Loading...
HomeMy WebLinkAboutFISHING PIER/WATERWORKS PRAIRIE PARK/2008FISHING PIER / WATERWORKS PRAIRIE PARK 2008 ~! S~; n9 a~0 ~ P%e r ~ (.t~~-~~.r u>orkS Pry i r~ ~ ~~,,~~ {~``tsJ ~ 1 ~ z //--QLtG~ 0 g ~(Gcn,$, SPeG~;CG`~rvnS~ ~v'opDS~~~ G.r1~.. CDn-~-t`6tC'7~ tt~V WG~2ru~'15 /t - -AK6 - O $ ~.esc(~c-~-~ti,r` o ~-- ~3! S e~-~-; rc. l~~ ~~ ~te~1 ~v~ -~~tc~k5 ~- ~b~ `~ i `` ~ .~ : a~8 ~. ~~c~ns ~ s~ct~ ~: c~-~: ~s~ ~rw-. r~ c~n~C.~ ~ ~~ mrt~.. Gt CI~Sr-}- ~r -~"hL ~~1S~t'wC~~~ Or1, «7~ -~~, W~~-t~k~r'~S ~r'A.I r`i ~- 1~cr 1L ~!- : s ~, ~ n~ ~ % ~r ~roJ~ec-~-~ c~. t~¢C_-~-, ~ ~-~ V Q r ~ ~o ~'~ , Y . , .~ ~c.6 ~ ~ s~, ntr~-ace- v~ s~~ c~.. ~e~r~r`~ ~, rec-~ ~ ~ ~-~CS ~ ~, ~ecrz.aa-~~~,J'-rec~o~ -~ ~l~c~. sn:,cC ~ ~~.r~s an ~: le- ~ r ~u6 <i ~ ; ~S~ec~; Avg.. /~ o'T l ~ ~ ~a ~ -,DL).EJ2S a 6 - AU G - O $ ~2s v 1 u.-~-; oyL ~ B' - a~/ ro v ; ~ ~ Cc n5~ s ~t.ci -~: cc~'1-i o r~s ~jr r.-i c~" c~D~il^ac'T' ~ FS~r+~i~ of ADS - - ~---- r ~~r2 C~~'1.57v-ctiC~ ~ vim-, c~T -~~ (~~Y,,JO~/`~5 ~ro.ir~~^~ ~G.,r~ t"~5~*; 1 rC~!' ~rvJ~e.c'~ 'LS~o.b~iS~~r~ I U Gmoc,~~ a°-~ ~ ~ c~ Sec,~r;~-y~ , C~, r.~ ~; h.~ C%~~, C~~,.l~ '~r~ ub f ~~j . c~dve +~ -1-; s~-7,~e r--~- --~e,~ b /~s and ,~: ; -, -~- ~ rn 4 c~.r~ laces x ~ ~ ~ ~ ,, roc ~e.i~ o~ ~ ~ ~.s . ~~1~ O~ ~lt_. b (~ C,Cc_'~'~ q h - ~b~ ; c C CTt" P~.t ~ ~i C t't L°~i.~"~ h a3 - ~P- o ~ ~So~~.c~~Dn o g~ a93 au>ar~,~ n con ~ra~~- c'r~ c~u-~h~r~~ z.;,~ ~~z ~ ~ V1/~a ~v' -~v S ~, $n ~ n~ C ;-(y C /.e r~ ~a a~~~ ~ c v~-, ~ rQ c-~ ~to~' Cpr~S~-r uC~'; pn o~ 'f"1tiQ ~~-~<v' ~c7vv./~ Trc~ ~ r: 2 T~~rK ~i ~ I~,~g ~; 2 v' ~~~J.~c-} , U L, ~'', s ~, ~ „~, "t';e ~r' ~ ~L,~er~,JorKS ~r0~~ r, ~. arK ~~g '~~8.~ a ~-- a-' 24 - ~c~ - og' ., ~~.v~w~rwtiar~c+~ ~ ~~me~~' ~~ FNC~»J2F-R. S ~CJo~' ~~ --,~ - 1 D t~.2Sc~jtc_-~~ o-~.. I O- (p CZCLe~-~.; n~ ~-"~-~,C cc~~r~ ~r '~`~ ~0.-~"er(.Jorf~ r0., r;2 ~~r(L t't s~-nG_ I ~2-r 7 r'~ ~C.-t CI TY OF IO WA CI T Y PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA -.~ t? Prepared By: VJ ENGINEERING `~ "I ;;;~~ Y"'~ 2570 HOLIDAY RD., SUITE 10 !'3 ~ -- ; CORALVILLE, IA 52241 _ ~~ `~~ ~ ~~~' PHONE (319) 338-4939 -- m ~ J ~~ ~~-~ FAx (3l 9) 338-9457 a .~ - 3' _.~r I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Iowa. 8 " ~- o Jame C. Jacob, P.E. Reg. #8895 Date "~F ~e~s i~''%<; My cense renewal date is ecember 31, 2009 :~~o" "o"o ti,~ ~'""Licensed""~2'_ an- -~a ~~i`.~7 - Jcimes ~; ~ R,`_ G °°•,,o"~°~ ', ~ OWP ~~uunn nimPr~ y ,~r~%R SPECIFICATIONS TABLE OF CONTENTS Paae Number TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ...................... ........................................................................ AF-1 NOTE TO BIDDERS ......................... ........................................................................ NB-1 FORM OF PROPOSAL ..................... ........................................................................ FP-1 BID BOND ......................................... ........................................................................ BB-1 FORM OF AGREEMENT .................. ........................................................................ AG-1 PERFORMANCE AND PAYMENT BOND ............................................................... PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) .................................................... CC-1 GENERAL CONDITIONS ................ ......................................................................... GC-1 SUPPLEMENTARY CONDITIONS .. ......................................................................... SC-1 TECHNICAL SECTION SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION SECTION 01040 MEASUREMENT AND PAYMENT SECTION 02222 EXCAVATION SECTION 02500 SURFACE RESTORATION SECTION 02520 PORTLAND CEMENT CONCRETE PAVING SECTION 05100 STRUCTURAL STEEL SECTION 06100 ROUGH CARPENTRY ~,~ ~~ t~ ' t.~ `7 i "~ ~7 _.._ -~.....~ y ~ iTl :ta ~ r ~ ~ ' ~ '' '' ~ "`_ ,~ ~ ~ A ,~ NOTICE TO BIDDERS WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 18'h day of September, 2008. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 23`~ day of September, 2008, or at special meeting called for that purpose. The Project will involve the following: CONSTRUCTION OF A FISHING PIER, PCC TRAIL AND ALL OTHER WORK AS INCLUDED IN THE PLANS AND SPECIFICATIONS All work is to be done in strict compliance with the plans and specifications prepared by VJ Engineering, Coralville, Iowa, which have hereto- fore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred . _, ~ ,, y :~ °' - ~ ~; ~~ ,~ ~ ~ e. ~. rte- :~~d ~ ,-,. ~ Y~ C`) ~ _ w AF-1 percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: October 1 ~, 2008 Specified End Date: May 15t. 2009 The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of VJ Engineering, 2570 Holiday Road, Coralville, Iowa, 319-338-4939, by bona fide bidders. A $ 30 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to VJ Engineering. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK (~1 ~1 ~~ 7 ~~- ~ ~` ®; - ~ ¢--~m. , i7 .r~. iT:y~ _ ~~ '~ -` :~ ~ .. D ~ AF-2 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal _ ....~ (~p 7 -r.,. rJ j - . --.. `+~ .; ~wc `7 f~~ --- . s ~ ~ •~~ T.a ~ .-.. i.l ~~ _ ~ ~ ~~ y , Y 1„tf NB-1 FORM OF PROPOSAL WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA NOTICE TO BIDDERS PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder ~~, Address of Bidder ~' y .~ TO: City Clerk ; ~ ~ u`' City of Iowa City =: n ~ ~~°' City Hall ~'~ ~ .,~ .I"1 410 E. Washington St. ~ :~ =~- Iowa City, IA 52240 ;~ ~ .. 3' '._:~ The undersigned bidder submits herewith bid security in the amounT of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and ,and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION 1 Mobilization 2 Earthwork 3 PCC Pavement, C-3, 6" 4 Stone Rip Rap, Class D 5 Surface Restoration 6 Structural Steel Framing 7 Steel Piles 8 Wood Framing ESTIMATED UNIT EXTENDED UNIT QUANTITY PRICE AMOUNT LS 1 $ $ CY 373 SY 227 TON 30 LS 1 LS 1 LS 1 LS 1 TOTAL EXTENDED AMOUNT = $ FP-1 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: M Q O ® -' ~ -~c W ~~ ~ - U ~-- -- ;i- U <~: ~ ~ o Signature: Printed Name: Title: Address: Phone: Contact: FP-2 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the WATERWORKS PRAIRIE PARK FISHING PIER Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A. D. , 20~. Witness Witness (Seal) Principal By (Title) {J (S®al) Surety `~'~ By jT~' ~ 7 (Att~rq~y-m-#act) Attach Power-of-Attorney _- ~" w BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of 20_, for the WATERWORKS PRAIRIE PARK FISHING PIER Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; ~, ;~ '":"j ;~ c. Plans; ~} ~ {1' ~ ~`~'7 ... __ d. Specifications and Supplementary Conditions; ,-..,. ~ -~ ~ s rn ~- e. Notice to Bidders; ~- ~ ,~ .. ~ ~ f. Note to Bidders; -" g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 20 C~ Contractor By (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office KM 01 '1~,~ I O bM 01 'lad-10 .IlIC o F :~~ wn i i ~n~ ~~z ®~I`lt~ AG-2 PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and ~~y (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns,~ointly ~r d ~;~ --3 ~a severally. n ,~, ._ :~. ~- `~ "~ WHEREAS, Contractor has, as of _ ,entered into a (date) - `r ~ -~ a`~~ written Agreement with Owner for the WATERWORKS PRAIRIE PARK FISHING P~C~-IR Prgj~ct; ,_~ and s`v WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by VJ Engineering, Coralville, Iowa, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not PB-1 exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: Witness Witness bMO~ %~ll ~~~70 ~~~~ OI z~:''~~ ~~ ~i7~ ~ .. ~~~ ~~ ~'~ (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) PB-2 r,~ ,.,.~ a ~.A ~ t} I"1 ~ ~~~ TPe~ ~• rj ~ \ ~ ;, :., ,Fa ;~ , _ LOI ~; ~: .. j; ~ ~ fV Contract Compliance Program CITY OF IOWA CITY ~:. SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. U ~; :~~ ~ ~:,. :~ -~ ~~ ~ ~: , `` ~ ~ ~ ~ ~~ ~ (s'"'~ ` 1 V.J ' ~~• A' V CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sew.) 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. ~dMO1 `All C `~`MOI ~?~~lJ AllO ZE ~Il old ! I ~i~~ ~~il ~~~~~ cc-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date .., t:~ ~ ~,, °~'1 C'7 '"~ ...~ ..,~. ---~ ~7 r" ~~l m ~ ~ .. Y ~ N CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2 EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3 INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4 RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of--mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (~ In~rove hiring and selection procedures and use non-biased promotion, transfer and training ,_„ ~6~rcies to increase and/or improve the diversity of your workforce representation. Companies ~#i~t make sure procedures for selecting candidates for promotion, transfer and training are based a fair assessment of an employee's ability and work record. Furthermore, all companies ~ r. rsh~ld post and otherwise publicize all job promotional opportunities and encourage all qualified _ ~loyees to bid on them. t-_ ~ r-i CC-4 r ®~ _~_ ~ ,~®~~~ ..,~...