECTION FENCE. - 3. TREES SHALL .BETIED TO STEEL POST OF TREE a PROTECTION' FENCE. , 4. ALL GRASS SEEDING TO BE PROVIDED BY CITY (NOT IN + •• ° THIS CONTRACT). .. o CTS (J) •RR (14) YA (16): 1 MP (J2) i CTS i(2) OM (J) I 1 c _ '�^ AGILITY /TRAINING AREA Ilk ------------------ pe W) : w) `�-wJ ra•w) t2.•w)��(i""-wt. w Y � G Y o_ Q ma Do � U O (5 � O a DATE 0.8-2005 DRAWN JBN CHKD SSF APROV. SSF PROJECT 05101 mme SHEET TITLE LANDSCAPING LAYOUT PLAN SHEET NUMBER 7.0 0 ■ PLAN VIEW IMAGE VIEW 6'0 STAINLESS STEEL WASTE DROP WI7H LID OPERATED BY FOOT PEDAL TOP OF STRUCTURE FLUSH WITH CRUSHED STONE SURFACE (TVP.) MEET OF ASTM C478 INSTALL PLASDC LINER ON ALL INTERIOR SURFACES (SFE SPECIRCA17ON 06620) WATERPROOFING APPLIED TO ALL TANK INTERIOR SIDES R BOTTOM IDOT RA -54, NON ROCKING FRAME AND GRATE (OR APPROVED EQUAL) SECTION VIEW WASTE HOLDING TANK DETAIL CONSTRUCTION NOTES: 1. CONTRACTOR TO SUBMIT SHOP DRAWINGS FOR WASTE HOLDING TANK. 2. JOINT SEALANT TO BE BUM RUBBER MASTIC TYPE SEAL THAT CONFORMS TO LATEST AASHTO SPECIFICATION M-198 AND FEDERAL SPECIFICATION SS -S -0021(210-A). 3. TANK TO BE DESIGNED TO SUPPORT MINIMUM AASHTO H-20 LOADING. 4. CONCRETE COMPRESSIVE STRENGTH SHOULD BE 4000 PSI AT 28 DAYS. 5. MONOLITHIC SECTIONS B. REINFORCING STEEL SHOULD CONFORM TO ASTM SPECIFICATION A615. 7. REINFORCING STEEL WELDED WIRE FABRIC SHOULD CONFORM TO ASTM A -1&S 5' HIGH BUCK WNYL COATED CHAINLINK FENCE (Typ) PCC PAVEMENT4000 1/2'0 DRILLED WEEP OLE 12' THICK PLC PA PLAN VIEW LLTT, SECTION VIEW 4' WIDE SELF CLOSING CATS MTH BUTTERFLY LATCH (ryp) SAFETY GATE AREA DETAIL n 1 • = 4• 8.0 W0774 VARIES (SEE SHEET VARIES (SEE SHEET 4.0) VARIES (SEE SHEET 4.0)- -CONCRETE PAVER (T)P.) BUTT JOINTED \ J' BITUMINOUS SETTING BED 1 OF BRICK PA JOINT �J' MIN. SAND LEVEUNG BED CONCRETE PAVERS DETAIL n N.T.S. B.0 i MULCHED PLANRNG BED COMPACTED TO 95% PROCTOR DENSITY REBAR AT 18' O.C. SHEET TITLE DETAILS SHEET NUMBER 8.0 0 U W cr Y d 4 Y m� c) C7 c) D iL DATE 8 -a -m DRAWN JEW CHKD ROUT APROV. RN? PROJECT NUMBER 05101 W, . SHEET TITLE DETAILS SHEET NUMBER 8.0 0 PAVEMENT THICKNESS SHOWN ON PLANS NON-KIOVEN GE07EX77LE IN ACCORDANCE DEPARTMENT OF 7RANSPORTA71ON SPECIF/CA7/01V IOWA DOT 4120.01 GRADATION 21 SAMPLE TO BE SUBMITTED TO ENGINEER PRIOR TO INSTALLATION TYPICAL GRANULAR SECTION �L N.T.S. 9.O FOR ALL PROPOSED GRANULAR SURFACES COMPAC7E0 TO 95X PROCTOR DENSITY FILL OR CUT BEHIND EDGE SLAB AS NECESSARY TYPICAL PCC PAVEMENT SECTIONn N.T.S. 9.0 FOR ALL PROPOSED PCC PAVEMENT 1. THE MATERIALS USED THROUGHOUT THE POND LINER SHALL BE UNIFORM. 2. IF THE SURFACE OF ANY LAYER OF THE POND BECOMES TO HARD OR SMOOTH FOR PROPER BOND WITH SUCCEEDING LAYER IT SHALL BE SCARIFlED TO A DEPTH OF NOT LESS THAN 2'. 3. MOISTURE CONDITIONING SHALL BE PROVIDED IF NECESSARY TO OBTAIN THE REQUIRED COMPACTION (INCIDENTAL TO POND LINER). 4. POND LINER UFT THICKNESS SHALL BE IN ACCORDANCE WITH RECOMMENDATIONS OF GEOTECHNICAL LABORATORY CERTIFYING POND LINER MATERIAL 5. MINIMUM COMPACTION SHALL BE AS RECOMMENDED BY GEOTECHNICAL LABORATORY CERTIFYING POND LINER MATERIAL COMPACTED TO 95X PROCTOR DENSITY OUTLET ELEVATION 651 2' THICK CLAY LINER I-Ix10''CM/SEC PERMEABILITY El EVe171fDVA48_-- — --- 4 4 - - _ J 1 2 ELEVATION 643 - 2 TYPICAL POND SECTION N.T.S. 9.0 }' EX-AN901V JOINT PCC PA SUBGRADE COMPACTED 70 95X STANDARD PROC70R DENSITY UNDISTURBED SOIL MATERIAL 6 REB RS r -I- CHAMFER /4 REBARS FOOLING ENTRY FOOTING DETAIL n N.T.S. s.o B REQUIRED IN ENTRY AREA (SHEET 4.0) i r W C3 CC Y a Q Y C 0 00 8 �O o DATE 8-&2005 DRAWN JON CHKD RWT APROV. RWT PROJECT NUMBER 05101 MM® SHEETTRLE TYPICAL CROSS SECTIONS & DETAILS vmmmmm� SHEET NUMBER 9.0 o 0 ■ GATE POST INSTALLATION �—U.s iaok spow of f.