Loading...
HomeMy WebLinkAboutPARK BENTON HILL (2004)PARK BENTON HILL 2004 Prepared by: Terry Trueblood, Parks & Rec, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5110 RESOLUTION NO. 04-139 RESOLUTION SE'II'lNG A PUBLIC HEARING FOR JUNE 1 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF BENTON HILL PARK, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE PARKS AND RECREATION DIRECTOR TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. NOW, THEREFORE, BE iT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 1st day of June, 2004, 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 Parks and Recreation Director in the office of the City Clerk for public inspection. Passed and approved this 181:h day of ~la.y ,20 04 Approved by CITYXOLERK ' ~ib~/~ttome~'s Office It was moved by Champion and seconded by 0'Donne] ] the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Eiliott X Lehman X O'Donnell X Vanderhoef X Wilburn NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND OPINION OF COST FOR THE BENTON HILL PARK DEVELOPMENT 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 Benton Hill Park Development Project in said city at 7:00 p.m. on the 1._~" day of June, 2004, said meeting to be held 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, contr.act 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 is provided by law. MARIAN K. KARR, CITY CLERK PH-1 Printer's Fee $ t ~ ~ ~ ~' CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID #42-0330670 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS. SP~:CIFICATIONS. FORM OF l, CONTRACT AND OPINION OF COST FOR THE BENTON HiLL PARK DEVEk- Linda Krotz, being duly sworn, say OPMENT PROJECT IN THE crrY OF ~OWA C~W,,~OW^ that [ am the legal clerk of the IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CiTy. IOWA, AND TO OTHER CITY PRESS-CITIZEN, a newspaper INTERESTED PERSONS: Public notice is hereby given that the published in said county, and that a ci~ council of the City of Iowa City, Iowa. will conduct a public hearing on plans notice, a printed copy of which is sbecificatons, form of contract and esti- mated cost for the construction of the hereto attached, was publishedin Benton Hill Park Development Project in said city at 7:00 p.m. on the ts! day of said paper j time(s), on the June, 2004, said meeting to be held in the City HeJl, 410 E. Washington Street in following date(s): s~ city. or if said meeting is cancelled. at the next meeting of the City Coundl .,9.--G , C)D the a er.sbe, ed , ocbyC,erk. by any interested persons. ~ ~__._ ' Ariy~interested persons may appear at ,said,meeting of the City Council for the ~ Legal Clerk cations, co,tr~ct o~ the cost o~ ma~ng Subscribed and sworn to before me ~s no~ ~s g~e, by o~der o~ the C~ty this ~-~/'~ ~ day of '~/)/')~,, ~ ~ p~ovided by law. A.D~-20D~-/ . ,, ,- ~ M^RI~K.K~R.C,~ER~ 59561 May 26, 20~4 Notand Public *~ Commission Number 715846 · · My Commission Explre~ April 2, 2005 CITY OF I0 WA CITY DEPARTMENT OF PUBLIC WORKS PARKS AND RECREATION DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRAC -'~ I hereby ce~i~ that this engineering document was prepared by me or under my direct personal supe~ision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: Iowa Reg. No. 218 My license renewal date is June 30, 2005. LETTER OF TRANSMITTAL Shoemaker ,~ Haaland Date May 25, 2004 Engineering Land$cape,~rchiteQ'~re Sut~e~fngI Job NO. 03288 160 Holiday Eoad Attention Marian Karr, City Clerk Coralville, Iowa 5224 ! Phone: 319.35 ! .7150 Re: Benton Hill Park Development Fax: 319.337.6792 To: City of Iowa City City Hall, 410 E. Washington Iowa City, Iowa We are sending you [] Attached [] Under separate cover Via: UPS Ground The following item/s: [] Shop drawings [] Specifications [] Plans [] Samples [] Copy of letter [] Change order [] Prints [] Other: __ Copies Date Number Description of Items 1 4/16/04 1 thru 13 Construction Drawings, Benton Hill Park Development 1 4/16/04 Specifications, Benton Hill Park Development Action required noted below: [] For approval [] Furnish as submitted [] Resubmit copies for review [] For your use [] Furnish as noted [] Submit copies for distribution [] As requested [] Returned for correction [] Return corrected prints [] For review and comment [] For bids due on date: 6/29/04 [] Prints returned after loan to us Q REMARKS: ~'> Copies to: Terry Trueblood, Terry Robinson, Marcia Klingaman, and Ron Knoche Signed: m m m TABLE OF CONTENTS m TITLE SHEET TABLE OF CONTENTS m NOTICE OF PUBLIC HEARING ......................................................................... PH-1 m ADVERTISEMENT FOR BIDS ............................................................................ AF-1 NOTE TO BIDDERS ........................................................................................... NB-1 m FORM OF PROPOSAL ...................................................................................... FP-1 m BID BOND .......................................................................................................... BB-q FORM OF AGREEMENT .................................................................................... AG-1 m PERFORMANCE AND PAYMENT BOND PB-1 CONTRACT COMPLIANCE I (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 GENERAL CONDITIONS ................................................................................... CC-t-~ SUPPLEMENTARY CONDITIONS ..................................................................... m RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS .................................................................................................... "~, ~! m SPECIFICATIONS ~'~ ~ DIViSiON 1 - GENERAL REQUIREMENTS m section 01010 Summary of the Work ..................................................... 01010-1 Section 01015 Alternates ........................................................................ 01015-1 m Section 01025 Measurement and Payment ............................................01025-1 Section 01310 Progress and Schedules ................................................. 01310-1 Section 01570 Traffic Control and Construction Facilities ......................01570-1 m DiViSiON 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ................... 02050-1 m Section 02100 site 02100-1 Preparation Section 02220 Earth Excavation, Backfill, Fill and Grading .................... 02220-1 Section 02270 Slope Protection and Erosion Control .............................02270-1 m Section 02520 Portland Cement Concrete Paving 02520-1 Section 02524 Curb Ramps .................................................................... 02524-1 ,! Section 02665 Water Service for Contractors ......................................... 02665-1 Section 02821 Chain Link Fences and Gates ......................................... 02821-1 Section 02900 Landscaping .................................................................. 02900-1 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND OPINION OF COST FOR THE BENTON HILL PARK DEVELOPMENT 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 Benton Hill Park Development Project in said city at 7:00 p.m. on the l._~a day of June, 2004, said meeting to be held 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 ara 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 is provided by law. MARIAN K. KARR, CITY CLERK PH-1 I ADVERTISEMENT FOR BIDS BENTON HILL PARK DEVELOPMENT I PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 I P.M. on the 29th day of June, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later I 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 I "sealed bid" for purposes of this Project. Pro- posals will be acted upon by the City Council at a meeting to be held in the City Hall at 7:00 P.M. on I the 6ti3 day of July, 200.~4, or at such later time and place as may be scheduled. The Project will involve the following: I The development of a new park located at the southwest comer of Benton Street, and Miller Avenue. This shall include cleadnq and i qmbbinq, curb/gutter removal, qrading, PCC Trail, PCC Pad, installation of Playqround structures, water service line, chain link fence, and gate, surface restoration, tree and shrub I plantinq and all related incidentals. All work is to be done in stdct compliance with the plans and specifications prepared by I Shoemaker and Haaland Professional Enqineers, of Coralville, Iowa, which have heretofore been approved by the City Council, and am on file for I public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one I containing the proposal, by a bid bend executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of I 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 I enter into a contract (10) days within ten calendar of the City Council's award of the contract and post bend satisfactory to the City ensuring the faithful performance of the contract and mainte- I nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more I bidders may be retained for a pedod of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other I bid bends will be returned after the canvass and tabulation of bids is completed and reported to the City Council. i The successful bidder will be required to furnish i AF-1 a bond in an amount equal to one hundred pement (100%) of the contract pdce, 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 pedod of one to five year(s) from and after its completion and formal acceptance by the City Coundl. The following limitations shall apply to this Project: Working Days: 50 Specified Start Date: July 19, 2004 Liquidated Damages: $200 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 Shoemaker and Haaland 03 Professional En.qineers, 160 Holiday Road, bo ~ Coralville, Iowa, by bona fide bidders. ~.~ ..~ A $40 non-refundable fee is required for each set ~"~ ~-~ of plans and specifications provided to bidders or LJ_J o_ ~ ~_. other interested persons. The fee shall be in the __~ bo ~ ~ form of a check, made payable to Shoemaker and -- ~'~ ~._ ~ Haaland Profess ona En,qineers. I ! .~:>- ~ ~. Prospective bidders are advised that the City of ~ r.~ Iowa City desires to employ minority contractors ~-~ © and subcontractors on City projects. A listing of o-~ -- 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 panes 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 pmpesed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statuto~J authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the dght to reject any or all proposals, and also reserves the right to waive · technicalities and irroguladties. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 I I NOTE TO BIDDERS I 1. The successful bidder and all subcontractors are required to submit at least 4 days pdor to award three references involving similar projects, including at least one I municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not vedfied or may be denied based on past experience on projects with the City of Iowa City. I 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. I 3. Bid submittals are: Envelope '1:Bid Bond i Envelope 2: Form of Proposal I I I I I ~-" '~ I ~- I I I I I NB-1 m m FORM OF PROPOSAL I;IFNTI3N HILL PARK I31=VI~LI3PMENT PROJECT m CiTY OF IOWA CITY NOTICE TO BIDDERS: m 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. I Name of Bidder Address of Bidder TO: City Clerk --~ ;-~ City of Iowa City --/'~t -o Civic Center 410 E. Washington St. m iowa City, IA 52240 The undersigned bidder submits herewith bid secudty in the amount of m $ , in accordance with the terms set forth in the "Project Specifica- tions.'' m 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. I ' 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 m work. ESTIMATED UNIT EXTENDED m mTEM DFRCRIPTION ~ OIIANTITY ~ AMOUNT 1. Mobilization LS 1 m 2. Gdnd Curb LF 14 m 3. Clearing and Grubbing LS 1 4. PCC Wall Removal LS 1 m 5. Grading/Earthwork CY 870 m 6. 6, Limestone Trail TON 110 7. 5" Thick PCC Trail SY 395 m 8. 6"Thick PccShelter Slab SY 45 m ESTIMATED UNIT EXTENDED m ~ ~ ~ (3t IA NT)TY PRIP. F: 9. 4" Thick Misc Paving SY 30 m 10. Vinyl Coated Chain Link LF 900 m Fence (4' High) m 11. 6' Wide Vinyl Coated EA 1 Swing Gate (4' High) m 12. Limestone Boulders EA 20 (24" - 36") m 13. 30" RCP Tee Section EA 1 14. Hose Bib EA , m 15. 1" ~ Water Service Line LF 20 m · 16. 2- ~ Water Service Line LF 130 17. Subgrade Repair CY 25 m 18. Imported Topsoil CY 75 · · 19. Landscape Planting LS 1 Package 20. Final Grade/Mulch/Lawn SY 4.700 · Seed · 21. Final Grade/MulchANild- SY 2,000 m Flower Seed 22. Construction of Play- LS I m ground Structures 23. Safety Surface Edging LF 285 m 24. Safety Surface & Matedal SY 300 m 25. Temporapj Traffic Control LS 1 26. Silt Fence LF 400 m 27. Erosion control Straw sY 500 Matting m 26e~ 6"J~ameter ADS Pipe LF 18 "~ ~ ~- - TOTAL EXTENDED AMOUNT = $. The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Signature: ~ ~ -- Printed Name: Title: -- -- -- Address: ~ ~ -- Phone: ~ ~ -- Contact: -- -- -- m BID BOND m as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, I hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein I 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 m is conditioned on the Principal submission of the accompanying bid, dated _ for Benton Hill Park Development Project. ~, ~ NOW, THEREFORE, m (a) If said Bid shall be rejected, or in the alternate, ~'~ ..~ ~ (b) If said Bid shall be accepted and the Principal shall execute~-~l~' dei~.er a contract in the form specified, and the Principal shall then fumish~bond f~ the I 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 I acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, m 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. I 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. I 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 i 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 bend this day I of i , A.D., 20 (Seal) I Witness Principal By (Title) (Seal) I Surety By I Witness (Attorney-in-fact) Attach Power-of-Affomey m BB-1 I FORM OF AGREEMENT I THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). I Whereas the City has prepared certain plans, specJfications, proposal and bid I documents dated the ~ day of ,20 , for the ~ Development Project ("Project"), and I Whereas, said plans, specifications, proposal and bid documents accurately and fully I describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: I 1. The City hereby accepts the attached prop(~sal and bid documents of the Contractor for the Project, and for the sums listed therein. I 2. This Agreement consists of the following component parts which are incor- I porated herein by reference: a. Addenda Numbers , I b. "Standard Specifications for Highway and Bddge Construction," S~Eies of I 2001, Iowa Department of Transportation, as amended; ~ .~- c. Plans; ~ ~. ro -~ d. Specifications and Supplementary Conditions; ' ~ I --- e. Advertisement for Bids; ~. ,~ f. Note to Bidders; I g. Performance and Payment Bond; i h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); I j. Proposal and Bid Documents; and k. This Instrument. I The above components are deemed complementary and should be read together. In I the event of a discrepancy or inconsistency, the more specific provision shall prevail. I AG-1 3. The names of subcontractors approved by City, together with quantities, unit pdces, and extended dollar amounts, are as follows (or shown on an attach- ment): 4. Payments are to be made to the Contractor in accordance with the Supplemen- tary Conditions. DATED this day of ,20 city. ~ By By .