~ ~O Ctty of ~~ C~ 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. .~ a -~. =~ Y~ ~ "T1 r~ -~ ~~- - .~~ ~~ -- ~- u ~ ~ ~~ ~~ .. ~ ~ ~, ~~ CC-5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classrfy, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color. creed, disability, gender identity, manta! status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant. to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, Dolor, creed, disability, gender identify, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. Iowa City 2-8-1 C. 12 shall be unlawful for any employer, employment agency, tabor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner indicate or publicize that individuals are unwel- come, objectionable or not soliched for employment Qf membership be- cause of age, color, creed. disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) O. Employment policies relating to preg- nancyand childbirth shall be governed by the following: I. A written or unwritten employment policy or practloe which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for ai! job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment polities and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- .~, ('"~ ' ~~ .L.f '[ - ~~'_; "`~ ? i --- 897r ~ ~ -:a ,~ J .. ~ W N CC-6 2-3-1 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Neatth and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647. 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu• pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) d~3'1 Q ! 'J.l l ~ ~`.~'; ~ 1 ~i~~•lJ .l! I~ 887 Z ~ ~ I I ~id I I vi I~ ~~L Town City ~..1~~~~ CC-7 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. ~, t ~ ;:.~ ~~ ~ _ ~... -- _ ~~~ :~. + m ..~, ~ c~ ~ .. ~ ~~ N GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Caption and Introductory Statements ....~ o ~; t7 :~ w~ ~~ ~ ~; _ ~__ -< 7 " a ~ 1 1 -~ r _ rn ~~ ,.,, ~ '1J N These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICA- TIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC-1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Each Occurrence Aggregate $500,000 $1,000,000 Combined Single Limit $500,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. ''Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no ~'~dOgtibJ,ei toJ ~ ~ by, or self-insured retention to be attributed to, the Contractor unl~r~c~i~ri~ nt 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. ZF ' l l hd ~ I ;1f1~ ~~;i~ ~~`~i~ sc-z 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the city. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event'~at Contractor incurs liability losses, either due to activities under this Contr~ct,-pr d.q„e to other activities not under this Contract but covered by the same insuranc~,=~nd~.~ch '°i'1 losses reduce the aggregate limits of Contractor's liability insurance bel~ti the -I+r~its required hereunder, then in that event the City may in its discretion eit suspend ~~ Contractor's operations or activities under this Contract, or terminate this C, ~trac~and withhold payment for work performed on the Contract. ~ .. D w 7. In the event that any of the policies or insurance coverage identified on Contr~stor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising SC-3 out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following 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 prkj~EbO ! 'J,.(. I C l~'~ s O I ~~~?C ~ZID Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontr~£sril ~`~ ~ j ~~~~ ~~~ ~~~~~ SC-4 To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC- 1. S-9 MEASUREMENT AND PAYMENT. Section 01040, Measurement and Payment, of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be respansible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense. ..~ u ~ _ ~: -G _ °'~ ~~ ~ r j'~ O ;D ~ T~ ~- D w w SC-5 SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION INDEX PARTI-GENERAL 1.1 Intent 1.2 Interpretation ..,, <.. 