- fmm -0 puff pat to WII pa! ANGLE POST ASSEMBLY GENERAL NOTE Contract Items for Field Fence construetian are. Fled Fence Field Fence Gate Field Fence Brace Panel ® Brace Panel �Hu ® Brace wire: 4 strands of No. 9 wire. T IT © Details Indicate placement of granular material for certaln pasts. Posts may be driven If satisfactory method Is demonstrated to the Engineer. Granular material _will not be required for driven posts. ® Metal Brace 8' long. QWrap wire fabric around post. (t Unless specified otherwise on detail plane, gales shell be 12 feet in width. Double gate Is required only for widths more than 11 feet Exact details of gate design shell be subject to the approval of the Engineer. Installation shall be as recommendec by the manufacturer. - A' rot TYPICAL END POST INSTALLATION —Mgt.. Brace. aemw. End. Bate or Pull Post _Dne complete wrap of brass Ore .mond each poet ,-s aplad J pl.. .tre splice The bro brow wk. chaff be Wbted logetha bo prod.. roper tembn in the bmoe ..e Ify. DETAIL 'A' BRACE WIRE INSTAl1ATDN (Bm. eve mopped the same et the bottom of post.) PULL POST ASSEMBLY 5' HIGH NO CLIMB FENCE N.T.S. 10. DETAIL 1 OF 2 Mpeell as 'A' Top w1,% Top airy DTE obde shall be placed an Roadway oldie of posts Far ce to curves vtream .mesings or other l oatlons ep. l..1 directed by Me Englneer, fabric may be placed . the Property side of ports TYPICAL PLAN OF FENCE .Ingle etrend barbl.. Ire single etmnd bvrblen wIro wrap wlro wound post and Itself TYPE 47 FENCE END POST WIRE WRAP O Tenwm Cu 4 Beforore\Stmtchkp Teabn W O After Sa.bei STRETCHING DETAILS M Step 2 Step 4 Step B DETAILS OF BRACE WIRE INSTALLATION NOTES: O minimum of four tight wraps back around itself. Ends of the to b OSet staples crosswise to the grain. Staples are to be driven tight at pull poste. All other wood post the staples shall be driven firm, but loose enough to allow lateral movement of the wire. Oy Approved fence fabric wire splice. 8 U w C3 Y a Q Y a !d m EL ❑ C5 U O s O a. DATE 8.8-2005 OA tension curve consists of a 'U' shaped crimp In the fence DRAWN ALH wires. It has the same effect as a spring. Stretch to 50% re— CHKD RWT moval of the factory crimp. APRCv. RWF O Contractor shall submit sample of fencing materials to engineer ss�� prior to Installatlofi. PROJECT NUMBER OFence splices connections and staples shall be done In accordance 05101 with IDOT Standard road plan RC -80(2). OMaterials shall be furnished In accordance with and meet requirements almno of Iowa Department of Transportation Standard Specifications Section 4154. mwmmw� if conflict exists between this detail and specification, the more stringent SHEETTITE © shall apply. iimen i ns shall be as shown on this detail In lieu of IDDT dimensions FENCE DETAILS specif 5' HIGH NO CLIMB FENCE n N.T.S. 10. DETAIL 2 OF 2 SHEETNUMBER 10.0 0 10'-0" lo,–Cr, Poet Spacing 10,-0" Spacing _ Top Rail Y a Top Rail I Brace Poet Gate Post 4 Fence Fe Brace Roil a Fence fabric shall normally be placed on roadway side of On post. For certain curves, stream crossings or other locations, Truce Ro Truss Rod na Bottom roadway CHKD RWr Tension APROV. RWr Wire Contract Items are: TN9s Rod I 7i 77ight�ilng isements Tightening Device 'Chain Link Gate Assembly' Fenn Fabric Gate Width Drop Bar Lock Vertical StayVSe ",,L er Baro Stay` Bore P Normal Fencing TYPICAL PLAN OF FENCE .Approved center gate atop. Installed according to fabricators instructions TYPICAL DETAILS GATE INSTALLATION 10'–o" Post Spacing I Th'IL;AL UC IAIL1 ANGLE OR CORNER POST INSTALLATION POST INSTALLATION DETAILS TYPICAL DETAILS PULL POST INSTALLATION 5' HIGH BLACK VINYL CLAD CHAIN LINK FENCE N.T.S. DETAIL 1 OF 2 B� 7 f998E� IL/ " Is'fnn 'torr. lo,–Cr, U Post 10,-0" Spacing _ Top Rail Y a Gate Post® Brace Post --,.,,Fence GENERAL NOTES: Fence Fe This detail Illustrates the Installation of Chain Link Fence. Brace Rall Fence fabric shall normally be placed on roadway side of post. For certain curves, stream crossings or other locations, Truce Ro fabric may be placed on the side of the post away from the Bottom roadway CHKD RWr Tension APROV. RWr Wire Contract Items are: TN9s Rod 'Chain Link Fence" Tightening Device 'Chain Link Gate Assembly' Construction of all brace post assemblies shall be considered incidental to the price bid for 'Chain Link Fence'. Z Concrete Encasements _ Post 10'-0" �paclng 01 Fabric width shall be 5 feet unless otherwise specified. Top Roll © Unless specified otherwise on dela 11 plans, gates shall be 16 feet M width. Double gate (shown) Is required only for widths more than 16 feet. Exact details of gate design shall be subject to approval Pull Poet Pull Pos of the Engineer. Gate shall be provided with approved stop, latch and means for locking. Installation shall be as recommended by the Brace Rag manufacturer. Q See Detail 2 of 2. Truss R ® End Post used to terminate run of fence If no ga4 is proposed. © Standard weight (Schedule 40) steel pipe. —Truss Rod Tightening Device TYPICAL DETAILS PULL POST INSTALLATION 5' HIGH BLACK VINYL CLAD CHAIN LINK FENCE N.T.S. DETAIL 1 OF 2 B� 7 f998E� IL/ " Is'fnn 'torr. SHEETTmE FENCE DETAILS SHEET NUMBER 11.0 0 REV U LU a Y a Q Y O) o tai Qo g DATE 11-8-2005 DRAWN PLH CHKD RWr APROV. RWr PROJECT NUMBER 05101 m,mn, SHEETTmE FENCE DETAILS SHEET NUMBER 11.0 0 REV 0m0mmtd Pwt TYPICAL DETAILS ANGLE, CORNER, OR END POST ASSEMBLY TYPICAL DETAILS BOTTOM TENSION MARE AND KNUCKLED SELVAGE TYPICAL DETAILS BRACE POST ASSEMBLY We a M tie GENERAL NOTES: - SDDeclfic details of manufacture of component parte of the complete fence construction sfiall be subject to the approval of the Engineer. Commercially available Items produced specifically far the use Intended shall be used wherever possible In the construction of of the fence. Poets, braces, and rolls of alternate cross-sectional shape, material, or protective coating may The used if approved by the Engineer. Similar parts with different shapes or protective coatings sholl not be Intermingled within project limits. Approval for any alternate must be received before any such construction may proceed. Chain link fabric shall be coated M accordance with protect specifications. MMIM M� n,., M Ia snb tna rav, a p design 01 MM rput*d Marlon ft� top -1 r.00 .M a trrW* s GH BLACK ed W T*p Rail Wprm clan amrun bb* W rdel* sen �� dano Co~t W bottom ft opprnMd dompb Clan* W Gramd Rod TYPICAL DETAILS GROUND ROD INSTALLATION Toy RPI Every Mb RkRM MA M p�q-boded atma,den t)*e TYPICAL DETAILS RAIL SLEEVE I CLAD CHAIN LINK FENCE N T.B. DETAL 2 OF 2 coal R d Rod U w Y O. Q Y CDCL O a O C7 � QO DATE 8-8-2005 DRAVM ALH CHKO RWf APROV. RAT PROJECT NUMBER 05101 wlPw SHEETTRLE FENCE DETAILS SHEET NUMBER 12.0 o REV r OS- 6-05 °� 6 6 Prepared by: Ross Spitz, Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149 RESOLUTION NO. n5 -97R RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE JC DogPAC DOG PARK PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY. IOWA THAT: 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 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. 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, until 10:30 a.m. on the 13'' day of September, 2005, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 20 day of September, 2005, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 76t1, day of August 20 05 AYOR ATTEST:Ct t_��� 7k . 