(Title) Mayor ATTEST: ATTEST: ,(Title) City Clerk (Company Official) Approved ,,,: ~ ~ ~'¢ ~--' City Attorney's Office ~- ~ ~-< ° AG-2 I PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and I (insert the legal title of the Surety) ., as Surety, hereinafter I called the Surety, are held and firmly bound unto City the of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of ~-,.~ I .Dollars ($. .) for the paying_ for~/,'hich Contractor and Surety hereby bind themselves, their heirs, executors, ~nistmtors,.~_' successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered iht (date) '~' written Agreement with Owner for Benton Hill Park Deuelopment Project~ and I WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by I Shoern~k~_r and Haaland Professional I::nn_ine. er~, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter refen'ed to as the Project. I NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this I bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. I A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. i 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 i may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or I 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 I determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work I progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under I this paragraph), sufficient funds to pay the cost of completion, less the balance I PB-1 of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for the following period from the date of formal acceptance of the improvements by the Owner. 1. Paving - 5 years 2. Landscaping - 1 year D. No dght of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, ail claims due them for labor performed or materials fumished 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 ,20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) N ~" ~ (Street) ~ 0 (City, State, Zip) ~,~ ~ (Phone) PB-2 Contract Compliance Program CITY OF I0 WA CITY I I SECTION I - (~ENERAI POI ICY STATEMENT I 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 I regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, madtal status, and age. i 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. I PROVISIONS: 1. AI~ contractors, vendors, and consultants requesting to do business with the City must submit an I Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required I 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 i 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 I and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. I 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. I 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance dudng the course of the contract with the City. i 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. I 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. ! I I 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.) The contractor will not discriminate against any employee or applicant for employment and will take a. 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 ara subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et se~.) 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. o CC-2 I 6. How does your business currently inform applicants, employees, and recruitment sources i(including unions) that you are an Equal Employment Oppodunity employer?. I I I The above responses to questions I through 6, are true and correctly reflect our Equal Employment Opportunity policies. I I Business Name Phone Number I Signature Title I Print Name Date I I I I I I I CC-3 m SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES · 1. COMPANY POLICY your company's policy regarding equal employment opportunities. Document the policy and Determine 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, m 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of m administadng and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF · Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. · All employees authorized to hire, supervise, promote, or discharge employees or are involved in such · actions should be trained and required to comply with your policy and the current equal employment opportunity laws. m 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by m identifying yourself on all recruitment advertising as "an equal opportunity employer". (bi 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 m 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. · (el 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, m (fl 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. (gl Monitor interviews carefully. Prepare interview questions in advance to assure that they are only m job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h~h~) Improve hidng and selection procedures and use non-biased promotion, transfer and training m .. p~ies to increase and/or improve the diversity of your workforce representation. Companies u-~_.~ ~_??~st make sure procedures for selecting candidates for promotion, transfer and training are based ~ ~_.1~0~1 a fair assessment of an employee's ability and work record. Furthermore, all companies ~'~ ~- L~heuld post and otherwise publicize all job promotional opportunities and encourage all qualified LL~ u3 <etn~o~oyees to bid on them. m 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. cc-5 2-$- 1 2-3-1 CHAPTER 3 · DISCRIMINATORY PRACTICES SECTION: ., C. ' It shall be unlawful for any employer, employment agency, labor organiza- 2-3-1: Emp!oyment; Exceptions tion or the employees or members 2-3-2: Public .accommodation; thereof to directly or Indirectly adver- Exceptions rise or in any other manner Indicate or 2-3-3: CradltTransactions; Exceptions publicize that individuals are unwel- 2-3-4: Education . come, objectionable or not. solicited 2-3-5: Aiding Or Abetting; Retaliation; for employment o.Y membership be- Intimidation cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, rellglo~, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENTs, EXCEPTIONS.' D. Employment policies relating to preg- A. It shall be unlawful for any employer nancy and c. hlldblrth sh~ll be governed to refuse to hlre, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against other person policy or practice which excludes from any or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, . because of the employee's pregnancy gender Identity. marital status, nation- is a prima facle violation of this Title. al odgln, race, religion, sex or sexual orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- B. ' It shall be unlawful for any labor orga- riage, childbirth and recovery there- nization to refuse to admit to member- from ara, for all job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or othenvise discriminate against any temporary disability Insurance or sick applicant for membership, apprentice- leave plan available In connection with ship or training or any member in the employment or any written or unwrit- privileges, fights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of lng because of age, colo~', creed, employment as applied to other tam- disability, gender identity, marital porary disabilities. status, national origin, race, raligion, sex or sexual orientation of such ap- E. It shall be unlawful for any person to plicent or member, solicit or require as a condition of employment of any employee or pro- 897 LL_ cc- I I 2-3-1 2-3-1 spective employee a test for the pres- 2. An employer or employment agency I once of the antibody to the human which chooses to offer employment or immunodeficiency virus. An agree- advertise for employment to only the ment between an employer, empJoy- disabled or elderly..Any such employ- I ment agency, labor organization or ment or offer of employment shall not their employees, agents or members discriminate among the disabled or and an e~nployee or prospeclive em- elderly on the basis of age, color, ployee ~:oncern[ng employment, pay creed, disability, gender identity, mad- I or to an employee or pro- race, benefits tal status, national origin, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95-3697, 11-7-1995) I to the human Immunodeficiency virus, is prohibited. The prohibitions of this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer epldemlologlst determines and the if the employer or members of the I Director of Public Health declares family reside therein during such em- through the utilization of guidelines ployment. established by the Center for Disease I Control of the United States Depart- 4. The employment of individuals to merit of Health and Human Services. render personal service to the person that a person with a condition related of the employer or members of the to acquired Immune deficiency syn- employer's family. I poses s significant drome risk of transmission of the humsn immunode- 5. To employ on the basis of sex Jn fi¢lency virus to other persons In a those certain Instances where sex is a I specific occupation, bona fide occupational qualification reasonably necessary to the normal F. The following are exempted fror~ the operation of a particuJar business or provisions of this Section: enterprise. The bona fide occupational I shall be interpreted nar- qualification 1. Any bona fide religious institution or rawly. its educational facility, association, I corporation-or society with respect to 6. A State or Federal program de- any qualifications for employment signed to benefit s specific age class/- based on religion when such quallflca- f[cation which serves a bona fide pub- tions are related to a bans fide re[i- Itc purpose. I gious purpose. ~ellglous qualifica- A tion for Instruotional personnel or an 7. To employ on the basis of disability administrative officer, serving in a in those certain instances where pres- I supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or rell- patione~l qualification reasonably nec* glous institution shall be presumed to essary to the normal operation of a be a bona fide occupational qualifica- particular business or enterprise. The I tlon.(Ord. 94-3647, 11-8-1994) bona fide occupational qualification shall be interpreted narr(:~lc.~y. (Ord. 94-3647, 11-8-1994~ 897 ~- ~ -- I CC-7 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bddge Construction," Sedes of 2001, as amended, shall apply except as amended in the Supplementary Conditions. GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations ~ S-3 Insurance Q S-4 Supervision and Superintendence ~ _~. ~ --~ S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations __~. cn S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) ~ S-9 Measurement and Payment .,~"'~ S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid projects Caption and Introducto~ ~tatements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bddge Construction," Sedes 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 110'1.03 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 I 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 Transporta- tion Specifications for Highway Bddge Construction," "Standard and Series of 2001, as amended. I S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the lOOT STANDARD SPECIFICATIONS'. I Except for such work as may be required to propedy maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the I ENGINEER. SC-1 I S-3 INSURANCE. I A .~. CFR .'~ICATE OF INSURANCE: (~AN~FI I ATIC)N OR MODIFIC. ATION .~ ~ 1. ~.~'~fore commencing work, the Contractor shall submit to the City for approval a I L~ ~- ~_jC_>e~ficate of Insurance, meeting the requirements specified herein, to be in effect __.j t~o {-2'1~ the full contract pedod. The name, address and phone number of the insurance I 1 >_. ,:>-company and agent must accompany the certificate. The liability limits required '~ ~_Dl~?>eunder must apply to this Project only. ~ 2. The Contractor shall notify the City in wdting at least thirty (30) calendar days pdor to I 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. Any policy or policies of insurance pumhased 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: Comprehensive General Liability ~ Aggcagat~ Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Sinn_le limit I Bodily Injury & Property Damage $1,000,000 Excess Liability $1,0O0,000 $1,000,000 · Worker's Compensation Insurance as required by Chapter 85, Code of iowa. *Properly 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 carder 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: '1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. SC-2 I I 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 I limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance I coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: I a. If the Contractor changes insurance carders, or if Contractor's insurance coverage is canceled, dudng the contract pedod or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of I 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 I its obligation hereunder. c. If, dudng said period, Contractor voluntarily changes insurance carders or is I required to obtain replacement coverage from another carder, Contractor shall either (1) purchase "tail" coverage from its first carder effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "pdor I acts" insurance from its new carder, covering prior acts during the coverage pedod of this Contract from and after its inception. I d. 'q'ail" 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 I self-insured retention than the insurance which it replaces. 5. The City reserves the dght to waive any of the insurance requirements herein I 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 Iow bidder, or declare a default and pursue any and all I remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on i Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such i losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage ident~fie.~on C~ractor's Certificate of insurance are canceled or modified, the City may in it~s~retioh ei~ suspend Contractor's operations or acbwbes under th~s Contract, -ortterm hate ~ Contract, and withhold payment for work performed on the Contract{-~ ' ~c~ '--~ ©~/-~_~. .. 1. The Contractor shall indemnify, defend and hold harmless the City or. wa C'.~and I 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, i 8C-3 arising out of, or incun'ed by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage dsing 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: L~ Bid~d~rs shall list those persons, firms, companies or other parties to whom it -~' p~m_~ses/intends to enter into a subcontract regarding this project as required for ~ ~ ~l~j3~roval by the City and as noted on the Form of Proposal and the Agreement. --~ e,~ I~-Jn~minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish LL_ >- documentation of all efforts to recruit MBE s. 5_~ COM?~IANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment SC-4 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 odgin, sexual orientation, gender identity, madtal status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC- 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. The City of Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. 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. S-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. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and it to the before work the submit Engineer can begin on project. Not~_ fhaf tha~- r~_quiram~_nf_~ invnlv~_ ~3nly hi_nhw~.v .nrn_iect~ not f~ln~l SC-5 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS PROJECT NAME: TYPE Of WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder'' is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months pdor to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 5/04 .