1.3 Drawings and Specifications ~ _~ 1.4 Standards and Codes `° ~? ~- -~ 1.5 Materials Test " ~ `I "' "°' i"~ -C ~-- 1.6 Responsibility of Contractor ~ ~y -- 1.7 Information for Engineer ~~ ~ ~~ 1.8 Submittal Procedures `a ;~ _ 1.9 Construction Progress Schedules s,= ^ w 1.10 Shop Drawings 1' ~ 1.11 Incidental Work 1.12 Approval of Materials 1.13 Existing Utilities 1.14 Final Review and Acceptance 1.1 INTENT A. To set forth requirements of performance, type of equipment or structure desired and standards of materials and construction. B. To describe specifically Work set out in Contract Documents unless otherwise specifically indicated. C. To require performance of complete Work in spite of omission of specific reference to any minor component parts. D. To provide for new materials and equipment unless otherwise included. 1.2 INTERPRETATION A. Report errors or ambiguities in specifications to Engineer as soon as detected; Engineer will answer questions regarding and interpret intended meaning of specifications by issuing an addendum. 1.3 DRAWINGS AND SPECIFICATIONS A. Engineer will furnish up to four sets of Drawings and Specifications after award of contract. Contractor shall compensate Engineer for printing costs for additional copies required. B. Subcontractor will be famished copies only at request of Contractor. Engineer will be compensated for printing costs. C. Contractor shall provide one set of Drawings and Specifications for each foreman or superintendent in charge of each crew on job. 1.4 STANDARDS AND CODES A. Perform work in accordance with best present-day installation and construction practices. B. Conform to and test materials in accordance with the latest editions and revisions to the following codes and standards unless specifically noted otherwise: 1. American Association of State Highway and Transportation Officials WATERWORKS PRAIRIE PARK FISHING PIER 06-464 IOWA CITY, IOWA SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION (ASSHTO). 2. American Concrete Institute (ACI). 3. American Institute of Steel Construction (AISC). 4. American National Standards Institute (ANSI). 5. American Society for Testing Materials (ASTM). 6. American Standards Association (ASA). 7. American Water Works Association (AWWA). 8. American Welding Society (AWS). 9. Federal Inspections (FS). 10. Hydraulic Institute (HI). 11. Institute of Electrical and Electronic Engineers (IEEE). 12. Iowa Department of Transportation (IDOT); latest edition of Standard Specifications and addenda. 13. Iowa Occupational Safety and Health Act of 1972 (Chapter 83, Code of Iowa 1983) (IOSHA). 14. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 15. National Electrical Manufacturers Association (NEMA). 16. National Electrical Safety Code (NESC). 17. National Institute for Occupational Safety and Health (NIOSH). 18. National Lumber Manufacturer's Association (NLMA). 19. National Safety Council (NSC). 20. Occupational Safety and Health Act of 1970 (Public Law 91-596) (OSHA). 21. Steel Structures Painting Council (SSPC). 22. Underwriters' Laboratories, Inc. (UL). 23. Standards and Codes of the State of Iowa and applicable local standards and codes of the Owner. 24. Iowa City Building Code 25. Iowa City Design Standards 26. Other standards and codes which may be applicable to acceptable standards of the industry for equipment, materials and installation under the contract. 1.5 MATERIALS TESTS A. Includes all materials tests or tests specified hereinafter. B. Employ approved testing laboratory to show that construction materials comply with Specifications. C. Provide samples of materials required for laboratory tests and pay cost of all tests including transportation charges on samples. D. Incorporate no materials into work until laboratory tests have been furnished which indicate that materials are in compliance with the Specifications. ~1~1 ~~A1.lig ~1~ subject to sampling, testing, inspection and rejection at site by ~~~~ ~fl ~~ E~ ~ Laboratory tests for materials: W~ 1' ~ ~li~t~ural Steel: Certified copies of mill tests; ASTM A36. 2. Cement: ASTM C 150. a~.~+~ Concrete Aggregates: One sample of each, ASTM C33. WATERWORKS PRAIRIE PARK FISHING PIER 06-464 2 IOWA CITY, IOWA SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION 4. Two concrete compression cylinders from trial batch for each proposed mix, ASTM C39; test one at 7 days, one at 28 days; test 3 cylinders per 50 cubic yards concrete, minimum of 3 cylinders or beams per day when concrete is being placed. 5. Reinforcing Steel: Certify that steel conforms to ASTM A615 for grade specified. 6. Ductile Iron Pipe: Certify that pipe conforms to ASNI A21.51. _ r..~ 7. Ductile Iron Fittings: Certify that fittings conform to A>~1SI/AVVA C153/A21.53. "='~ ~''= -~-~ 8. Steel Pipe: Certify that pipe conforms to ASTM A53. ~ ~ "~ ""'°' 9. Polyvinylchloride Pipe: Certify that pipe conforms to ASTM ~~35.