2 .r n CITY CLERK Pmng(res/app&s-DogPAC.doc Approved by / City Attorney's Office Resolution No. 05-278 Page 2 It was moved by Bailey and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion x Elliott v Lehman x O'Donnell _x Vanderhoef x Wilburn ADVERTISEMENT FOR BIDS IOWA CITY DOG PARK PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 8th day of September, 2005, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. 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 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 20th day of September, 2005, or at such later time and place as may be scheduled. The Project will involve the following: This project is for the construction of major elements of the JC DogPAC Dog Park Project and 810 SF of 6 inch concrete sidewalk, 1,000 gallon waste holding tank, 50.11 Stations of 5 foot high "no climb" wire fence, 315 SF of concrete pavers, 35 tons of granular surfacing, 207 LF of chain link fencing, six - four foot wide man gates, three - twelve foot wide maintenance gates, landscape plantings and 310 LF of drainage swale reshaping. This project also includes an alternate for a pond. Construction elements of this pond include 3,200 CY of earthen excavation, 950 CY of pond liner, 480 LF of 5 foot high "no climb" wire fence, 560 LF of drainage swale reshaping, and 480 LF of liner water line with a yard hydrant. All work is to be done in strict compliance with the plans and specifications prepared by Shoemaker & Haaland Professional Engineers, of Coralville, 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 form 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 maintenance of said Project, if required, AF -1 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 two (2) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 30 Specified Start Date: October 1, 2005 Liquidated Damages: $200.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of City Engineer, Iowa City, Iowa, by bona fide bidders. A $35.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Treasurer of City of Iowa City, Iowa. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this AF -2 Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 Printer's Fee $—&-a 7 io CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, Orlene Maher, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper I times(s), on the following dates(c)- 9C) U 5 Legal Clerk Subscribed and sworn to before me this c9IJ-('` day of A.D. 20 D S Notary Public UNDAKROTZ T- Commilwalon Number 72 Mo OFFICIAL PUBLICATION ADVERTISEMENT FOR BIDS IOWA CITY DOG PARK PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 8th day of September, 2005, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be pub- rished as required by law. Sealed propos- als will be opened immed-ate-ly there- after by the City Engineer or designee. Bids sub -miffed by fax machine shall not be deemed a'sealed bid' far purposes of this Project. Pro-posals 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 20th day of September, 2005, or at such later time and place as may be scheduled. The Project will involve the following: This project is for the construction of major elements of the JC DogPAC Dog Park Project and 810 SF of 6 inch concrete sidewalk, 1,000 gallon waste holdng tank 50.11 Stations of 5 foot high 'no climb' wire fence, 315 SF of concrete pavers, 35 tons of granular surfacing, 207 LF of chain link fencing, six - four foot wide man gates, three - twelve foot wide mainte- nance gates, landscape planfings and 310 LF of drainage swale reshaping. This project also includes an alternate for a pond. Construction elements of this pond inclutle 3,200 CY of earthen excavation; 950 CY'of pond liner, 480 LF of 5 foot high 'no climb' wire