-<~- t-Ti R-1 SECTION 01010 SUMMARY OF THE WORK PART '1 - GENERAL General description, not all inclusive. A. Base Bid Work: 1. Remove and replace curb and gutter. 2. Remove trees, brush, shrubs, fence and debris from the site. 3. Grading of site for trail and playground equipment. 4. Construct five (5) inch thick PCC trail and pedestrian curb ramps. 5. Construct PCC shelter pad and miscellaneous paving slabs. 6. Install four (4) foot high vinyl coated chain link fence with swing gate. 7. Construct modular block retaining wall. 8. Import and grade topsoil. 9. install playground structures and 30"0 RCP tee section and straight pieces. 10. Install 1"O water service line from existing water main to drinking fountain and hose bibs. 11. Furnish and install trees, shrubs, bushes and mulch. 12. Final grade, seed and mulch all disturbed areas. 13. Other work related associated with the park tdal and playground development. B. Alternate Bid Work: 1. None at this time. -~© ~'~ 01010-1 SECTION 0'1015 ALTERNATES PART 1 - GENERAL 1.Ol SUMMARY: A. Provide altemate bid(s) to be added to the amount of the Base Bid if the corresponding change in scope is accepted by the City of Iowa City. B. Include within the alternate bid pdces all costs, including materials, installations, and fees. C. Show the proposed alternate bid prices opposite their proper description on the Form of Proposal. D. No additional working days will be granted with the inclusion of the alternate bid(s). 1.02 SPECIFIC ALTERNATES: A. Alternate Bid Items 1. None at this time. 11/00 sha red,engineer's pecs-i~ 1015.doc ~o 01015-1 ! SECTION 01025 MEASUREMENT AND PAYMENT I PART 1 - GENERAL I 1.01 SUMMARY: I A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. i '1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. i 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 dudng measurement. I '1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full I payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs adsing from the action of the elements, or from any unforeseen difficulties which may be encountered during the I 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 I 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 i_~s requi,r~d. If a separate pay item is not provided for this work, it is to be conspired ir~Jdental · to the project and no separate payment will be made. ,~ PART 2 - PRODUCTS I PART 3 - EXECUTION 3.01 PROCEDURE: I 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 i amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. I The 5% retainage will be released 31 days afl. er the project is accepted by the City Council, provided no claims against the project have been filed within 30 I 01025-1 days of project acceptance. Chapter 573 of the Code of Iowa will govem the release of retainage and resolution of claims. 3.02 BID ITEMS: A. GENERAL The following subsections descdbe 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 pdce 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 pdvate and/or public property that are to --J>"-be protected, removed, relocated, replaced, reinstalled or modified is ~ od c.~ considered incidental unless it is listed as an item in the FORM OF PROPOSAL. LL...~>" r.~..~: Existing items damaged or unsuitable for relocation or reinstallation will be_ 3~: replaced with like item and painted, if necessary, at the Contractor's expense. N 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 pdcas 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 bdng 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 debds 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 01025-2 I pdces. The City will not waive parking fees or fines. Permits paid for by the I Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debds I off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. I B. BID ITEM DESCRIPTIONS I 1. Mobilization, LS The unit price of this item will be paid based upon the percent of the i complete project. This shall include bonds, retainage, the planning, organization and assembling of all labor, matedal and equipment on-site as necessary for the construction of the project. Also included is the set-up of I office and sanitary facilities, storage areas, barriers and barricades. The unit price shall include demobilization which consists of removal of all labor, materials and equipment from the site. I 2. Curb, LF Gdnd The unit price for this item will be paid based on the linear feet removed at I the locations shown on the plans or as directed by the Engineer. This shall include grinding existing curb, hauling, and disposal of waste materials. I 3. Clearing and Grubbing, LS The lump sum price for this item includes all work required to cut, remove I and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, vegetation, rubbish and fence within the construction limits as shown on the plans and/or as directed by the Engineer. I 4. PCC Wall Removal, LS i The lump sum price for this item includes excavation, removal, hauling and disposal ol" materials removed an supply, placement and compaction of on- site earthen backfill In addition, t his shall include removal of protruding I rebar from adjacent PCC wails that are to remain on site. 5. Grading/Earthwork, CY I The unit price for this item will be paid based on the plan quantity for 870 cubic yards of cut. Included with this item is all the work required to bdng the site to the proper subgrade elevations and density for construction of the PCC trail, playground areas, mulch trail, and the finc~;gradmg~of the site. All earthen material shall be graded on site and shall ~t{b~e h~Ul~ed off site. Also included is hau,ng, p acing, for ing, dryin ,. ate I compaction of fill material. There will be no payment for overh~iul, r,o -- I 01025-3 6. 6' Limestone Trail, Ton The unit pdce for this item will be paid based on the tonnage of 3/8" minus limestone rock placed. This shall include compaction and preparation of subgrade, furnish, placing and compacting granular matedal and backfilling along the edges of the trail. 7. 6" Thick PCC Trail, SY The unit price shall be paid based on the number of square yards of Portland Cement Concrete trail constructed at the specified widths, thicknesses and mix design. Also included is excavation to place forms and pavement at required elevations, forming, supply, placement and finishing of concrete, curing, jointing and joint sealing, supply and placement of color truncated dome pedestrian ramps, and backfilling along the edges of the trail. All pavement shall be Class C, P.C. Concrete. PC concrete trail shall be Class 3. Aggregate durability class for 2.% ~g~ ~ 8. 6" Thick Shelter Pavement, SY .._j u-~ ~.D~ The unit pdce shall be paid based on the number of square yards of __ c.~ c.D Portland Cement Concrete shelter pad constructed at the specified .~ ~-~<~ dimensions and thickness. Also includes is excavation to place forms and ~_ c.~ pavement at the required elevations, forming, supply, placement and ~ ~ finishing of concrete, cudng, jointing and joint sealing, and backfilling along ~ the edges of the slab. 9. 4" Thick Miscellaneous Paving, SY The unit price shall be paid based on the number of square yards of Portland Cement Concrete paving for miscellaneous items including bench area, and other items. Also included is excavation to place forms and pavement at the required elevations, forming, supply, placement and finishing of concrete, curing, jointing and joint sealing, and backfilling along the edges of the pavement. 10. Vinyl Coated Chain Link Fence, LF. The unit pdce for this item will be paid based on the linear feet of 4' high - chain link fence including material, excavation, assorted hardware, concrete foundations and disposal of excavated material. 11. Vinyl Coated Swing Gate, PR The unit pdce for this item will be paid based on the pair of 4' high -swing gates installed. Each swing gate shall be a pair of gates (with 'Pioneer' Locking Mechanism) that cover one opening in the fence. This shall include all the labor, materials and equipment to install the gates in accordance with the manufacturer's recommendations. 0102 5-4 ! 12. Limestone Boulders (24' - 36"), EA I The unit price shall be paid based on the number of limestone pieces installed where shown on the plans and/or as directed by the Engineer. I This shall include grading, compacting subgrade, supplying, placement of stones and backfilling around the edges. I 13. 30"0 RCP Tee Section, EA The unit pdce shall be paid based on the number of RCP Tee Sections I installed where shown on the plans and/or as directed by the Engineer. This shall include grading, compacting the subgrade, supplying and placement of the sections, and backfilling to the grades above the tee I section. 14. Hose Bibb, EA I The unit price shall be paid based on the hose bibb detail where shown on the plans and/or as directed by the Engineer. This shall include grading, compacting the subgrade, supply, placement and connection of pipes or I tee sections, timber edging, limestone surface, backfilling grades and to the above the pipes. I 15-16. 1"O and 2"0 Water Service Line, LF The unit price shall be paid based on the linear feet of the service line I installed. The following items shall be considered incidental: a) Furnishing and installing tapping sleeves, corporation cocks, tapping I services, curb shut off valves and boxes and reducing tees. b) All trench, mole, exploratory and hand excavation. c) Supply, placement and compaction of specified pipe bedding material I and standard or select material within the pipe envelope. d) Testing and disinfection of water services as required. 17. Subgrade Repair, CY The unit price for this item will be paid based on the cubic yards of i unsuitable material repaired and includes removal and disposal of unsuitable material and supply, placement and compactio~_~ of ro~ This item shall be used only at the direction of the Engineer. Me--a.sqred~luantLt~ may vary with no unit pdce adjustment. Acceptable I become unsuitable due to the Contractor's sequence of opeTati~ns ~all h'm- repaired at no expense to the Owner · 18. Imported Topsoil, CY The unit price for this item will be paid based on the cubic yards of ~[~psoil furnished and placed on-site. This shall include supplying, hauling, dumping, placement and grading of topsoil on site as directed by the Engineer. ! I 01025-5 19. Landscape Planting Package, LS The lump sum pdce for this item includes supplying, removal of excavated material, installation of plant materials, mulch and watedng and a one year warranty. The pdce shall be based on the plant schedule as indicated in the plans. The Contractor shall furnish a unit pdce breakdown for each type and size of plant material listed. Final location of plants to be directed by the Engineer. 20. Final Grade/Lawn Seed/Mulch, SY The unit price for this item will be paid based on the square yards seeded and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch and water and all upkeep as spedfied, including a one-year guarantee. 21. Final GradeANildflower Seed/Mulch, SY The unit price for this item will be paid based on the square yards seeded and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch and water and all upkeep as specified, including a one-year guarantee. 22. Construction of Playground Structures, LS Lr3 ~ The lump sum pdce shall be paid for construction of the playground ,"-} :z: structures shown on the plans. This shall include all the labor, material and I. II a_ LL~ equipment required for supplying and installation of all structures. The _.j __j u-~ qD ~ Contractor shall furnish a unit price breakdown for each play structure~ ~ ~ ~<~ 23. Safety Surface Edging, LF ~ _O The unit price shall be paid based on the linear feet of timber edging installed at locations indicated on the plans or as directed by the Engineer and include anchoring with rebar, 24. Safety Surface Material, SY The unit price shall be paid based on the square yards of safety surface matedal installed at locations indicated on the plans or as directed by the Engineer. This shall include subgrade preparation and compaction, pea gravel base, geo-textile fabdc, and installation of safety surface material. Owner will provide safety surface matedal to site for contractor to install. 25. Temporary Traffic Control, LS The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating and removal all traffic control devices including barricades, safety fence, drums, lights, standard signs, and orange safety fence. 01025-6 26. Silt Fence, LF The unit pdce shall be paid based on the linear feet of silt fence installed at locations indicated on the plans or as directed by the Engineer and includes installation, maintenance and removal upon establishment of ground cover. 27. Erosion Control Straw Matting, SY The unit pdce shall be paid based on the square yard of erosion control straw mat placed. 28. 6" diameterADS Pipe, LF The unit pdce shall be paid based upon the lineal feet of pipe laid. 11/00 01025-7 SECTION 013t0 PROGRESS AND SCHEDULES PART 1 - GENERAL '1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. '1.02 SUBMITTALS: A. The Contractor shall submit pdor 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. PART 2 - PRODUCTS CD None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre-Bid meeting will be held on June 22, 2004, at 2:00 p.m. at Robert Lee Recreation Center, Iowa City, Iowa. B. A Pre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work will be limited to 50 working days. Saturdays wilt not be counted as working days. The specified start date is July 19, 2004 Liquidated damages of $ 200.00 per day will be charged on work beyond 50 working days. B. No work shall be done between the hours of 10:00 and 7:00 without p.m. a.m. the approval of the Engineer, with the exception of saw cutting freshly poured concrete. 01310-1 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. 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 AND RAILROADS: A. It is anticipated there may be conflicts within the project area 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, ~h~ '0~ed~Ongineer%specs4~ ' 3 t 0.doc 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 - GENERAL 1.ol SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 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. PART 2 - PRODUCTS 2. Ol 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. ~.o crt 01570-1 ! PART 3 - EXECUTION I 3.01 TECHNIQUES: A, Except as amended in this document, the work in this section will conform with I the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. I Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. I Section 2528, Traffic Control. 3.02 NO PARKING SIGNS: I A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation I and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: I A. The Contractor shall monitor the condition of traffic control and construction I 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. I Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: I A. All excavations shall be fenced. I 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed I appropriate by the Engineer shall be the responsibility of the Contractor. I 11/00 uo ~-')?- I 01570-2 I SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resoumes and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and o_ther waste or debris resulting from work on the project. ~ © -~- 1.04 SUBMITTALS: A. Locations of disposal sites. PART 2 - PRODUCTS .