-- ~ -<; 6'11 -_ r°n ~ G `y 1.6 RESPONSIBILITY OF CONTRACTOR "~'~ A. Protection of his work. ~ w B. Protection of all property from injury or loss resulting from his operations. ~ C. Replace or repair objects sustaining any such damage, injury or loss to satisfaction of Owner and Engineer. D. Accept full responsibility for all construction means, methods, sequences, techniques, proceedings, property and personal safety on the project site, including the same for all subcontractors. E. Cooperate with Owner, Engineer and representatives of utilities in locating underground utility lines and structures. F. Keep cleanup current with construction operations. G. Comply with all federal, State of Iowa and City laws and ordinances. 1.7 INFORMATION FOR ENGINEER A. After execution of contract, submit following information and drawings for Engineer's approval. Total number of approved copies required for distribution: Four (4) plus copies required by Contractor. 1. Manufacturer's specifications and catalog data for all materials, valves, appurtenances and other special items. 2. Pipe and fittings manufacturer and type of pipe joint used. 3. List of Subcontractors, if any, to which the prime contractor proposes to sublet a portion of the work. 4. Such other information as Engineer may request. B. Provide two copies of following information: 1. Shipping papers for all materials. 2. Materials test reports. 3. Concrete mix designs; submit eight (8) days before proposed mix is to be used. 1.8 SUBMITTAL PROCEDURES A. Sequentially number the transmittal forms. Re-submittals to have original number with an alphabetic sufl-ix. . B. Identify project, contractor, subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification sections number, as appropriate. C. Apply Contractor's stamp, dated, signed or initialed, certifying that review, WATERWORKS PRAIRIE PARK FISHING PIER 06-464 3 IOWA CITY, IOWA SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION verification of products required, field dimensions, adjacent construction work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Provide space for Contractor and Engineer review stamps. E. Revise and resubmit submittals as required, identify all changes made since previous submittal. 1.9 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after project award date for Engineer review. B. Revise and resubmit as required. C. Submit revised schedules with each application for payment, identifying changes since previous version. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.10 SHOP DRAWINGS A. Intent of Engineer's approval: to assist Contractor in interpreting specifications and drawings. B. Contractor's Responsibility: To check drawings prior to submission for coordination and conformance with contract documents; do not submit without checking. C. Approval does not relieve Contractor of responsibility for errors in shop drawings and will not relieve him of any responsibility assumed under Contract. D. Prior to submission of shop drawings and catalog data to Engineer, affix Contractor's stamp with signature of responsible person to show that material submitted has been checked and approved. E. If the equipment proposed varies in detail from the drawings or illustrations furnished, or if it varies from any of the requirements specified herein, such variations shall be noted by the manufacturer/supplier. 1.11 INCIDENTAL WORK Any incidental work not specifically mentioned in the specifications or shown on the plans but obviously necessary for the proper completion of the work shall be considered as being a part of and included in the Contract and shall be executed in the proper manner and the Contractor shall not be entitled to extra or additional compensation for same. 1.12 APPROVAL OF MATERIALS A. Materials shall be new and shall be designed for the function and service specified herein. No equipment or materials shall be used in the project except that which has bM ~e~hl~~pr0~~$ py the Engineer. The contractor shall submit to the Engineer such ~~e~t'r~s~ilts~~ op drawings, manufacturer's specifications, data and other information £~ .