fence, 560 LF of drainage swale reshaping, and 480 LF of liner water line with a yard hydrant. All work Is to be done in strict compli- ance with the plans and spacifida-tions prepared by. Shoemaker & Haaland Professional Engineers, of Coralville, Iowa, whlch have hereto -fore been approved by the City Council, and are on file for public exami-nation in the Office of the City Clerk. Each proposal form shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the pro. posal, by a bid bond executed by a cor- poration authorized to contract as a sun, ty in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made pay -able to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City o1 Iowa City in the event the success-ful 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, H required, pursuant to the provi. sions of this notice and the other contract docu-menu. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calen. dar days following award of the contract, or until rejec-tion is made. Other bid bonds will be returned after the canvass and tabula -tion 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 hun-dred percent (100%) of the contract price, said bond to be Issued by a respon-sible surety ap-proved by the City, and shall guarantee the prompt payment of all materials and labor, and also pro- tect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the ccntract, and shall also guarantee the mainte-trance of the improvement for a period of two (2) years from and after Its com-pletion and formal accep-tance by the City Council. The following limitations shall apply to this Project: Working Days: 30 Specified Start Data: October 1, 2005 Liquidated Damages: $200.00 per day con -tract documents may beexamined at the office of the City Clerk. Copies of said plans and specifi-cations and form of pro- posal blanksmay be secured at the Office of City Engineer, Iowa City, Iowa, by bona fide bidders. A $35.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made. payable. to Treasurer of City of Iowa City, Iowa. Prospective bidders are advised that the City of Iowa City desires to employ minor- ity contractors and subcontractors on City projects. A listing of minority contrac- tors can be ob-tained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422 Bidders shall list on the Form of Proposal the names of Persons, firms, companies or other parties wffh whom the bidder intends to subcon-tract. This fist shall include the type of work and approximate subcontract amoun(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontrac- tors, together with quanti-Hes, unit prices o„n ggo.,rnen'd�m. gym.,,,=10 By virtue of statutory authority, pref- erence must be given to products and provi-sions 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 recipro-cal 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 irregu- larities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CIN CLERK 64837 August22,2005 Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED. ID # 42-0330670 1, Orlene Maher, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper_ times(s), on the following dates(s): A -A.,- 1�,2fJi15 Legal Clerk Subscribed and sworn to before me this 1 day ofd A.D. 20 pS Notary Public r, UNDAIQiO1Z g COrnrnlssbn Number 732810 tAy ccmmission EVIree .