<~ '~- 2.01 MATERIALS: A. Granular backfill matedal shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. '11. B. Explosives shall not be used for demolition. 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 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25, Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Sidewalks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the dght to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electdc facilities, telephone, cable television, fiber optic, and other public or pdvate utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in c,j ~u~ .~ service. · ~ ~_ ~E: (~3 3. If active utilities are damaged or inten'upted as a result of work on the [I..Lj ~. --~--LL~ project, take appropriate measures to restore service immediately. ~i ~ ~_3~ Restoration of utility services under these circumstances shall be at the LL ~- >- '-' Contractor's expense. ~=~ © 4. Active utilities shown on the drawings to be relocated, or which require ~ -- relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Barricade and fence open excavations or depressions resulting from work dudng non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 2. Warning devices shall be kept operational during all non-working and non-active periods. 02050-2 I I C. Disposals 1. No matedal or debds shall be buded within the project work area. All I unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping i fee at the landfill. 3.04 DEMOLITION AND REMOVALS: I A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the I Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete I pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. I 3. Sawcuts sha~l be approved by the Engineer. 4. Removal operations shall conform to the plans or as directed by the I Engineer. I 11/00 I ° I I I I I 02050-3 SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART2 - PRODUCTS None. PART3 - EXECUTION 3.0ITECHNIQUES: A. Except as amended in this document, the work in this section will confo~rr~ with the following divisions and sections of the IDOT Standard Specif~tions:~=~ Division 21. Earthwork, Subgrades and Subbases. ~' ~ ~-~ --~ Section 2101. Cleadng and Grubbing. L'~'~c r~ ~ Division 25. Miscellaneous Construction. ~ 7.0 ~ '~' Section 2519. Fence Construction. ~ ~ 3.02 EXISTING TREES, SHRUBS AND VEGETATION: ?~ c.n A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' ddp line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 I 3.03 EXISTING STRUCTURES AND PROPERTY: . I I A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notJce · for sign removal and for sign replacement. Permanent signs will be replaced pdor to concrete pours. I B. Move mailboxes to a location approved by the Engineer pdor to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their pdor location and condition when road is reopened. I 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. · B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: I A, Contact appropriate utility representative to redly the presence and location of buded utilities in the construction area. I 3.06 EROSION CONTROL: A, Comply with Iowa City Code and Section 02270, Slope Protection and Erosion I Control. I 02100-2 I SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 - GENERAL f.of SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D6,_~98-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer pri~'to-_~use.~_ PART 2- PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. 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 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide 02220-1 sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose propedy of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: c,~ A. General r---, CE ~ 1. Excavate trench by machinery to, or just below, designated subgrade ~..I t ~- ~ >-- when pipe is to be laid in granular bedding or concrete cradle, provided i u-~ ~ ~ that matedal remaining at bottom of trench is only slightly disturbed. J I ~ ~__<~ 2. Do not excavate lower part of trenches by machinery to subgrade when =: r,D~: pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before p~acing pipe. Hand "'~ shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection 1. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. C. Trench Width 1. Make pipe trenches as narrow as practicable and safe~ Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 02220-2 ! I 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. I D. Trench Excavation in Fill 1. Place fill material to final grade or to a minimum height of 6 feet above I top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of matedal under pipe location. Excavate pipe trench as though in undisturbed i material. E. Excavation Near Existing Structures I 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. I 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. I F. Disposal of Unsuitable Soil I 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected dudng excavation. I 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa i DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. i 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. i 4. Contractor is responsible for completing and filing all ne~sary ~.ederal, State and local government agency forms and application~© ~ G. Care of Vegetation and Property © -~ r~ ~-~ 1. Use excavating machinery and cranes of suitable type ar~d_d._6j~,era~..with_j care to prevent injury to trees, particularly to overhanging~"~che~-., and I limbs and underground root systems. ~.n c::) 2. All branch, limb, and root cuttings shall be avoided. When required, they I shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges I on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify I the Engineer. I 02220-3 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on bdck surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all'surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made pdor to backfilling the trench. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, cdmped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1-inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. if there is no bid item, the unit pdce for the replacement of the water service shall be negotiated pdor to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 02220~4 3.05 ROCK EXCA VA TION: A. Explosives shall not be used for rock excavation. ~'~-~ ~ ~....._ 3.06 BACKFILLING: L~__.A ...~C.) cn '~-..~\ A. General 1. Do not place frozen materials in backfill or place backfi~pon ~zen material. Remove previously frozen matedal or treat as required before new backfill is placed. B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complete. 2. Matedal and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard excavated material is backfill with Proctor Density. If unsuitable, Class A crushed stone to within 12 inches of finished surface. c. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill matedal into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 02220-5 SECTION02270 SLOPE PROTECTION AND EROSION CONTRalti;. PART I-GENERAL ~:~ ~ 1.01 SUMMARY: A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non-woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. '1.04 STORAGE: A. Pdor to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 - PRODUCTS 2.0'1 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. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with c,~ the following divisions and sections of the IDOT Standard Specifications: ~- ~' (~ Division 25. Miscellaneous Construction. :~ ~_,-- Section 2507. Concrete & Stone Revetment. ~ and the following IDOT Standard Road Plans: ~- ~ RC-5 Wood Excelsior Mat ~ ~ RC-16 Silt Fence 3.02 SCHEDULE: ^. Silt fence shall be installed at locations indicated on tha plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. &OS GEOTt~O'II..E: A. Surface Preparation 1. The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement 1. Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll matedal to adequately hold it in place dudng installation. Pins will be steel or fiberglass formed as a "U", "L", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the ovedap. At horizontal laps and across slope laps, secudng pins will be inserted through the bottom layer only. 02270-2 ! Secudng pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of secudng pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. I 3. Should the geotextile be tom or punctured, or the ovedaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the odginal approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any d_amaged area. 4. The geotextile will not be placed until it can be anchored and protected I with the specified coveting within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. I 11/00 shared~engineer~pecs-[~)2270.doc I I I I I I I I 02270-3 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 - GENERAL 1.01 SUMMARY: A. Fumish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, sidewalks, trails, pads, curb and gutter at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. · 1.03 QUALITYASSURANCE: 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 per[ormance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. --< ~ --o 3. Slump. 4. Density Tests of Base and Subgrade. c:~ PART 2 - PRODUCTS 2.0'1 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 3. 02520-1 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 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. 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. u~ ',~ ~ Section 2310. Bonded Portland Cement Concrete Overlay. oa >-- ¢~ 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, 3.02 CURING AND PROTECTION OF PAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 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 Covedn,q Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating matedal approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. 02520-2 I I C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. I D. Maximum allowable concrete temperature shall be 90" F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, I 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. I 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the I compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. I B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. I C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: I A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and I opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use i Class M concrete, when specified. 11/00 _~. cn , shared~enginee ~pecs-il~O2520.doc -'-~ ~ -~1 ~ I I I I I I 02520-3 SECTION 02524 CURB RAMPS PART 1 - GENERAL '1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. '1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines f~Buildirl~s and Facilities. B. City of Iowa City Design Standards. _-~ F'~ ---o ,-----~ C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4) r.~ D. L.M. Scefield Company Tech - Data Bulletin A-104.10. ~ c:~ E. L.M. Scofield Company Tech - Data Bulletin A-514.02. F. L.M. Scofield Company Guide G-107.02. G. ASTM C309 - Liquid Membrane Forming Compounds for Curing Concrete. H. Armor-Tile Cast-in-Place Tactile/Detectable Warning Surface Tile. I. Figures section of specifications. '1.03 QUALITY ASSURANCE: A. Use adequate number 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 curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. '1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. '1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents 02524-1 I attached. I B. Powdered materials shall be kept dry and under cover. Protect liquid matedal from freezing. Expired materials shall not be used. I '1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot-weather concrete work. I B. Pre-Installation Meeting I PART 2 - PRODUCTS 2.01 MATERIALS: I A. Concrete: Reference Section 2520. I B. Water: Fresh, clean and potable. C. Stamped Truncated Domes I ~r~ ~ 1. Colored Hardene~. I ~' ~:~ a. Lithochrome Color Hardner by EM. Scofield Company. u~ r.~ ~ b. Color: Tile Red (A-28). I =c'~ -- c. An integral colodng agent may be submitted for approval as an .-~=,~=~ altemative to topical colodng agents. I 2. Bonding Agent: Product known to enhance adhesion to concrete. 3. Cudng Compound: I a. Lithochrome Colorwax by L,M. Scofield Company. I b. Color. Tile Red (A-28). 4. Truncated dome stamp for curb ramps shall be Cobblecrete ADA I concrete texturing tool or Increte ADA Tactile Detectable Warning System stamping tool or approved equal. I D. Cast-In-Place Tactile/Detectable Warning Surface Tile 1. Color:. Bdck Red Color shall be homogeneous throughout the tile. I 2. Dimensions: Length and Width: 24" x 48' nominal or width of sidewalk I Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +/- 5% max. Warbage of Edge: +/- 0.5% max, I 02524-2 I ! I 3. Vitdfied Polymer Composite cast-in-place tiles shall be Armor-Tile Cast- in-Place Tactile/Detectable Waming Sur[ace Tiles or approved equal. I E. Prefabricated tiles or pavers may be submitted for approval as an altemative to stamped concrete. I PART 3 - EXECUTION 3.01 TECHNIQUES: I A. Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4) and the · following sections of the Amedcans with Disabilities Act (ADA) ~3 Acce~.~ibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope ~_n-~,Tec~nical2~ Requirements Section 14. Public Rights-of-Way 3.02 SLOPES: I A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. I B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level I plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.08% to a level plane. I 3.03 PORTLAND CEMENT CONCRETE THICKNESS: i A. 6-inch thick P.C.C. will be placed at all curb ramps unless otherwise directed by the Engineer. B. 4-inch thick P.C.C. will begin 4 feet off back of curb adjacent to the 6-inch I P.C.C. section, unless otherwise specified by the Engineer. i 3.04 WIDTHS: A. Curb ramps widths will be 4 feet unless otherwise necessary to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 3 feet. I Four-foot or matching widths are clear widths and do not include the flared sides ' or curved sides of a curb ramp. All proposed curb ramp widths other than 4 feet wide need approval by the Engineer. I 3.05 CURB RAMPS GEOMETRICS: I A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require 02524-3 that alterations be made to proposed curb ramp design in order to provide a "best-fit". Quantity changes due to these alterations will be paid for per the unit pdce quoted on the Form of Proposal. B. The 6-inch curb bordering the curb ramp is considered part of the curb ramp and is accounted for in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be ~ _<L-constructed with truncated domes conforming to ADA specifications. ~"'""tl i ~-'~' B. ~'~ >_the(~etectablefull widthwamingof the curbSurfaCeSramp.Shall extend 24 inches in the direction of travel and ~ C.? (-;Detectable warning surfaces should be located so that the edge nearest the ~- ~____}..~street is 6 inches minimum and 8 inches maximum from the curb line. 3.07.-~ INSPL~CTION: A. Vedfy that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 COLORING: A. Concrete color finish will only be placed on the 6-inch thick first panel (approximately 24" x 48"or width of sidewalk) or as specified by the Engineer. 