~~ hich may be required for determining approval or disapproval, sufficiently in ~dv~aiB~ rnent of the equipment to provide time for determining compliance with the specifications and drawings prior to shipment. Final approval with e~e of equipment will be made only after such equipment is in operation and WATERWORKS PRAIRIE PARK FISHING PIER 06-464 IOWA C[TY, IOWA SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION has met all specified tests and requirements. B. Materials of a specific make may be named in the specifications in certain instances, in order to set out specific features desired or required. However, other makes of equal quality, which meet the functional requirements will be considered. C. Information to be furnished with requests for approval shall include all information necessary to enable the Engineer to determine the adequacy of the materials and its suitability for the specified function and conditions of service. It is not intended to require special detailed drawings for this specific project prior to contract award, but sales bulletins, which give general information only, will not be acceptable. Manufacturer's printed cuts of illustrations and data or detailed drawings prepared for previous similar installations will be sufficient for preparing pre-bid approval. Such drawings or illustrations shall be accompanied by specifications covering materials, construction features, sizes and capacities (when not shown on the drawings). Where pertinent, the basis of design (including stresses) of structural or other load carrying members shall be given. D. If the material proposed varies in detail from the drawings or illustrations furnished, or if it varies from any of the requirements specified herein, such variations shall be noted by the manufacturer/supplier. E. The materials specified herein or described on the drawings are intended to establish standards of design, quality and performance. Any substitution proposed shall be equal in finish, appearance, certification of recognized testing agencies and standards bureau, allowable working pressures, physical size and arrangement so far as affects installation in the available space and all other features and capabilities specified herein. The Engineer shall be the sole judge of the ability of a~ propb~ed substitution to meet the requirements of this specification and the burd~ii of woof shall be the responsibility of the Contractor. ;:f ~ s~~ ~ F. In the evaluation of materials offered as substitutes for the spe~cl~d ins, ~ consideration will be given to local representation and the availability .zcal~arts 3~1 and service, the lack of which will be regarded as sufficient cause for tl~tejectr`i3n of such substitutions in :instances where such local representation, parts ~ service are available for the specified items. D ~ G. Upon submission of sufficient data from which a determination can be made, the Engineer will examine such data and issue, in writing, a list of approved materials covered by data submitted. A list of approved materials will be issued by addendum to those to whom plans and specifications have been issued, five (5) days prior to the bid date. H. It is specifically provided that approval of materials under the procedures outlined above is a general approval only and that it in no way constitutes final approval of such equipment, nor Naives any requirement of these specifications, nor relieves the Contractor or Manufacturer of any degree of responsibility for compliance with specific requirements of other portions of these contract documents. Final approval for all materials installed in the project will be given only upon submission of comp ete detailed shop drawings and data as required by other paragraphs of these specifications. I. The various manufacturers shall be experienced in the design and construction of the type of materials they propose to furnish. No consideration will be given to materials from manufacturers that do not have an equivalent record of performance for similar WATERWORKS PRAIRIE PARK FISHING PIER 06-464 5 IOWA CITY, IOWA SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION materials in successful operation. 