-7, 2008 OFFICIAL PUBLICATION NOTICE OF puBUC HEARING ON FICATIONS, FORM OF CONTRACT AIND ESTIMATED COST FOR THE J GPAC DOG PARK PROJ TIN IOWA CITY, IOWA To ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Nen that the Public notice is hereby g City Council of the City of Iowa City, Iowa, will con -duct a pudic hearing on plans, specifications, form of contract and esti- mated cost for the con-struction of the JC DogpAC Dog park Project in said city at 7:00 p.mon the 16th day of August, 2005, said meeting to be held In the Emma J. Harvat Hall in the City Hall, 410 E.washinglon Street in said city, or H said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications. form of con- tract 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 interest -ed persons. ear at Any interested persons may app said meeting of the City Council for the purpose of making objections 10 and comments concerning said Plans, sped_ ca-fions, contract or the cost of making said improvement. This notice is given by order of the Cay Coun-cil of the City of Iowa City, Iowa and as provided by law MARIAN K. KARR. CITY CLERK August 11, 2005 Prepared by: Ronald Knoche, City Engineer, PW, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. ns --ii s RESOLUTION REJECTING BIDS RECEIVED ON SEPTEMBER 8, 2005 FOR THE JC DOG PAC DOG PARK PROJECT. WHEREAS, bids were received on September 8, 2005, for the JC Dog PAC Dog Park Project, and the bid exceeded the Engineer's Estimate by 32%; and WHEREAS, the Department of Public Works 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 8, 2005 for the JC Dog PAC Dog Park Project are rejected. Passed and approved this 20th day of SeDtember 20_. OR Approved by ATTEST: 49ZQt77, CITY RK City Attomey's ice It was moved by Vanderhoef and seconded by Bailey the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott _ X Lehman X O'Donnell X Vanderhoef X Wilburn a wengheshejectdogp kd= —?r0 1 O5 `�1 13 Prepared by: Mitchel T. Behr, Asst. City Atty., 410 E. Washington St., Iowa City, IA 52240 (319) 356-5030 RESOLUTION NO. 05-342 RESOLUTION APPROVING AN AGREEMENT BETWEEN THE CITY OF IOWA CITY AND JOHNSON COUNTY DOGPAC FOR CONSTRUCTION OF IMPROVEMENTS FOR A DOG PARK WITHIN THE PENINSULA PARKLAND. WHEREAS, the City and Johnson County DogPAC, a private non-profit corporation which advocates for the development of dog parks and other dog activities in and around Iowa City, wish to cooperatively develop and maintain an off -leash dog park within 10 to 12 acres of land located within the Peninsula Parkland owned by the City ; WHEREAS, Johnson County DogPAC has requested permission to contract with private entities for the construction of infrastructure and improvements for said dog park, on the basis of an agreement pursuant to which the City would allow such construction and DogPAC would agree to obtain prior approval of said contracts by the Director of Public Works and/or the Director of Parks and Recreation, and hold harmless, indemnify and provide appropriate insurance to the City for claims related to the construction work; and WHEREAS the City Council finds it is in the public interest to enter into said agreement for the development of the dog park, in a form approved by the City Attorney's Office, Director of Public Works and Director of Parks and Recreation. NOW, THEREFORE, BE IT HEREBY RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that: The Mayor and City Clerk are hereby authorized and directed to execute an agreement approved by the City Attorney's Office, Director of Public Works and Director of Parks and Recreation, pursuant to which the City would allow DogPAC to contract with private entites for the construction of infrastructure and improvements for the dog park, and DogPAC would agree to obtain prior approval of said contracts by the Director of Public Works and/or the Director of Parks and Recreation, and hold harmless, indemnify and provide appropriate insurance to the City for claims related to the construction work. Passed and approved this 18th day of October J�, -' , 2005. (9s -ear MAYOR ATTEST: /�//,u%S • �iir tJ \-\- CITY CLERK Approved v� City Attorney's Office to /1-Z_/•Sr Resolution No. 05-342 Page 2 It was moved by Baitey and seconded by O'Donnell the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn Printer's Fee $ PS, LA CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED. ID # 42-0330670 I, Orlene Maher, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper ( times(s), on the following dates(s): �e_�.3lner � �U05 Legal Clerk Subscribed and sworn to before me this ;W:5d . day of lncdij.r A.D. 20 DS ��41tt� Notary Public LINDA KROTZ : Commission Number 732819 My Commission Expires '--' January 27, 2008 OFFICIAL PUBLICATION PUBLIC NOTICE OF STORM WATER DISCHARGE Johnson County DogPAC, plans to sub- mit a Notice of Intent to the Iowa Department of Natural Resources to be covered under the NPDES General Permit No. 2 Storm Water Discharge Associated with Industrial Activity for Construction Activities. The storm water discharge will be from grading and walkway construction for the JC Dog PAC Park Project located in Sections 4, 5, 8, and 9, T79N, R6W, Johnson County. Storm water will be discharged from 0 point source and will be discharged to the following streams: downstream culvert, ultimately to the Iowa River Comments may be submitted to the Storm Water Discharge Coordinator, IOWA DEPARTMENT OF NATURAL RESOURCES, Environmental Protection Division, Henry A- Wallace Building, 502 E. 9th Street, Des Moines, IA 50319- 0034. The public may review the Notice of Intent from 8 a.m. to 4:30 p.m., Monday through Friday, at the above address after it has been received by the depart- ment. JC D09PAC Dog Park Project, Iowa City IA Public Notice of Storm Water Discharge 66446 October 17, 2005 STATE OF IOWA Counties of Linn and Johnson ss. I, Joe Hladky, being duly sworn on oath, do state that I am the publisher of THE GAZETTE, a daily newspaper of general circulation in Linn and Johnson Counties, Iowa. The notice, a printed copy of which is attached, was inserted and published in THE GAZETTE newspaper in the issue(s) of Oct. 17 20 05, The reasonable fee for publishing said notice is $ 12.94 Signed and sworn to be orf e me on Oct. 19 20 05 by Joe Hladky. Received payment for above from 44 Not Public in ane for the State of Iowa 20 GAZETTE COMMUNICATIONS, INC. 31 IEM GIGLIO t' I comet"mm OMMI SIGN E tP3s88 •�.MV COW118610M EXPIRES ,,, fESRUMIV 19. 2006 STATE OF IOWA Counties of Linn and Johnson ss. I, Joe Hladky, being duly sworn on oath, do state that I am the publisher of THE GAZETTE, a daily newspaper of general circulation in Linn and Johnson Counties, Iowa. The notice, a printed copy of which is attached, was inserted and published in THE GAZETTE newspaper in the issue(s) of Oct. 17 20 05. The reasonable fee for publishing said notice is $12.94 Signed and sworn to beori e me on Oct. 19 _,2005, by Joe Hladky. Not y Public in a for the State of Iowa Received payment for above from ,20—. GAZETTE COMMUNICATIONS, INC. JEAN OIOLIO i CoemNaaaN WMasR 12390 • • MY COIMS71881ON EXPIRES om FEBRUARY 1a, 2008 City of Iowa City MEMORANDUM DATE: October 25, 2005 TO: Terry Trueblood, Director of Parks and Recreation Ron Knoche, City Engineer Anne Burnside, Johnson County Dog Park Action Committee Member FROM: Mitchel T. Behr, Assistant City Attorney 1017Y5 -- RE: Dog Park within Peninsula Parkland Attached for your records is a copy of the fully executed Agreement between the City of Iowa City and Johnson County DogPAC for the construction of improvements for a Dog Park within the Peninsula Parkland and the Resolution approving it passed by Council at their meeting on October 18, 2005. Attachment Cc: (w/o attachment) Marian Karr, Eleanor Dilkes