3.09 LOCATIONS: A, Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.'10 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 2/04 S:~EngVnaster specs'~O2524-v~h Ti~es doc 02524-4 SECTION 02665 WATER SERVICE WORK FOR CONTRACTORS PART 1 - GENERAL f . Of DESCRIPTION: A. Fumish and install new water services and yard hydrants as jceted~nd specified. 3> ~ -~ -~ '1.02 RELATED WORK: A. Section 02660: Water Distribution '1.03 REFERENCES: A. This specification references the follow~ng documents. In their ~atest 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, Metedng Policies & Charges and General Information. C. Amedcen 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 pdor to installation. 1. Swom 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. 02665-1 1.05 PERMITS: A. City of Iowa City: superintendent on the job must have a license as a sewer 1. Contractor's 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. 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. LLJ ~' ~ ~. 1. For tapping service, provide 24 hours notice. · t ~r~ c.~ __ 2. For notice to customers of disruption of water service, provide 48 hours c~ ~_ C_~ notice. i. I ~>- l--~ 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, p[ovide 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 I 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 tums 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 pdor planning, some services on each side of the street and in conjunction with paving projects, less than a 12-hour workday. 02665-2 f.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 pdvate property adjacent to the work site in order to do water service work directly for the pdvate property owner. Work on pdvate property shall not adversely affect the time schedule for work under this contract. B. The work on pdvate 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 manufacturer shall furnish a certificate indicating all new materials meet the specifications. All valves, rittings and pipe shall be inspected several times during the manufacturing and tested with air under water process pressure 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 furnished at no cost by 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 fumished and installed by the Contractor. Material shall be new type K copper in coils for sizes 3/4-inch through 1Y2-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 furnished at no cost by the City Water Division. E. Couplings for services 2 inches and smaller will be furnished at no cost by the City Water Division. F. Materials furnished at no cost by 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. 02665.-3 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: ~ ~5~ 1. Offsetsin alignment. ._.J L~ ¢.D___~ 2. Changes in depth and depth greater than 8 feet or less than 5 feet. EL. >-- ~_ 3. Special fittings or construction materials. O 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. 3.03 E~CA VA TION 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 matedal 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. F. Where working space permits, holes or trenches may be excavated by machine, provided that by so doing, public and pdvate improvements will not be subjected to 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. 02665-4 ! I 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 I 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. i 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. I. Whenever, in the opinion of the Engineer, it is necessary to explore and I best line and for the construction of the new excavate to determine the grade 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 I 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. I 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 depressions until all work has been completed. No sanitary sewer shall be used i for disposal of water. L. To protect persons from injury and to avoid property damage, adequate I 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 obstructions shall be enclosed by fences or and pipe which may serve as 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 shall be observed. provisions M. Trees, shrubbery, fences, poles and all other property and structures shall be I 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.,.oThe Contractor shall be responsible for any damage caused b.~_~.onstm~ion operations to shrubbery or other landscape improvements w~?~,wer~not authorized for removal by the Engineer. I 02665-5 3.04 WATER SERVICE CONSTRUCTION: A. The City Water Division will provide at no 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 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 location shown on the plans. 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. C. Underground water service pipe shall be laid not less than ten (10) feet from the building drain, and shall be separated by undisturbed or horizontally 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. D. 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 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. E. 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 tumed on and observed by the Contractor within the project to verify adequate pressure and flow. 11/00 _ 02665-6 SECTION 02821 CHAIN LINK FENCES AND GATES PART 1 - GENERAL 1.01 SECTION INCLUDES: ' A. Fence framework, fabdc 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 Iow-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~'~ith C~ain ,nk fence. --" 'r-r'~ --o G. ASTM F626 - Fence fittings. ?~_~ H. ASTM C94 - Ready-mixed concrete. I. ASTM F567 - Installation of chain link fence. J. ASTM F668 - Poly vinyl chlodde (PVC) coated steel chain link fence fabdc. 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. .ASTM F1234 - Protective coatings in steel framework for fences. N. Chain link Fence Manufacturer's Institute (CLFMI) - Product manual. 1.03 SYSTEM DESCRIPTION A. Fence Height: 4'-0" and nominal as indicated on drawings. 02821-1 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. PART 2 - 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 ~ <:c 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. i_L{ __ c,~ -B. C~ Fabric Wire (Stee{): ASTM F668 PVC coated. ~ 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 ozJsq ft or Type II zinc-coated Class 2, 1.20 oz/sq ft. 2.02 COMPONENTS A. Line Posts: Fabric height 6' feet, 1.90 in diameter, fabric height greater than 6 feet, 2.38 in diameter Type I or Type II round pipe. B. Comer, Terminal and Drive Gate Posts: Fabdc height 6' feet or less, 2.375 in diameter round. Fabdc height greater than 6 feet, 2.875 in diameter round. C. Walking Gate Posts: 3 in diameter. D. Top and Brace Rail: 1.66 in diameter, plain end, sleeve coupled in lengths not less than 18 feet. Couples not less than 6.0 in long with 0.070 in wall thickness. E. Gate Frame: 1.90 in diameter for welded fittings and truss rod fabrication. F. Fabric: 2 in diamond mesh interwoven wire, 9 gage thick, top salvage knuckle and closed, boffom salvage twisted tight. 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 net exceeding 15 in when attaching fabdc to line posts; and not exceeding 24 in when attaching fabric to top rail or tension wire. 02821-2 J. Pioneer double ddve latch locking mechanism. K. Motorized Cantilever Gate: Edko Safe Glide Micro-Box Frame Gate, Aluminum, motorized or approved equivalent. L. Gate Operator:. 1 Horsepower, Edko Gate Operator Model GSL, or approved equivalent. M. Non-Motorized Cantilever Gate: Edko Safe Glide Standard Gate, Aluminum, or approved equivalent. 2.03 FINISHES A. Components and Fabric: Vinyl coating, over coating of 2.0 oz/sq ft galvanizing. B. Hardware: Galvanized to ASTM A153, 2.00T_/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 scre,~etainir~ B. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners ar~3:fltting~. --~ PART 3 - EXECUTION ~ ~-,~ --o 3.01 INSTALLATION ~./" ~ A. install framework, fabric, accessories, and gates in accordance with ASTM F567 and manufacturer's instructions. B. Place fabdc 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 feet. E. Comer, Gate and Terminal Post Footing Depth Below Finish Grade: ASTM F567 3.5 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 corner gate leaves. I. Do not stretch fabdc 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 I is less. K. Position bottom of fabric 2 in above finished grade. I L. atFastenmaximumfabric15to int°Ponrail'centers.line posts, braces, and bottom tension wire with tie wire I M. Attach fabric to end and comer posts with tension bars and tension bar clips. I N. Install bottom tension wire stretched taut between terminal posts. 3.02 ERECTION TOLERANCES I A. Maximum Variation from Plumb: 1 inch. B. Maximum Offset from True Position: 2 inches. I C. Components shall not infringe abutting property lines. I I I I I I I 02821-4 I SECTION 02900 LANDSCAPING PART 1 - GENERAL ~' ~ 1.0'1 SUMMARY: A. Plantings (trees, shrubs, grass and wildflower seeding), 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 City Forester, have not survived and grown in a satisfactory manner for a pedod of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. 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. 02900-1 PART 2 - PRODUCTS I 2. Of TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well-formed, with dense, fibrous I 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 I in budap with root ball formed of firm earth from odginal and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed dudng planting. I C. All trees shall display the following form and branching habits: ~ _.~ 1. Free of branches to a point at 50% of their height. I J i a_ ~_~ - 2. Contain a minimum of six (6) well placed branches, not including the · ~: -<~ 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 I ~ -- ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple I leaders, unless specified, will be rejected. Trees-shall be freshly dug. 2.02 SEED: I Minimum Proper- Lbs./ Lbs./ Mix tion Acre 1,000 I by Weight sq.ft. URBAN MIX* ~'~ I Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf vadety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 WILDFLOWER MIX 10.0 8 oz. Red Baneberry - Actaea rubra Columbine - Aquilegia Canadensis I I Jack in the Pulpit - Afisaema tfiphyllum Wild Ginger - Asarum canadense White Woodland Aster - Aster divadcatus Calico Aster - Aster latefiflorus I Big Leaf Aster - Aster macrophyllus Crooked-Stem Aster - Aster prenanthoides Arrow Leaved Aster - Aster saggitifolius I Tall Blue Larkspur - Delphinium 02900-2 I exaltatum Shootingstar- Dodecatheon rneadia Mistflower- Eupatodum coelestinum Sweet Joe Pye Weed - Eupatodum purpureum Wild Geranium - Geranium maculatum Woodland Sunflower - Helianthus strumosus American Alum Root - Heuchera Americana, var. Intedor Maple Leaved Alum Root - Heuchera villosa, var. Atropurpurea False Rue Anemone - Isopyrum Bishop's Cap - Mitella diphylla 7~ -~ ~ --~ Jacob's Ladder - Polemonium reptans -~-~ ~ --o-~-.-~, Solomon's Plume - Smilacina racemosa ~ .. Blue Stemmed Goldenrod - Solidago caesia Anise Scented Goldenrod - Solidago odora Early Meadowrue - Thalictrum dioicum Foamfiower- Tiarella cordifolia Golden Alexanders - Zizia aurea 5 4 oz. Nurse Crop* Annual Rye *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 Merion 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 limestone not less than 85 percent of total agriculture containing carbonates. 02900-3 B. Fertilizer shall contain the following pementages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen dedved from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: ~ ~ 1. Trees: Spdng ~ March 30 through May 15 L.~ ~-~ ~ Fall-Sept. 18 through Nov. 18 ~ u~ ©~__ 2. The Contractor may plant outside the limits of such dates with ' o~ -- permission of the City Forester. The City Forester may stop or postpone - -=c 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 supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to a 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 and at 'elevation where top of root ball is one inch lower than straight surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all budap and lacing and remove from top one-third of root ball. Do not pull budap 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. 02900-4 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. 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose fdable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, fdable, and free of hard clods and rock over two inches in diameter. 3.03 LAWN SEED, FERTILIZE, LIME AND MULCH: 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: 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out pdor to sowing seed. This work will be at the Contractor's expense. 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 one-half at dght angles to odginal 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. F. 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 type the of matedal 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 be operated in a manner to minimize displacement of th~e~soil and disturbance of the design cross section. ~ .~_ G. Apply additional care as necessary to ensure a hearty stand of gras~t thC'rend of the one-year maintenance period. 3.04 SOD: ~'~ ,~- ~ "o 02900-5 A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D, Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod dudng approximate time pedods of Apdl 1 to May 15 and August 15 to October 15, and only when weather end soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance pedod. 3.05 WILDFLOWER SEED AND MULCH: _ A. Seed dates recommended by seed supplier and approved by City. -~ E~ ~- Seed Areas: t~ L3t~_- 1. Remove weedy growth within the area to be seeded by applying two ou ._~_r..~ separate applications of a glyphosate herbicide in accordance with >- ~-~- manufacturers specifications. ~= ~ 2. Lightly till earth surface to break it up. Repair eroded area and finish ~ grade. Notify City representative for inspection of seed bed pdor to seeding. 3. Seed and mulch as soon as possible after completing seeding to reduce dsk of erosion. Broadcast seed and nurse at specified rate onto bare soil. Lightly rake and roll seed bed surface. Mulch seeded area immediately after seeding with weed free straw at the rate of 1 ~ tons per acre. 4. All seeded and mulched slopes steeper than 3:1 will be covered with a straw blanket (North Amedcan Green S75 or approved equal). Install in accordance with manufacturer specifications. 5. RE-SEEDING When all work related to seeding on an area has been completed but is washed out or damaged prior to final acceptance of the project by the 02900-6 I I City, the area shall be re-seeded at the contract unit pdce or pdces when so ordered by the City's Representative. I 6. WARRANTY a. If less than 30 percent of the seed fails to establish and i survive to the next growing season, the Contractor shall be responsible for re-seeding at the specified rate at no cost to the City. I b. During guarantee period (of months), any 4 defects in finish grading and seeding work, and all damages to property resultant from such defects and all damage resultant from I these defects, shall be corrected by the remedying Contractor without expense to the owner. I 3.06 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final I acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate' and otherwise maintain and protect all plantings. I B. Maintain sod and seed areas at maximum height of 2~ inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with odginal mixtures, watering, or whatever I is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. i C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a pedod of one year after by City Council I acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may I be obtained at the Contractor's at the bulk water fill station located at expense 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. ! 