1.13 EXISTING UTILITIES A. The location of utilities indicated on the drawings are taken from existing public records. The exact location and elevation of all public utilities shall be determined by the Contractor, prior to excavation Contractor shall notify UTILITY COMPANIES 48 HOURS IN ADVANCE so they may locate their utility for the contractor. It shall be the duty of the Contractor to ascertain whether any additional utilities other than those shown on the drawings may be present. Existing underground utilities indicated on the drawings are shown for convenience only and the Owner or Engineer accepts no responsibility for improper locations or failure to show utility locations on the drawings. The Contractor shall be responsible to excavate and locate exact locations of utility crossings before installing new piping. B. Contractor is fully responsible for repairing damage to utilities and services due to his work, which are not in direct conflict with line or grade of new pipe system. Damages to Utilities/Service during construction are at no expense to the Owner. C. Service lines for existing gas, water and telephone utilities have not been shown. D. The Contractor shall be responsible to contact all utility companies to confirm utility locations and their depths. The Contractor shall be further responsible to excavate and uncover crossings at a sufficient distance and time ahead of the crossing to avoid conflicts. If the utility company fails to locate existing underground facilities with 48 hours of request, the Contractor shall immediately notify the Engineer in writing and shall stop work in the area requiring utility locations. Any delay caused by the FAILURE of the utility company to provide locations within 48 hours may provide the basis for an extension of the contract completion date. E. For required clearance between sewers and water mains, see Technical Specifications. F. Utilities not shown on drawings that are determined in the field to be in direct line and/or grade conflict with new pipe system: . 1. Stop work and notify Engineer immediately. ` 2. Engineer will determine whether the new pipeline can be relocated. r,y 3. Contractor will be required to relocate the new pipe system and repair ~'`` `s damages to the utility as directed by the Engineer. No additional compensa- ~ O tion will be allowed for relocating new pipe system and/or repair to existing [~ a J } utilities. ll.s v t- 4. Existing utility relocation shall be performed by the utility company at no --, -' >- v expense to the Contractor or paid for as an extra work item if performed by the Contractor. Gv G Any existing field the line crossing the pipeline or disturbed by construction ~+ operations shall be restored and replaced with cast iron pipe or PVC pipe with rubber gaskets. Support piping as required for the repair. Field the line repair shall be incidental to the project and no additional compensation will be allowed for such repairs. H. The City and utility companies shall have access to the project during construction to make repairs or extensions of service. No claims for additional compensation will be allowed for delays caused by such work. I. Work to maintain utilities shall be considered incidental to construction regardless WATERWORKS PRAIRIE PARK FISHING PIER 06-464 IOWA CITY, IOWA SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION of the work required to maintain them. 1.14 FINAL REVIEW AND ACCEPTANCE A. Notify Engineer when installation is considered complete and ready for final review. B. Owner will accept work and make final payment to Contractor: 1. When Engineer has certified that they have reviewed the work of the Contractor and stated that the work is complete and in compliance with the Drawings and Specifications. 2. When Contractor has furnished the Owner or Engineer with required documents specified in the specifications. 3. When all government agencies involved have indicated in writing, that the work is complete and acceptable. END OF SECTION 01010 r.~ ~} :a ~,: ...~ ~:,~ t7 r- ~ fit ~ ~9 -' ;~ ~a.J ~. y w w WATERWORKS PRAIRIE PARK FISHING P[ER 06-464 IOWA CITY, IOWA SECTION 01040 MEASUREMENT AND PAYMENT INDEX PARTI-GENERAL 1.1 Standard of Measurements 1.2 Scope of Payment PART II -BID ITEMS ~ 3 ,,,~ ~" ~ ~= Tl 2.1 Contract Bid Items ;:~ ~; u~ ,,~ t~ -< - ~ "' PART I -GENERAL ::~ ;~ r . ~ ~~ 1.1 STANDARD OF MEASURI=?MENTS .~ ::- A. Work completed under the contract shall be measured by the Engineer ~cording~to the United States Units of Measure. Payment will be based on the actual quantity of work performed according to the various classes of work specified in the contract. Contractor will be given an opportunity to be present during final measurement. "IDOT Standard Specifications" shall mean the most current Series of the Standard Specifications for Highway and Bridge Construction, Iowa Department of Transportation. 