11/00 0 shame~engineer~sPecs-i~O2900.d(:c ~ ~ ~--~ I I 02900-7 · * ~[~'~ 06-01-04 8 Prepared by: Marilyn Kriz, Parks and Recreation, 220 S. Gilbert, Iowa City, IA 52240 (319) 356-5110 RESOLUTION NO. 04-167 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATE OF COST FOR THE CONSTRUCTION OF THE BENTON HILL PARK DEVELOPMENT, 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: 1. The plans, specifications, form of contract, and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above named project shall be in the amount of 10% 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 City Hall, until 2:00 p.m. on the 29th day of June, 2004, or at a later date as determined by the Director of Parks and Recreation or designee, with notice of said later date to be published as required by law. Thereafter the bids will be opened by the Parks and Recreation Director or 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 City Hall (in Emma J. Harvat Hall), Iowa City, Iowa, at 7:00 p.m. on the 6th day of July, 2004 or at such later time and place as may be fixed. Passed and approved this ].st day of ,June ,200~. Approved by CITY'CLERK C ~y"A~o~n ~y'sRD ffi ce'" Resolution No. 04-167 Page 2 It was moved by 0' Donnell and seconded by E11 i ott the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman × O'Donnell X Vanderhoef X Wilburn LETI'ER OF TRANSMrl'fAL Shoemaker ,~ Haaland Date June 10, 2004 ~,~,,,~-,r.. ~,,~,~,~-,w=~,. ~.-~ Job NO. 03288 160 Holiday Road Attention Madan Karr, City Clerk (::oralville, Iowa $224. I Phone: 319.351.7150 Re: Benton Hill Park Development Fax: 319.337.6792 To: City of Iowa City City Hall, 410 E. Washington Iowa City, Iowa we are sending you [] Attached [] Under separate cover Via: UPS Ground The following item/s: [] Shop drawings [] Specifications [] Plans [] S~n,p~.es [] Copy of letter [] Change order [] Pdnts ' [] Other, of Items ""~ {'~ Copies Date Number Description 1 6/10/04 No. I Addendum f~-- Action required noted below: [] For approval [] Furnish as submitted [] Resubmit copies for review [] For your use [] Furnish as noted [] Submit copies for distribution [] As requested [] Returned for correction [] Retum corrected pdnts [] For review and comment [] For bids due on date: 6~29~04 [] Pdnts returned after loan to us REMARKS: Marian: Enclosed please find Addendum No. 1 which you should make a part of your plan sets for the above referenced project. Copies to: Terry Trueblood for distribution to Terr~ Robinson, Marcia Klingaman, and Ron Knoche Signed: Michael P. Stineman FILED ADDENDUM #1 20t] ,.JUN I I 9:03 BENTON HILL PARK DEVELOPMENT PROJECT OIT~r'' OLEF{K IOWA CITY, IOWA IOWA CITY, IOWA June 9, 2004 BID DATE: June 29, 2004, 2:00 P.M. CENTRAL TIME The Plans, Specifications, and Contract Documents for the above referenced project are hereby revised, amended, and clarified. The information contained herein shall supercede and take precedence over related requirements and information contained in the Contract Document originally issued and is hereby made a part of the Contract Documents. Acknowledge receipt of this Addendum by placing the appropriate addendum number in the blank on the Bid Form. APPLICABLE TO THE DRAWINGS: SHEET 1 - Cover Sheet - Omit sheet 3 (Estimated Quantities and Reference Information) and re-number remaining sheets accordingly: Sheet 2 - Notes and Legend, Sheet 3 - Overall Site Plan, Sheet 4 - Main Access Trail Plan, Sheet 5 - Nature Trails and Safety Surface Details, Sheet 6 - Trail Details, Sheet 7 - Hydrant and Play Structure Details, Sheet 8 - JR Tree House and Vine Tunnel Details, Sheet 9 - Tree House - Plan View, Sheet 10- Tree House - Elevation and Details, Sheet 11 - Planting Plan, Sheet 12 - Schedule and Planting Details. Sheet 3 - Overall Site Plan, revised walk to provide pedestrian access to both Miller Ave. and W. Benton Street. Adjust fence to revised walk location. SHEET 4 - Main Access Trail Plan, revised walk to provide pedestrian access to both Miller Ave. and W. Benton Street. Adjust fence to revised walk location. SHEET 5 - Nature Trails and Safety Surface Details, leave old foundation wall next to property limit and extend safety surfacing around it. Place soil-fill between limestone boulder seating and existing rock climbing wall. Remove reference to geo-textile fabric and replace pea gravel with 1' road stone at Typical Safety Surface details. SHEET 7 - Hydrant and Play Structure Details, change waterline at hydrant detail from 1" to 2", and add domed steel cap to top of vine hide-away detail. SHEET 8 - JR Tree House and Vine Tunnel Details, remove one step from JR Tree House detail. On Vine Tunnel Detail, add vinyl chain-link cover for vine, and add rebar anchors. SHEET 11 - Planting Plan, revise planting to fit new walk location. SHEET 12 - Schedule and Planting Details, update planting schedule. FILED End of Addendum No. 1 Z001~ JU,N I I ~'1 9:03 Respectfully Submitted,  CITY, CLERK IOWA CI~ IOWA Iowa Registration Ne. 218 2 ADDENDUM #2 BENTON HILL PARK DEVELOPMENT PROJeCt 0 IOWA CITY, IOWA June 24, 2004 © --~ ~: --FI BID DATE: June 29, 2004, 2:00 P.M. CENTRAL TIME The Plans, Specifications, and Contract Documents for the above referenced project are hereby revised, amended, and clarified. The information contained herein shall supercade and take precedence over related requirements and information contained in the Contract Document originally issued and is hereby made a part of the Contract Documents. Acknowledge receipt of this Addendum and Addendum No. 1 by placing the appropriate addendum number in the blank on the Bid Form. APPLICABLE TO THE CONTRACT MANUAL: PAGE FP-1, FORM OF PROPOSAL - Revised to include additional items (see updated form - attached). PAGE 01025-3, MEASUREMENT AND PAYMENT, 3.02 BID ITEMS, B. BID ITEM DESCRIPTIONS, Subsection 3. GrubbinR and Removals, LS - (Revised to read) The lump sum pdce for this item includes all work required to remove tree stumps (from trees 6" caliper or smaller), old concrete steps, walks, sewer and storm system, fence, rubbish, junk and all other items (within the park) from this old farmstead that might endanger the public safety, and as directed by the City's representative. Backfill all depressions left by removed items with soil. (Note: City will be clearing all trees, brush, and removing large stumps). · Subsection 4. PCC Wall Removal, LS - (Revised to include sentence) and removal and disposal of top portion of a freestanding retaining as designated by City's representative. · Subsection 12. Limestone Boulders, EA - (Revised size to read) 24" x 30" x 20" high. · Subsection 20. Final Grade/Wildflower Seed/Mulch, SY - (Revised title to read) Final Grade/Temporary Seed/Mulch, SY · Subsection 32. Tree House, LS - (Add sentence) This bid item does not include any material or labor for the Clatter Bridge, shown on the plans as by City. · (Add) Subsection 33. Outcrop Limestone, EA The unit price shall be paid based upon required site preparation and the number of stone pieces (approximate size 3' x 4' x 7" to 8" thickness) furnished, placed and leveled as directed by City's representative. Limestone shall be provided by Weber Stone Co. (319-462-3581) or other approved source. · (Add) Subsection 34. Remove and Repair Street Pavement, LS The lump sum price for this item includes removal of, and furnishing all materials and all labor to re-construct, the street curb, paving, base and subgrade as to required to install waterline connection into City waterline. All construction will match existing street construction or better, to the satisfaction of the City. PAGE 01025-7, (Add) C. ALTERNATE BID ITEM DESCRIPTIONS, ALT-1. Wood Clatter Bridge, LS The lump sum price for this item includes all materials and labor required to construct the wood clatter bridge shown on the plans. PAGE 02900-2, LANDSCAPING, Part 2.02 Seed · (Replace all reference to Wildflower Mix and nurse crop, w~th) Tempora~.__~, e,~'d M~x.~ Annual Rye, seeded at 2 pounds per 1,000 SF. ...~ ~ ~. i~,"l APPLICABLE TO THE DRAWINGS: SHEET 2 - Notes and Leqend - (Revise General Note #12:to read) Remove all stumps from trees 6" caliper or smaller. Larger stumps to be removed by City. SHEET 3 - Overall Site Plan · (Revise General Note: Cleadng and Grubbing to read) Cleadng by City. Remove tree stumps (from trees 6" caliper or smaller), old concrete steps, walks, sewer and storm system, fence, rubbish, junk and all other items (within the park) from this old farmstead that might endanger the public safety, and as directed by the City's representative. Backfill all depressions left by removed items with soil. · (Change note at top of page '2 - 6' gates' should read) 1 pair of 6' gates. SHEET 4 - Main Access Trail Plan - (Change note at top of page '2 - 6' gates' should read) 1 pair of 6' gates. SHEET 5 - Trails and Safety Surface Details · (Revise note at bottom of sheet "Fill soil around all old foundation walls.... "to read) Remove top of free standing retaining wall down to within 4' of existing grade, and cap remaining wall with cement mortar. (Omit leader to foundation wall sections outside property limit). · (Revise note near bottom of sheet "Remove old foundation section....." to read) Remove and dispose of concrete cap (approx. 15 LF), from west half of retaining wall (as directed by City representative). Backfill entire remaining retaining wall to within 4' of top of wall (5:1 max. slope). Remove stone rubble from western retaining wall section as required to place and level limestone 'outcropping' stone, as directed by City's representative. · (Remove entire note: Fill soil within 2' of top of wall ....... ). SHEET 7 - Hydrant and Play Structure Details, SECTION AT CLIMBING WALL: · (Change 8' TYP to read) 15' MIN. · (Change 5' to road) Backfill with soil so that top of 12" safety surface is 4' from top of existing wall. · (Change size of boulder to) Limestone boulder with approximate size of 24" x 30" x 20" high (4 required). · (Add note) Install approximately 30 LF of 4' chain-link fence (as directed by City representative) to isolate top of retaining wall. SHEET 10 -Tree House Elevation and Details · Clatter Bridge will be furnished by the City. The wood clatter bddge as shown on the drawings will be bid as an Alternate Bid Item. · All wood handrails, balusters and bottom roils have been changed to steel (see revised sheet 10, attached). SHEET 11 - Plantinq Plan · (Change all notes and references to Wildflowers to) TEMPORARY SEEDING SHEET 12- Schedule and Plantinq Details Planting Schedule · (Change size of Winter King Hawthorne to read) 1-1/2" cal. · (Change size of Don Wyman Crab to road) 1-1/2' cal. · (Change reference to Wildflower Seed Mix to) Temporary Seeding. General Notes: · (Change reference to Wildflowers, under General Notes to road) Temporary Seeding Areas - will be raked and seeded with a temporary seeding of Annual Rye at a rate of 2 pounds per 1,000 SF. Furnish and install erosion control mat (North American Green S75 or equal) instead of straw mulch, in all temporary seeded areas steeper than 3:1. End of Addendum No. 2 Respectfully Submitted, Mich~ael p. ~ine~nan ~.._~ Iowa Registration No. 218 FORM OF PROPOSAL © ~ BENTON HILL PARK DEVELOPMENT PROJECT ~© c_ CiTY OF IOWA CITY -~:: :~ ~ NOTICE TO BIDDERS: ~ ~ ~1 PL~SE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN,HE B~ND VOLUME OF THE SPECIFICATIONS. SEPA~TE COPIES OF THI~RO~AL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder ~ TO: City Cle~ Ci~ of Iowa Ci~ * Civic Center 410 E. Washington St. Iowa Ci~, IA 52240 The undersigned bidder submits herewi~ bid secud~ in ~e amount of $ , in ac~rdance with the te~s set fodh in the "Proje~ Specifl~- tions." The undersigned bidder, having examined and dete~ined the scope of the Con~a~ Documents, hereby proposes to provide ~e required labor, se~i~s, materials and equipment and to pedo~ the Proje~ as des~bed in the Contra~ Documents, including Addenda , and , and to do all wo~ at the pdces set fo~ he[ein. We fudher propose to do all "~a Wo~" ~ich may be required to complete the wo~ contemplated, at unit pd~s or lump sums to be agreed upon in wdfing pdor to sta~ing su~ wo~. ESTIMATED UNIT ~TENDED ITEM DESCRIPTION UNIT QUANTI~ PRICE AMOUNT 1. Mobilization LS 1 2. Gdnd Cu~ LF 14 3. Grabbing and Removals LS 1 4. PCC Wall Removal LS 1 5. Grading/Ea~hwo~ CY 870 6. 6' Limestone Trail TON 110 7. 6" Thick PCC Trail SY 395 8. 6~ Thick PCC Shelter Slab SY 45 R-1 (Revision - Addendum No. 2) ESTIMATED UNIT EXTENDED ITEM ~ IINIT OIIANTITy PRICE AMOIINT 9. 4" Thick Misc Paving SY 70 10. Vinyl Coated Chain Link LF 900 Fence (4' High) 11. 6' Wide Vinyl Coated PR 1 Swing Gate (4' High) 12. Limestone Boulders EA 5 (24" x 30" x 20" high) 13. 30" RCP Tee Section EA 1 14. Hose Bib EA 1 15. 2' O Water Service Line LF 130 16. Subgrade Repair CY 25 17. Imported Topsoil CY 75 18. Landscape Planting LS 1 Package 19. Final Grade/Mulch/Lawn SY 4,700 Seed 20. Final Grade/Mulch/ SY 300 Temporary Seed 21. Safety Surface Edging LF 285 22. Safety Surface &Matedal SY 300 23. Temporary Traffic Control LS 1 24. Silt Fence LF 400 25. Erosion Control Straw SY 500 Matting 26. 4" Diameter ADS Pipe LF 30 27. 8' Diameter ADS Pipe LF 20 28. Vine Tunnel LS 1 R-2 (Revision - Addendum No. 2) ESTIMATED UNIT EXTENDED ITI:M ~ UNIT OHANTITY p_~ AMC)tINT 29. Vine Hide-Away LS 1 30. Climbing Wall LS 1 31. Junior Tree House LS 1 32. Tree House LS 1 33. Outcrop Limestone EA 20 3' x 4' x 7' to 8' thick 34. Remove and Repair LS 1 Street Pavement TOTAL EXTENDED AMOUNT = $ ALTERNATE BID ITEMS ESTIMATED UNIT EXTENDED ITFM ~ IINIT ~ ~ AMO[JNT ALT-I. Wood Clatter Bridge LS 1 Note: If accepted, this alternate bid item would replace 'Clatter Bridge' shown on the plans as being furnished by the City. R-3 (Revision - Addendum No. 2) The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors ara 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 mora specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: R-4 (Revision - Addendum No. 2) 200', JUN 25 AH 10: hO BRIDGE ~ ~ (~p.) C E ANORAIL~ I z THIS SIDE ONLY. 3 ~ j ~ : SEE DETAIL C/lO ,F SEE DETAIL C/10 TREE HOUSE ROOF FRAMING P~N z1'JJJJ'~ ~ STRUCTURAL WOOD NOTES: TREE HOUSE FLOOR FRAMING P~N ~ 1715.1 IBC. ALL METAL FASTNERS AND CONNECTORS ~ Zo REFERENCE NOTES: z DESIGN LOADING SHEATHINO, LIVE LOAD = 60psi SHALL 8E ONLY AS DETAILED OR APPROVED BY THE 03228.10 FRAMING CONNECTORS SHALL BE SIMPSON OR SHE~TITLE APPROVED EQUAL FOR LIVE AND DEAD LOAD NOTED. ~ TREE HOUSE 9 SIDES OF BRIDGE). SEE ~ (2) z DETAIL F/10 --! JOIST CARRAGE WITH FACE OF POST J.~ a ~ 0 RETAINING WALL AT RAMP BRACING CONNECTION o ] ~______~FLASHING /_ 3 TAB ASPHALT SHINGLED OVER ~ (2) 3/4"* CARRAC[ SIMPSON STRONG TIE. CORNER CONNECTION~ RA~ER CONNECTION ~ '~ Px6 POST ~ (TYP. T&B) DETAILS G/lO & HANDRAIL. SEE 4 1/2" O.C.~ OEIA[L G/10 ~ ~" _ENO P~TE. SEE D~CK~.O. SE~ ~ (~) 1/~"~ ~ I Il DAT~ D[~A~L A/9~ ~ OUArL A/9 ~ (4) 13/~6" i / ROPE ./ STUD END EDGE ON TOP I 1/4"~ HOLES 2x FRA~I~G, ~ 1/2"~ 2x FRAMING, [ S[~ oaTa~ ~/~o 03~.~0 C~E. BRIDGE DETAIL Q ~PICAL HANDRAIL DETAIL Q HANDRAIL SUPPORT DETAIL Q END P~TE DETAIL Q C~ER BRIDGE DETAIL Q TREE HOUSEELEVATION ~' I ['~ ~' ' ''~ a/"' ' '~ ~' ' "~ ~"' "~ & DETAILS Prepared by: Marilyn Kriz, Parks & Rec, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5110 RESOLUTION NO. 04-].96 RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF THE BENTON HILL PARK DEVELOPMENT, WHEREAS, G & R Miller Construction of Washington, Iowa, has submitted the lowest responsible bid of $121,395.00 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to G & R Miller Construction, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 6th day of Ju],v ,20. 04 ATTEST: -/d- CITY'CLERK City Attorney's Office It was moved by Ba'i] e¥ and seconded by 0'Donne] ] the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion ~( Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn ri OFFICIAL PUBLICATION · * ADVERTISEMENT FOR BIDS Printer's Fee $_ ~L~ .C~ Ct BENTON HILL PARK DEVELOPMENT PROJECT Sealed propo.s~ ts will be receved by the Cit~ Clerk' of the City of Iowa City, CERTIFICATE OF PUBUCATION ~owa, un il 2:00 P.M. 6n the 29th day of June 2004, or at a a e da e and/or time STATE OFIOWA, as determined by the Director of Public Works or designee, witf~ notice of said JOH~SO]~IIi~ CO~I]~iTTY, SS-' later date and/or time to be published as. Working DRys: 5d ' - required by law. Sealed proposals will be Speciflfled Start Cate: July 19, 200~ THE IOWA CiTY PRESS-CITIZEN opened immediately there-after by the ~ity Engineer or designee. Bids submit- Eiquidated Damages: $200 per day FED. ID # 42-0330670 ted by fax machine.shal~ no~f b~e. deemed The plans specifications and propose contract documents may be examined al · a "sealed bid" for purposes of this. theofficeoftheCityClerk. Copiesofsaid Project. Proposals will be acted upon by plans and specifications and form of pro- the City CounCil af,a meeting to be held' pesal blanks may be "secured at the I~ in the City Hall at 7:00 P.M. on the 6th Office of Shaemaker and Haaland day of July, 2004, or at such later lime! Professional En~in~ers~ 160 Holiday Linde Krotz, being duly sworn, say and p~ace as may be scheduled, i J Read, terMly(lie, Iowa, by bona fide bid- The Project will b~valv~ the following: . dore. that I am the legal clerk of the IOWA The devstooment'of a hew oark located. A $40 non-refundabl~ fee is required for at the s~uthwesl comer'of BentOn Streel each set of plan~ and specifications pro- CITY PRESS-CITIZEN,a newspaper and r Miller Avenue: .This Shall includ(~ .vided to bidders or other interes ed per- sons..The,fpe shall be in the fain of a published in said county, and that a' re--va,, oredlno. PCC Trail. PCC Pad check, made payable t6 Shoemaker and installer(aa" of Plavaround structore~ Haaland Professional Engineers. notice, a printed copy of which is ' ~'ater service line. chain link fence, ant Prosl~cth;e bidders araadvised that the oste. sudace re~t0ration, tree and'shmf City of Iowa City desires tO employ minor-i hereto attached, was published in ~lanJn~3 andall related incidentals: I All work is'to be done in.strict compri ity contractors and subcontractors on said paper time(s), on the anco with the plebs end specification~ City projects. Alistingofminodtycontra~. tars can be obtained fr6~ the Iowa following date(s): prepared by 'Shoemaker and Haalanc Department of Economic Develo~)ment al Professional En0ineers 'Of C0ralVille (515)242-4721 andthelowaDepai'tmenl ~% 7 ~{~ 0 F owe, which have .hereto~fore ~beer approved by the City Council/and are or of ,Transportation Contracts Office (515) 239-1422. ' } L,~ V~ c ..) , file for public examinatibn in the office ol the City Cle~k; Bidders shall list on the Form EM;ch prell§al shall be completed dna Proposal the hames of 'persons, tim' companies or other parties with whorl f°m~-f-~i~dgby~the~City'~nd~mus'~ be 'the bidder intend~ o"~ubcontract: ThL~ accompanied i~ a Sealed envelope, sop- list shall include the type of work adc posal, by a bid bond e~ecut~d b~/acer Th~' COntract6[ aw~r~ed~the oontra~ poraben auti~{0dzed to contract as a sure- ty in the State of Iowa, in the'sum of 10% shall submit a ,list on the .Form ¢ Agreement Of (h~ proposed subcontra¢ Legal Clerk of the bid. The bid security shall be made tom, together with quantities, Unit pdce~ pay-able to the TREASURER OF THE 'and extended dollar amounts. Subscribed and sw/~rn to beforeme c~w OF IOWA CITY, IOWA, and shall be By virtue of ststutoP/ authority1 pref- this~: t~ dayof {v~J ( j ~ ~._ forfeited to the City of Iowa City in the erence must be given to predusts and event the successful bidder fails to enter . . q provisions grown and-coal produced A.D. 20 0 ~ into a contract wfthin ten 10) calendar within the State of Iowa, arid to Iowa · days of the City Council's award 6f the domestio labbr, to the extent lawfully ~~(~.~ ~ ~'"~ c°nt rest and pest b°nd satisfact°lY th the~ required under Iowa Statotes. The Iowa City ensudng the faithful performance of redprocal resident bidder preference law the contract and maintenance of said J ~} Project, f requi~ed, pc/rSqanl to the provi- applies to this Project. : - sions of this notice and the other contract! The City reserves the fight to re oct any documents. Bid'be~ds of the lowest two[ or ati proposal§, and also reserves the Notary Public or more bidders may be retained for a~ ladties. .dght to waive technicalities and r egu- pedodofnottoexceedfiftsen(15 calan- ' Publi~heduponorder'oftheCityCouncil dar days fo oW ng award of the contract of Iaea City, Iowa. r or until reaction is.made. Other bid ,,: bonds will be ~'et~lmed afte[ thd canvass MARIAni K. KARR, CITY CLERK' and tabulation of bids is completed aild .. , ~'~*"~'~=~:NE MAHER ~ reported to the. City Council: 59709 ' June 8, 200~ l';~[] I My ComrllllllOn Expires I furnish a bond (nan amount equal to one ~ "/~';~F ~ A~)HI 2, 2005 ~ hundred percent (100%) of the con reel price,, said bend t0'.be'issqed by'. a respen-sibl~ surety approved by the City, 'and shall gua[dntea the prompt pay}nent of all matedals and labor, and also pro- test and ~a~'e ha'rmless the City from ~11 ' claims and damages of any kind caused directly.or (nd esty by the operation o the contract, and Shall also guarantee th( maintenance or,the improvement for ~ period of one o five;year(s) from anc I affe~ its compl~ti~h ~nd:fbrmal~accapt · an;ce by tho',City Cou;~cil. "Th~"f~io~wn[} mtatiohs Shal 'ap~/~ th s Project!! ,', . - ', "':'; ' FORM OF AGREEMENT THiS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and G & R Miller Construction ("Contractor"). VVhereas the' City has prepared certain plans, specifications, proposal and bid documents dated the 25th day of May · ,20 04, for the RP. nton Hill P~rk Q~_vel~prnc. nt Project ("Project"), and VVhereas, 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 incor- porated herein by reference: a. Addenda Numbers I & 2 ; b. "Standard SpecificaUons for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; d. Specifications and Supplementary Conditions; ~ .cb c_ e. Advertisement for Bids; © -~ -r-J f. Note to Bidders; r~ -o · 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 pdces, and extended dollar amounts, am as follows (or shown on an attach- ment): Iowa City Landscapinq D & N Fencin9 Klawson Builders 4. Payments are to be made to the Contractor in accordance with the Supplemen- tary Conditions, DATED this 6th. day of July ,20 04 By (Title) Mayor ATTEST: ATTEST: City Clerk (Company Official) Approved By: City Attorney's Office AG-2 Prepared by: Terry Trueblood, Parks & Rec. Division, 410 E. Washington St., Iowa City, IA 52240, 356-5110 RESOLUTION NO. 05-56 RESOLUTION ACCEPTING THE WORK FOR THE CONSTRUCTION OF THE BENTON HILL PARK DEVELOPMENT PROJECT, WHEREAS, the Parks and Recreation Director has recommended that the work for the construction of the Benton Hill Park Development Project, as included in a contract between the City of Iowa City and G & R Miller Construction of Washington, Iowa, dated July 6, 2004, be accepted; and WHEREAS, the performance and payment bond has been filed in the City Clerk's office. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CiTY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 1st day of Februar.y ,2005. MAYOR Approved by ATTEST: "~~ CITY 'CLERK Cit~; Att~'ey's'~Office It was moved by Ba~ ] e,y and seconded by 0'Donne1 ] the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion × Elliott X Lehman X O'Donnell }( Vanderhoef X Wilburn parksrec\res~accepbentonhillpark.doc SI IMPROVEMENTS BENTON HILL PARK Iowa City Parks and Recreation LOCATION MAP SCALE: 1' ~ 1000' IOWA CITY, IOWA D~WING IND~ ~v~ TOWk R C 1 ~ o WOOD%IDE SHE~ NO. TITLE SHEET NO. TITLE 1. TITLE SHEET 8. ACTIVI~ AR~ DETAILS 2. NOTES AND LEGEND 9. ACTIVI~ AR~ D~AILS 3. ESTIMATED QUANTITIES AND REFERENCE INFORMATION 10. P~NTING P~N AND SCHEDULE 4. OVERALL SITE P~N 11. AREA P~NTING DETAILS 5. MAIN ACCESS TRAIL P~N 12. TREE HOUSE P~N VIEW HA l~ ~[ O c ~ ~ ~ ~ 6. TRAILS AND ACTIVI~ AR~S P~N 13. TREE HOUSE ELEVATION & DETAILS 7. TRAIL AND ACTIVI~ AR~ DETAILS DATE 04/16/O4 DRAWN MPS CHKD SSF r~ APROV. SSF LLI AREA M AP PROJECT NUMBER  I hereby certify that this engineering document wos prepared by 03228.1 0 me or under my direct supervision and that I am a duly Registered SCALE: 1" = 400' Landscape Architect under the laws of the State of Iowa. 032~09m STINEMAN ~ ~"- ~. S''T ,?Z'. NO. .z ' Michael P. Stineman Reg No. 218 Date COVER SHEET My registration renewal dote is June 30, 2005. SHEET NUMBER REV GENERAL NOTES - -T' LEGEND 1. ALL DIMENSIONS ARE HORIZONTAL UNLESS NOTED OTHERWISE. 2. UTILITY COMPANIES WHOSE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE W~THIN THE [z -6 = EXISTING PROPOSED CONSTRUCTION LIMITS SHALL BE NOTIFIED BY THE CONTRACTOR OF THE CONSTRUCTION STARTING o ,, .c o~ o DATE. (s) (s) SANITARY SEWER S OCA O. I RECORDS FROM THE UTILITY OPERATING AUTHORITY. RECORD LOCATIONS ARE FIELD VERIFIED BASED (SD) SUBDRAIN SI) ON OBSERVABLE SURFACE FEAllJRES SUCH AS MANHOLES, VALVE BOXES, EVIDENCE OF TRENCHES, (F) (F) UNDERGROUND ELECTRIC ETC. EXCAVATIONS HAVE NOT BEEN MADE TO VERIFY LOCATIONS OR DEPTH OF BURIED UTILITIES. THE EXACT LOCATION AND ELEVATION OF ALL UTILITIES MUST BE DETERMINED BY THE CONTRACTOR. (OF) OVERHEAD ELECTRIC GE g IT SHALL BE THE DUTY OF THE CONTRACTOR TO ASCERTAIN WHETHER ANY ADDITIONAL FACILITIES (G) (C) (];AS G 0 OTHER THAN THOSE SHOWN ON THE PLANS MAY BE PRESENT. OVERHEAD UTILITIES AND F- UNDERGROUND SERVICES ARE NOT SHOWN. IOWA ONE CALL NUMBER FOR UTILITY LOCALES IS (~) (0 UNDERGROUND TELEPHONE T LLI 1 --800--292--8989. ( 12" W) WA TLR ~8' w 8' w rr (ws) WATER SERVICE ws ws, "' 4. THE MEANS OF THE WORK AND THE SAFETY OF THE CONTRACTOR'S EMPLOYEES ARE SOLELY THE rr RESPONSIBILITY OF THE CONTRACTOR. THE CONTRACTOR HAS A CONTRACTUAL OBLIGATION TO PROPERTY LINE 7LUC~ COMPLY W~TH ALL APPLICABLE LAWS AND REGULATIONS INCLUDING THOSE OF OSHA. AT NO TIME 8.~0 CONTOUR i 8430 i WILL EITHER THE OWNER OR THE OWHER'S REPRESENTATIVE TAKE RESPONSIBILITY FOR EITHER THE MEANS OF THE WORK OR THE SAFETY OF THE CONTRACTOR'S EMPLOYEES. ~ TREE LINE ~ <rr Q_UJ-- 5. EXISTING FACILITIES (PAVEMENT, UTILITIES, ETC.) DAMAGED BY THE CONTRACTOR SHALL BE (~ GAS VALVE REPAIRED OR REPLACED BY THE CONTRACTOR AT NO ADDITIONAL EXPENSE TO THE OWNER.~ ~c~-- m LL] <c~< z FI MAILBOX E] ~o o~ 6. CONTRACTOR 1S REQUIRED TO MAINTAIN POSITIVE DRAINAGE ON THE SITE THROUGHOUT THE 0 PROJECT DURATION. WHERE EMBANKMENTS MATCH INTO EXISTING GROUND, CONTRACTOR SHALL ENSURE POSlllVE DRAINAGE. IF ADDITIONAL AREAS ARE NEEDED FOR STAGING, STORAGE, ETC., IT IS ~] SIGN ,,Fl THE CONTRACTOR'S RESPONSIBILITY TO OBTAIN WRITTEN PERMISSION FROM THE OWNER. 7. IN ORDER TO SAVE EXISTING TREES, THE ACTUAL CONSTRUCTION CORRIDOR IN MANY AREAS ~C.~ SHRUB ALONG THE TRAIL WILL BE LIMITED TO 16'. TRIMMERS, PAVERS AND OTHER CONSTRUCTION EQUIPMENT 8. ALL CONSTRUCTION STAKING AND TESTING SHALL BE FURNISHED BY THE OWNER. CONIFEROUS TREE 9. SEED DISTURBED AREAS. 10. COORDINATE CONNECTION INTO CITY WATER LINE WITH CITY WATER DIVISION. DECIDUOUS TREE LEON SCHLUET£R PH..319-651--1169 L_.%.~,~' 11. REMOVE ALL OLD FARMSTEAD FOUNDATIONS, RELATED CONSTRUCTION, AND JUNK EXCEPT THOSE FOUNDATIONS SHOWN ON PLANS TO REMAIN OR AS DIRECTED BY THE CITY'S REPRESENTATIVE. x(~/ LIGHT POLE I.gl 0 POWER POLE -0- ~ ELECTRIC STRUCTURE [] l~ TELEPHONE STRUCTURE [] WATER VALVE SURVEY CONTROL POINT BENCH MARK _J ./ ~} MANHOLE I~ II1 o Z~> ~u GFIAPHIC SCALE LLI II I NORTH ARROW DRAWING SCALE (FEET) DATE 05/12/04 DRAWN ALH CHKD MPS APROV. SSF  l PROJECT NUMBER 03228.10 DETAIL REFERENCE o~ SHEET TITLE NOTES AND LEGEND SHEET NUMBER 2 A ESTIMATE OF QUANTITIES No. Description Quantity Units 1 Mobilization 1 LS ESTIMATE REFERENCE INFORMATION 2 Grind Curb 14 LF 4 Pge Wall Removal 1 LS 3 THIS ITEM SHALL INCLUDE THE CLEARING AND GRUBBING OF EXISTING TREES AND VEGETATION AS 5 Grading/Earthwork 870 CY REQUIRED WITHIN THE PROJECT LIMIT LINE. ALL MATERIAL SHALL BE REMOVED AND DISPOSED OF 6 6' Wide Limestone Trail 110 TON AT AN OFF-SITE LOCATION FURNISHED BY THE CONTRACTOR. IT IS INTENDED TO MINIMIZE THE 6" AMOUNT OF TREE REMOVAL. ALL TREES NEAR THE EDGE OF THE PROJECT LIMITS SHALL BE 7 Thick PCC Trail 595 SY APPROVED TO BE REMOVED BY THE OWNER. THIS ITEM WILL BE PAID BASED UPON PLAN 8 6" Thick PCC Shelter Slob 45 SY QUANTITY ONLY. 9 4" Thick Misc Paving 30 SY 5 THIS QUANTITY IS FOR THE REQUIRED EARTHWORK TO ESTABLISH THE GRADES AS SHOWN ON THE 10 Vinyl Coated Chain Link Fence (4' High) 900 LF PLANS. ALL EXCESS MATERIAL SHALL BE WASTED ON SITE. OVERHAUL SHALL BE INCULDED IN 11 6' Wide Vinyl Coated Swinq Gate (4' Hiqh) 1 PR THE UNIT BID PRICE. THIS ITEM WILL BE PAID BASED UPON PLAN QUANTITY ONLY. 12 Limestone Boulders (24" - 36") 20 EA 7 THE PCC PAVEMENT SHALL HAVE FIBER MESH REINFORCEMENT AND SHALL BE C-3 MIX. 15 30 RCP Tee Section 1 EA CERTIFIED PLANT INSPECTION (CPI) IS NOT REQUIRED. 14 Hose Bib 1 EA 15 1" Diameter Water Service Line 20 LF 20 SEED ALL DISTURBED AREAS TO LAWN SEED MIX EXCEPT WHERE WILDFLOWER SEED MIX IS SHOWN. 2" 16 Diameter Water Service Line 130 LF 17 Sub.qrade Repair 25 CY 25 THE CONTRACTOR SHALL MAINTAIN TRAFFIC ON BENTON STREET AND MILLER AVENUE AT ALL . TIMES. THE LUMP SUM PRICE SHALL INCLUDE ALL SIGN, BARRICADES, FLAGGERS, CONSTRUCTION 18 Imported Topsoil 75 C¥ FENCE AND OTHER WORK NECESSARY TO CONTROL VEHICULAR AND PEDESTRIAN TRAFFIC DURING 19 Landscape Planting Package 1 LS CONSTRUCTION. TRAFFIC CONTROL SHALL BE 1N ACCORDANCE WITH R-63A. 20 Final Grade/Mulch/Lawn Seed 4700 SY 26 SILT FENCE SHALL BE INSTALLED ALONG THE PROdECT LIMIT LINE. ADDITIONAL SILT FENCE WILL 21 Final Grode/Mulch/Wildflower Seed 2000 SY BE INSTALLED AS DIRECTED BY THE OWNER. THE CONTRACTOR SHALL BE RESPONSIBLE FOR 22 Construction of Playqround Structures 1 LS MAINTAINING AND REMOVING SILT FROM THE SILT FENCE. SILT SHALL BE REMOVED WHEN IT 23 Safety Surface Ed.qinq 285 LF ACCUMULATES UP TO HALF OF THE HEIGHT OF THE SILT FENCE. THIS SHALL BE CONSIDERED 24 Safety Surface &: Material 300 SY INCIDENTAL TO THE UNIT PRICE. 25 Temporary Traffic Control 1 LS 27 THE CONTRACTOR SHALL INSTALL THE MAT ON ALL 2:1 SLOPES AND AS DIRECTED BY THE 26 Silt Fence 400 LF ENGINEER. 27 Erosion Control Straw Mattin.q 500 SY 28 Electrical Service 1 LS 29 Security Light 1 EA 30 6" Diameter ADS Pipe 18 LF DATE 05/12/O4 DRAWN ALH CHKD MPS APROV. SSF PROJECT NUMBER 03228.10 03'288-10901 SHEET TITLE ESTIMATE OF QUANTITIES AND REFERENCE INFORMATION SHEET NUMBER ~ GRAPHIC SCALE , / / / , / . : .-- . _ - -~ ~ .... / I -'--' ' ' ' "1 ~1 <~ .--'- .,' .," _: ..,-'-- , "-- -' ' / / / , ~ ,' ' .... - -' ' : '----' ' - ~ ~ ~ ~ ~ ~ ~ ~, ~, ~ '~W BENTON STREET ~ ', '~ ~, ~ ~ ~ ~ ~- ~ ~ ~ ~ .~ ~ o ~ ~ ~ ~ X x ~ x, ~ X ~BAND~ EX~N~ ~/ I~ ~ X -- ~ t ~ ~ ~ X NOT ~IS ' / x X X X X X .... x 10 ~ PCC ~ ~" ~ X X X k X X k ~ ~ I ~ ! ~ X / . / / ~ ~ k i ) / / / / , _- 11/ ,r~ t ~ I I / t , , f i : _- , ,,, ,,,,,, : ':,, . .. ~ -- , I i I FOUNDA ~ONS I .. . , , , / , , ,,. , , , . . . ._-:- . >/ ' ' ' / / / / / I / I I , / / / ---~ / / / / / / / , f , ~ / / / / / / / / I / I , ! / / /' -~- ._-'~ x x x / xx x x - / / / era s ' ' ' ,. ~ / .-I r . / . . / ~ML - 8Y CI~ / / ' / BU~(ED ~TILqI~S - ~LL HAVE TO ~ELO~D.~AR ~HE PA~K EN?~Y. ~OOR~ATE ~ ~IL~ / / / ~-- .. ~q ' / ~ x / ~x ~..x x / ~'~ xx ~ ~" ~ s~s~'w~~ ~,,~ W~L, ~x /~X~T~O~'W~ST~ .x ~'~g~TO~T~'' / ~TX . ~ ~ ~ , / / / / / ~ ~ ~ / / , -- , / / ~LE~RICAE SERVICE- AND SECUR~LIGHT RROVID~ BY MID~MERI~A~ EN~GY, N HIS CONT~ / ~ ~/ ' / / _/ ~ ~ ~ ~ _ / / ~ / ~ ~ ~ ~ .... / / CHA~ LINK ~N~E/' .,-' / ' / / ~ ( / ~'~ ,.' ., ,/ .~ / . / / ~ / / _'~ / . ~'BEN~HE&'- ~L~BE PROV D~ AN~NSTALLED BYO~ .tNSTAL~BEN~H PAD ~HERE S~WN. / .. .... ~ , ~ PROJEOT NUMBER --- ~- / / / -/ / ~/ ~' :" ~ ~'" //J / . .' / / / / -' ' / /' ./ x' / / / ./ /' ..... -- , - , - ' - - - ' ' ~ ~ ' - -' ~ -,. ' ' ' - ' ' ' , - , - - - - , - , '. ' ' -: 03228 10 :: - :c ~ >' : x / A~OX/~ ~ / . . / x . A~~ ~ / , , '/ ~. .- ~ , SHEL~ER-.WlLL~P~VlDE~AND/(NST~LED.~CI~. PROV~0ECONC~EPADASSHOWN. / ~ ~ /~- :~. _ ~ ~ i ~ ' ~ ~' ~ / / / / / / h /(PR~CHOOL P.~Y S~U~E - ~L B~ROV~ED A~ INST~LLED .B~ CI~. ~OVlDE PCC PERIM:ER . -~ ~ ~ ~ / . / ~ ~ / / / ~ ~ / ~ ¢ / / . ~ .- ., ,~,x.,..o ¢, ,~,,,., , ; ' -' / - ' / - ' / ~ / ~__~ ' SHE~ TITLE -: / : / / ./ / / ./ / ./ / .-~ ) / ~ / / / .' / '% / /~ lA/ .I --'. / / --' -- / :' .~ / ~ ~.' q I~ ~/ ~i~t,, .-~ ~- -~-- ~ ~ . ' / ' / / / / ' -- ' / ' / / / / EN~IN~ D ...... / .- --' / . / / / / / / /-' .~ / / ~ / / / / / ~. ~1 . ~Q_.~ ~E~OUN,~LL ~Y ~mUCTURETO BE P~VIDED A~D INSTA~UED ~ y~ ...... OVERALL SITE -' " / ./ ." / / / /' / / / / ~ ~ / / / / i// / / : / / ///.~D~ADq~NDATI~ WAL~DEMOL~ION - SO~E DE'OLd{ON 0¢ OLD~OU~N~ I~REQUIRE~EF~L SHEETS ~R LO'AT ~ / /' /- ,/ /' / / . ~ ~ -- suR,~Y CONSOL PO~N~ / / / / / / / / / ./ / . / / , / , . _ / , . ., .~ / / / / / / / / /. / / / / / / / / / ~ ~ . / / / / / / ,. / .~ ~od~ ~B ~MOV: ON~m:E: MA~K:~ BY~ FO~ ~E~OVAL./~OT:CT ALL ~H:~ T~ / /~,/ / SHE: NUMBER 60718~.28 21740~4.8~ /709.6~ / / ./ ,/ / / .' ~ / / / I / _.' , / ~ ~ ~ ,/ / / / / / / / / ~ / ~ ~' ~ ~ /'~ 102 ...... / ~/DS / . . . , ,' ,, ,, ,- ,. ,- , .. / .~- ,' ,,, / ,,' ,.,, - _ . ¢ .' / . , . ~ P~ PAVING BRIM. FI~SH,, ~W CONTRA~ION JOI~TS AN0 ROU D ALL EDGES, SMOOT~ TON ~TRFFT ' W. BEN ' ' ~ ~ BACK Of- CURB ~ ~ ~ - ~ PEDESTRAIN RAMP - , i -, cR/o/ss ~ ~ CONNECT TO fZl ~ GRAPHIC SCALE / ' ~. cl~ WA~ ~ ~ ~ CHAIN LINK FENCE ' : ~ ~ " : ~ I 587.1 ,' ~ ~ ' '" ] GRIND ~ ~ ~ ~ CURB ~ ~ ~ ~ ', .55 ~, ',, ~PE~ING FOR DIRECT ~ ' BUR/Ab OF POST (T~ 6 PLCS.), ~, ~,, 2 Z 6' GA~S ~ ' " ' ~ ~, ' REFER '~ TO SHEL ~R SHOP ~ < ~ < ' ' DRA~NGs FOR POST LOCATIONS. / ~ ~o' P~'C BAR, TYP. / , , ' ,~ ,, j , ' ' ~ SHEL ~R, ,I~,,CROSS-SLOP~, GRAIL NA~E ,' BROOM FINISH, SAWCUT " ' - ~ i ~ ; ~: ,,. SECURITY LIGHT ' / ~ " " '~ ~ :t "BY CITY - NOT '~ ~ , / ' ~ t ~ ' ' ~ REMO~ STUMP ' t-. ,~ . ~ ~ '/ / / / . ,. ~ , / --~ "~ 70~.~ / 4" PCC PAD ' -~ /~ / ~ ~DE x ~ICK PCC WALK, · 9~ , ' ' ( " OUTSIDE EDGE EL. 701.45 INSIDE , : ' } / EDGE EL. 701.55 2% CROSS / ! ~ J ' ' :: ' , SLOPE ' , . ~ X ~ '/ ' A ' , , ~ I BY, CITY . ~ ' / ,'1 I I ' I /,, ~ ~ / , ,, :' I I I ' I I I I TOP E~GE ~'~ I I I I t EL. 711.5 I I I , ~ I ,' I / / GRA~E ,LEAL ~ ~ ~ I I ' PA~ FOR S~, ~ ~ /' '"' ~,~' II ~ ~ , /-~ I,I ' II JOI~Tt '1 I II ,' I' I : I I ~ I ~ , / .:~ , / / / ('), DRA~ ALH ~ ' / / / ~ CHKD MPS // / / i APROV. SSF REMO~ OLD CONCRE~ WALK-- ' ~ / ~ / / ' : " " : "'" ; : 'I I ~ I / / i / : I 5"'&A ~R O~/WOOD*; / 'J I ' I ': '" : '~ MULCH / / : } //' 1 / / / ,i ' PROJECT NUMBER O3228 1 0 ~ , ~ I / -2 / SHE~ TITLE ~ ~ / / / ' ~57 ,~d~, ' ' MAIN ACCESS ' ~ ~ t , / / ' ~ /: ': ' ~ N- _~ ~ TRAIL P~N LA ~R OF ORA ~L -- ~ /' / / ORA ~L NA ~RE . ' / ~ , ., / /1/ / / TRAIL ' ~ ~ ~ / / / X 99.69 'I X / ~/ / / / ' ~ REMO~ C~CRE~ ' ~ ~ -~ ' / / / / / ' SHE~ NUMBER , S~UC~S A~D BURIED / / // / / / , , PIPE, AND BACKFILL. / // / // '// / / 5 , WA TER DIVERSION BAR ~ GRAPHIC SCALE ~ / ,:/ '~' ,,,,;~._~ ~ o ANCHORED ~TH ~ x ~ 'PLA YMA ~ SAFE~' SURFACE 0 ~ /(9" ~ICK COMPAC~D ' ~ PIPE UNNEL F APPROXIMA ~ ".., ILl'ITS OF SAFETY , ',~,~ ~ '~ , ,"', ~ , ~ SURFACE (T~) ~N ' ~ "~ -- LA YER OF PEA ORA ~L z - ~ PERMEABLE SUBSIOL < ~ < z (AT P~Y STRUCTURE) SECDONS : / / / / / ~: ~ I t I / , , ,~, I I : , I I I , ~ / / / ~ ' .,' . ~ ~ SIDEWALK ~ "" ' ~ ~ / 'PLA ~A ~ SAFE~ SURFACE ~CKNESS) . SEA ~NG OEO- ~X~LE FABRIC / : 111 ~ ~ PERMEABLE SUBSIOL ROCK CLIMB ~ .' STACK 2~' LIMESTONE BOULDERS : , ' SAFE~ SURFACE AT PRE-SCHOOL P~Y AR~ ~ DATE05/1~ ,, AS D/REC~D BY O~ER ~ / ~" DRA~ALH ~ ~ ~ ~ (NTS) CHKD MPS 8~' ~EA~D ~MBER ANCN~ED ~ ' APROV. SSF ~ 5/8"~x~0" REBAR /' PO5/~ONED TO DIRECT WA~R /NT~,P/PE " , ~RE~O~ OLD FOUNDA~ON REOU/RED) ./ ~ SEC~ON PROJECT NUMBER - ~_ 03228.10 ,, SHE~ TITLE PIPE' A A~ PROPER~ LINE ,' ' '~ rz: TRAILS AND SLOP~ / ACTIVI~ AREAS SHE~ NUMBER CLEARING & GRUBBING LIMIT (VARIES) IL ENTRANCE RAMP - 1' 1 O' · · 1' ' (,'RIND OFF EXIq'T/NC SHOULDER SHOULDE~ 6" THICK PCC TRAIL MILLE~ AVENUE ~ _2% SLOPE ~ ~ ~ ~ EXISTING GRADE z PCC ~PICAL SECTION ~ SECTION TRAIL VIEW ~ o ENHANCE ~AMP <~< DROP CURB ~ -- ~ -- CURB EXISTING GRADE~ MILL[ R AVl NUI ~'"'~' ~ ~ P~N VIEW '~.0o' SHALLOW_ SWALE ~ [ -- --~6' LAiR OF J/8" ~EAR~ SHOULDER (T~) . x /. ~o,~.~ ~o~ TRAIL ENTRANCE RAMP ___ ...... COMPAC ~D SUB~RADE LOCATE ~ERE SHO~ ON PLAN WA~R BAR AT ~-- ~:' '.~ ~ ...~' ',.. ...~. -: - ~..:.....: -.~' , ; . ..~ , ~. ,. ~..¢ -.'t~.-~.-:' -: _.~....- ~. PLANS SECIION VIEW 2. ~>. .. ....... - :~; ?'-:-.. :.~:'~-{... ' '" SHALLOW SWALEfT~I ~ ~ __~ ~ MOUND TO  MINIMIZE DAMAGE ~OUGH ~ "":~ DI~RT SURFACE - ' - ~_~ EXISTING ~EES ~ ~.....,, .....,. ~ ~ CONNECT SUBDRAIN .. .?:,--~~:':~:'.~ II / TOLowCUL ~T~T oFPIPE~AILA T .. ~ .... ~. .. ~. :., (~) ..... '-: :' --- '- .... ': -' .., ,.~....~..~.~:.:,_:... ......... .,......:~ ,.....~ ............... ,,: ..... .._, ,..,... _ ....: _, ..... ~..~_. ,,- - ... :.. ._ ._, . ~ ..~- ~-- _. . .. , ** - . ~ - :_.. ...... ~]~ ~' '" -~ .... ... .. ...... . ,..-. . , . · .. ................ ' ' ~'' - -- . ........ . ..... . ........... ,-_ ............. -.-, ....... , ..... ~ m~ ,... ..... , ....... , ... .................. .... _.. .... . . ..... _._ .... .... ,,..~:,......,. :.. .... . .... ................ g"¢ PVC PIPE, 1~ MIN. SLOPE LOCATE ~ERE ~ ~.o~ o~ ~, P~N VIEW DA~ P~N VIEW DRAWN CHKD AP~OV. 03228.10 NATURE TRAIL - LIMESTONE GRAVEL SURFACE B- CRAOE AND CORM ~A,L SUB NTS 7_ ~ SHEET TITbE GRAVEL (TRAIL) SURFACE 6" DEPTH. TRAIL AND ACTIVITY AREA SECTION VIEW DETAILS NATURE TRAIL WATER BAR ~D7 SHEET NUMBER NTS LIMESTONE ~//~ ~//-E PLA TE. SEE DETAIL ~ WALL SECTION TO REMAIN - JIB ON SEET 9 TOP PLA ~ 8'~8" ~MBER EDGING / ~ Z 1/2" I.D. SCHEDULE 40 0 / 12" LA ~R OF PIPE POLES ~N ~ / PIPE CROSS MEMBERS < ~ < ON AT CLIM WALL X- ~- ' LD. SOHEDULE ~0 PIPE ~RflCALS 1.5' ~ ~ .... ~ P~N VIEW ,:~;'~ ~'~'~ ~./',~C,~A.~/~,'4/fl~ (~.:~/%~/,,q~,~/ NO~: ~LD ALL F~AMING MEMBERS i !/*.~ ~A~ ~¢:4 ~/~:¢ ':~.~ ,~.. :/:~ ~..-: ~/~. ,/} ~ PRIME AND PAIN~ DO NOT )/:.. t¢~- ~-d GA', ~A-. ¢/;, ~-:. ~ ;~ ~4.::, ~.~ ~/, USE LEAD ENAMEL BASED P~N VIEW ANCHOR TO GROUND ~ /5 REBAR 60" LONG (4 PLACES) ~ OPENING ~ YARD H~RANTMODEL: IOWA Y1 ~ WOODFORD MFG CO. ~ VACUUM ~ ~  m ~ 6/4' CLEAN C~USHED /LIMESTONE TO TOP OF / ~MBE~ ~ DA~ 05/1~ ' DRAWN ALH ' ~ ~X~X~ ~~3 PROOECTNUMBER ,~.. ~ .,.~ x:~.._ 03228.10 BELOW EXIS~NC GRADE 1"~ 1'~ 1" SE~CE PIPE SHE~ TITLE VINE HIDE-AWAY DETAIL ACTIVI~ AREA ~ sPCC~ s~sz c~r~a ~" ~' 8 DETAILS SECTION VEW WATER NTsHYDRANT ~ 7' "'~, 5/36 -2 ,TYP. 1 6" ROUNDED , EDGE DECK BOARD © x4 TREATED CAP 10" O.C. M~. -- STEPS x NAI~ER '~' ',, ' ~ ' ~: . i ~ 6" DIA. TREE " / e : , ii 1 t :" S~T GAP 1 5/32"x6" ROUNDED GREEN TR~TED DECKING ~ :; ~ EDGE DECK BOARD ~( ~ " NOSING ~j': , SO~ID 2~ B~NCR ',' ' S~PPORTS 0 2xlO JOIST I ", 24~ O.C~ (~P.) ' ,' ~ G~DE I ~': :' :"";" / "" ' STRINGER 0 BENCH I ', ~ ", ~ 4x4 GREEN TR~TED POST BENCH SUPPORT , ~ , 2~o (~P.) SECTION VIEW~ 1" ~ 1'¢ P~N VIEW ~ JUNIOR TREE HOUSE DETAILS E~~ PL. (TYP. 4) ' 40 PIPE CENTERED ][ [[ [[ 40 roPE (T~. 6) ~.PRIM ^ND P^INT STEEL FR^MES. DO 7 :> IN HOOP STEEL ~ NOT USE LEAD ENAMEL BASED PAINT. II1 LLI 1 1/2" I.D. SCH. DAT[ 05/12/04 40 PIPE HOOP II II IT.. 1 1/2" I.D. SCH. ~ ~ DRAWN MEL ~ II II II ~ 40 PIPE HOOP .,,, 6" =, CHKD MPS APROV. SSF 3/8' BASE PL. , ] h ~ 8 03228.10 I ;'-8' HOLT HOLE CENTERS ~ --40 P~PE HOOP S,E~rT~TLE HOLT HOLE CENTERS -'- = TRAILAND ' ACTIVI~ AREA HOOP ELEVATION DETAIL ~ P~NVIEW ~ BASE P~TE DETAIL ~ DETAILS VINE TUNNEL DETAILS ~ s.~,u.~, 9 ' ) ' W ~ ~ /~ W ,, z: i ~") ( ~') 6" W) (f;" W/ /- 3 H~I~ (~Vc)K B OADMOOR JUNIPER ~ , , ,, , L 6 B~ACK HIEL ~ BLACK HILL SPRUCE , 50 DA / SPRUCE ~ ' 3 DWARF" , , / ' NB~ FENCE X X X X - · '~ ~' X ~ ~ · / ' ~ 5 PAEONIA~ ', ,- ~ ~'~ APPROXIMATE ' ' " , ~ PAEON~A ~ ,, ~ ;' ;' ".' ',.~, GRASS~ ~' ~ ~ ' ~ lf. LITTLE ~ ' f~ ~ ""' "Y7 ~N,NABELEERANGEA' ~ 7 UTT[E P RP / -. '~ ' 3 'BLACKHAW ~ ,,, ' - "~ ' 5 FRANCEE WYMAN ~AB ' VIBURNUM , ~ ' ' ' x' 3 ARdOWWO I ,' <~< '" ~ ~ ' ' "-, ' ~ ' SPIREA " ~ x ' ~., ~ . JAP~ ,'- ~ LOw C~ ] 2 'WINTER KING ' 5 " ~ HAWTHORN ~ ~ , ', , 5 BLACK HILL WlLDF' SPRUCE ' 630: SF-- BLACKH~W ' " /,' / ,, / / -' ~' / HEMLOCK " ~ 3, CLA-~Y ~' . 5 WINTER KING - ~ HONEY~GKL~' ' /' ~ ' '' HA~HORN ~ ~ ~ ' ~.. / ~_~ / 5 CLESHRA //.~/ ],630 SF ~ ~BURNU.M " ; ' 1- BLACKHAW / : / __ ,,, ~/ NOTE: SEED SOU~H APPROXIMATE // _ ~/ ~ ~-- ~ - ~ HALF OF MEADOW PROPERTY LI~IT - ~ FUTURE PLAN'I ~ / ..-~ ~/' ~TH MEADOW/MIX , ." (BY CITY NOT ~IS / x" ~ III / CONTRACT). .' ~ ~ '~; . DATE 05/1 , / DRAWN ALH CHKD MPS ~MAN ¢~AB ~ / APROV. SSF / - ~ _ ~ %~ , PROJECT NUMBER - 03228 10 ' ~ x~ ' APPROXIMATE P~TY 0~T ' APPROXIMA~ TRAIL ' ' / [ . / / EASEMENT /' , , ,' /' , / ,/ ' P~NTING P~N , / / ,, , , , / ' / ' ~ ~ G~APHIC SCALE / ,' %., , / ; . ,.. / . - ' / ,' ' ~ 2~ o m 2n SHE~ NUMBER .. p, / ' ' ' / / ' ' 10 Planting Schedule General Notes Scientific Name Common Name Size Req'd Commen~ BURIED ~IL~ LINES - EXIST ~IN THE PROJECT AREA. CO.ACT ~IL~ COMPANIES AND CONFIRM LOCATION OF THESE BURIED LINES PRIOR TO · Cemis ~emis R~b~ 6' ~ 3 Clump Fo~ ~ NOTE: INSTALL 'Ross T~ CONSTRUCTION AND P~N~NG. ~ ~ % '~/ ~ PROTE~IVE TREE W~P ALONG TRUNK Cmta~us vifidis ~n~ B~' ~er Ki~ H~ 6' ~ 7 Clump F~ . ~ ~ ~ (FROM GROUND UP TO FIRST B~NCH), Malus 'Don W~n' Don Wyman Crab 6' ht 3 P~NTINGS - ALL TREES AND SHRUBS WILL BE BALL & BUR~P OR CONTAINER ~ [ ]/ ~ FOR FALL PLANTINGS ON O~ER Pi~ abi~ No~ay Sp~ 6' ~ ~ GRO~. ALL P~S ~LL BE GUARANTEED TO BE GRO~NG VIGOROUSLY FOR . ~ ~ , ( / A SPECIFIED TREES_ Pi~a glau~ 'gan~' Black Hills SpB~ 4'~ 10 ONE ORO~NG S~SO', OR ~LL BE REP~CED (INCLUDING 'NSTAL~TIO') ~ SEE SPECIFICATIONS. ~ ~ ~ INSTALL 2 STAKES PER TREE_ SUP~ Viburnum pmn~lium Blackhaw ~bumum 6' ~ 8 MULCH P~NTINGS - (BY C~ - NOT THIS CO~C~ ~H SHREDDED WOOD. _ N N I Yf N [ V / STA~S. USE A~r Tie' B~ND OR APPLY 2" THICK ~YER AROUND PERENNIALS AND 4" THICK ~YER AROUND TREES AND SHRUBS. DO NOT USE A ~ED BARRIER FABRIC. EDGE MULCH ~ A SPADED .... :::::- ..... : ......... J~EACH TREES 'ROOT COLOR, AND P~CE EAR~ EDGE. /CONT~CTOR TO CONFIR~ ~ATION OF ~1 ~TOP OF ROOT COLOR 1" ABO~ FINISH Clethm alnifolia'Pink Spire' Pink Spi~ Cle~m 3 gal 5 INSTAL~TION UNTIL FINAL ACCE~ANCE. THIS INCLUDES WATERING THE SEEDED u I I 3 ~YER OF SHREDDED HARDW~D Heme~lis Daylily (appmv~ ~fieti~) I ga~ 30 ~WN, WlLDFLO~R SEEDING AND GRASS SOD AR~S. I-- 5' DIA J~ ~ i - ~ / MULCH. REMO~ 3" OF SOIL TO FORM Hosta 'P~ PMfiot H~ I gal 5 6' MIN- I / ~ I / / CIRCU~R AREA TO CONTAIN MULCH_ Hydmng~ a~ns 'An~lle' Anna~lle Hydm~ 2 gal 7 F N SH G~DE SPECIFIED WILDFLO~R MIX AND MULCHED ~ WEED FREE S~AW. APPLY ~...-~?' ~ .... , Loni~m x~um Clavey's Dwarf Ho~uckte 2 gal 3 INSTEAD OF ST~W MULCH, IN ALL SEEDED AREAS S~EPER THAN 3:1. INSURE GOOD CONTACT BET~EN THE ~ ~R~T BALL AND ~ISTING SOIL. Mis~nthus sinensis ~ad~a~s' Vad~at~ Mi~us I gal 11 ~ Pa~nia Pa~nia (appmv~ ~de~) 2 gal 8 BACKFILL P~NTING HOLE WI~ EXISTING Ph~us opulifolius 'Nanus' Dwarf Nine~ 2 gal 3 SOIL, UNLESS SOIL IS UNSUITABLE AND O~ER APPRO~S OR REQUESTS ,,.. ,ow Tree Planting Detail o,so, Spirea alb~om Japanese Whi~ Spi~ 2 gaf 5 NO SCALE Spirea ja~ni~ 'L~e ~n~s' Liffle Pfin~s Spi~ 2 gal 18 Viburnum deem A~ ~bumum 3 gal 9 ~MULCH LAiR O~R ~ED BARRIER. PLANING HOLE TO BE 1-1/2 x ROOTBALL DIA., AND AT A DEP~ SO BASE OF SHRUB TRUNK IS 1"ABO~ FINISH GRADE. BACKFILL lll "ii '~:'1- (FROM ON-SITE, 'i OF SUSTAINING ~GOROUS ~l PLANT GRO~H). COMPACT SOIL TO REMO~ AIR POCKETS, I IL A~o WATER UN~L SA~RATED. FLlllIII Il ~o~ SAUCER '" 111 III I DEEP RIM. SHRUB PLANTING DETAIL SCALE: NOT TO SCALE DATE 05/12/04 DRAVVN ALH CHKD MPS APROV. SSF PROJECT NUMBER 03228.10 SHEET TITLE AREA PLANTING DETAILS SHEET NUMBER 12'-0" 7'-0" 8'-0" 12'-0" 12'-0" -.. 6x6 POST, FULL Gm U.N.O. (~.) ,,' ~ I i EXIST. '~ 28" TREE ~ < ~ < z ~ 24" O.C. (WP.) ~ ~ 0 0 I C~ER BRIDGE, ~ I ~, ~ SEE EL~ATION Vl~ ( t ~ ~ I i ~ ~2x10 JOIST (WP.) /Ii J [ I I ' I i I i %1 lxlOBoARDFAClA SOLID HANDRAIL % b ;! ~ t t ~ - SEE D~AIL H/13 L ..... I / 1 5/32"x6" ROUNDED 0 ~ SEE DUAIL G/15 TREE HOUSE ROOF FRAMING P~N ~ { ~ S/32~x¢' ~O~DED , I ; i i ' i l!l STRUCTURAL WOOD NOTES: ',' ~ ~ ~ 1. ALL STRUCTURAL FRAMING MEMBERS TO BE PRESSURE '~, ~ ~ , ~ ~' ~ TR~TED DENSE SELECT STRUCTU~L SOUTHERN PINF_ ~ ~ ~ ~ ' ~ ~ __ TR~TED WITH AL~LINE COPPER GUART (AGO). 12'-0" I 2. ALL OTHER WOOD MEMBERS TO BE SOUTHERN PINE ~2 OR B~ER TR~TED WITH ACQ. ALL M~AL ~ 7 FASTNERS AND CONNECTORS WILL BE HOT DIPPED GALV. CONFORMING TO ASTM A155 AND A65 G185. T TREE HOUSE FLOOR FRAMING P~N 3. CONVENTIONAL FRAMING D~AILS SHALL BE IN 3/8-~'~ ACCORDANCE WITH SECTION 2520 OF THE 1997 REFERENCE NOTES: UNIFORM BUILDINO CODE. Z ~ I~1 0 4. MINIMUM NAILING SHALL BE IN ACCORDANCE WITH UBC TABLE 25-11-B-1, UNLESS NOTED OTHERWISE ON THE ~ POST TO BE CUT OFF P~NS. BELOW DECKING. 5. ROOF SH~THING TO BE 5/4" APA ~TED E~ERIOR DATE PRELIMINARY SH~TH1NG. DRA~ MEL CHKD MS 6. C~ING, NO,CHING, OR DRILLING OF THE MEMBERS APROV. BB SHALL BE ONLY AS D~AILED OR APPROVED BY THE ENC NSS,. 7. ,O ST HANCS*S. *OST CA S , ES. OTHS 03228.10 F~MING CONNECTORS SHALL BE SIMPSON OR APPROVED EQUAL. o~ 8. ROOF NAILS SHALL NOT PROTRUDE THROUGH THE SHE~TITLE SH~THING. TREE HOUSE P~N VIEW 9. OPENINGS THROUGH DECK AND ROOF MAY VARY DUE TO SIZE AND ANGLE OF TREE. VERI~ LOCATIONS PRIOR TO CONSTRUCTION. 12 [] , ~, / ~ i ~ _. ~c I ~' - ~. ~ / ~ ~ i ~i i I I ~ o !! : ~' n~ i il I ! ! I g I ' i ~ ' k~i ~i ~ ~- nH I I I ! I !1 I I U~LUOIL*~O. OLL III II II II !llh,.i II ii ii ii il ii il Il Il II !1 !1 II I1~1i il il ii il il i1 II II iI!1i~ ii ii il II !1 II ii ii ii iiitl il II !1 IIiii ii ii ii ii ii il ii ii ,h,,,,, = i i I '- NOIUH ..~ ....... ~ ........... ~.. ~. L ~t ~ " *~ ~ ..... ~ H ~ u ~ n . H '~ . ..' IIHHHHIIlilii k k 1[1 ~ ~- , ,,L,~. : . - ~ ~ RETAINING WALL AT nAMP ~ BRAC!NGCmklN!~, .T!~[I ~ o~o o I1 'bi I! // ' ...................... ",',IW:t · '' { 4x4 WOOD C~ER ~ o ~ . : ~.>, GRADE .... , . ~ . ~;~.,, ,~ ' 2x FRAMING I ( G~NU~R FILL (~P) .... ' I1 ~ · 6x6 POST 0 CORNER CONNECTiON~h -- i ii J i Jl i' ii i' l' ~ 2x6 TOP RAIL 2x6 TOP RAIL -' ' SPHERE <WP.> ~ w/ 1/2' GAPS ~: PRELIMINARY D~ ME~ MODEL NO. VP~ n~. ~/~9 , · DR? EDCE I . . 1- ,~_ i D_~K1N~. SEE DECKING. SEE X TR~TED 4x4x4'-O" w/ 5/4" { ,~j ~ ' PROOECTNUMBER I ~ ' ~ lx10 FACIA 1/2'¢ B~DEDWI i L ROmERD EDGE ON TOP ~ ~ (2~ SC*~*'S 2..u.,.,.~ '~ 03228 10 I......... 5_/ j,.._... ~1 i THROUGH THE SIDE ~ 1'-0" .~N FOR SIZE U ~ T*B (=P.) WALL. ~EE DETAIL '~ ~ r~.~ IN ~OM THE ENDS n'/1~ SHF~ T1TI F ~ ~' ~ ...... ~ ~ TREE ~n, ,q~ .~ HA, J ER C~N,~U I {LIN . . . Ubs! I ~R ~H~u~ U~ JAiL . . ~fPiCAL HANDRAIL u~ ~AIL . SOLID HANDRAIL DETAIL H ELEVATION ~ SHE~ NUMBER ~ REV