1.2 SCOPE OF PAYMENT A. The contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum item or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART II BID ITEMS 2.1 CONTRACT BID ITEMS 1. Mobilization, LS Includes the cost of transportation to and from the project of any associated equipment for the completion of the project from the start date to the date the City accepts the project as complete. Payment shall be lump sum. _ 2. Earthwork, Class 10, CY The quantity has been computed from the x-sections on the project and will be paid for on a "Plan Quantity" basis. Includes over-excavation in paved areas. WATERWORKS PRAIRIE PARK FISHING P[ER IOWA CITY, IOWA SECTION 01040 MEASUREMENT AND PAYMENT 3. Sidewalk, 6" Thick P.C.C., SY Unit price includes cost to install C-3 mix portland cement concrete paving sidewalk as per the plans and specifications. Subgrade preparation and crushed stone subbase for recreational trails will be considered incidental. Sawcutting, sealing, and curing pavement is incidental to this item. Unit price also includes removal and replacement of any accidentally damaged sidewalk due to construction equipment. 4. Stone Riprap, Class D, TONS Paid for at the unit price in place. Includes furnishing labor and materials for placing erosion control as detailed on the construction drawings and in the specifications. Engineering fabric under all rip rap is incidental to this bid item. 5. Surface Restoration, LS Includes furnishing labor, materials, equipment, and operations necessary to fertilize, seed, and mulch areas disturbed by the construction in accordance with Section 02500 "Surface Restoration." Payment shall be lump sum only and per amount bid unless revisions in scope of work are made. All slopes steeper than 4:1 require a single net straw blanket 575. Contractor, at his option, may place sod along disturbed areas. 6. Structural Steel Framing Includes furnishing labor, material, equipment, and operations necessary to construct structural steel framing in accordance with Section 05100 "Structural Steel" and the construction plans. Payment shall be lump sum only and per amount bid unless revisions in scope of work are made. 7. Steel Piles Includes furnishing labor, material, equipment, and operations necessary to erect steel piles in accordance with Section 05100 "Structural Steel" and the construction plans. Payment shall be lump sum only and per amount bid unless revisions in scope of work are made. 8. Wood Framing Includes furnishing labor, material, equipment, and operations necessary to construct wood framing in accordance with Section 06100 "Rough Carpentry" and the ~"` Q construction plans. Payment shall be lump sum only and per amount bid unless rn _.. ^^ ~ =~ revisions in scope of work are made. L•~ ~ W ~. J %'' ~ "" v ~-- END OF SECTION 01040 ~ ~ ~~ ~, o ~ - WATERWORKS PRAIRIE PARK FISHING PIER 2 IOWA CITY. IOWA SECTION 02222 EXCAVATION INDEX PART I -GENERAL 1.1 General Requirements 1.2 Related Sections 1.3 Field Measurements 1.4 References 1.5 Submittals 1.6 Definitions PART II -PRODUCTS 2.1 Trench Fill Materials 2.2 Bedding Materials PART III -EXECUTION 3.1 Examination 3.2 Preparation 3.3 Excavation 3.4 Trench Excavation 3.5 Rubble Excavation 3.6 Sheeting, Shoring and Bracing 3.7 Dewatering 3.8 Trench Backfill 3.9 Construction Along or Across Roads 3.10 Tolerance 3.11 Field Quality Control 3.12 Fences 3.13 Tree Removal 3.14 Seal Coat Removal 3.15 Access to Streets and Highways 3.16 Disposal of Debris and Refuse PART 1-GENERAL ~.~, -. -~> ~ :? :, r., ; -< -- l~ _r<~ ~` ~ ~ vX = ~ ,w 1.1 GENERAL REQUIREMIE:NTS A. Provide labor, materials, facilities, and administration required to furnish and construct work of this section. Excavation and Backfill shall include excavation, backfilling, compacting, disposal of surplus materials, furnishing additional backfill material, restoration of all disturbed surfaces, and other work incidental to the construction of trenches, including any additional excavation which may be required for manholes or other structures forming a part of the pipe line. B. Excavate materials encountered to depths indicated. C. Schedule work to keep streets, sidewalks and utilities in usable condition; avoid property owner inconvenience insofar as practicable during construction. D. Restore obstructions which have been removed to accommodate construction equipment or to facilitate excavation. E. Exercise care in operating equipment beneath or adjacent to trees, plantings, shrubbery and structures to prevent damage. WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 I SECTION 02222 EXCAVATION F. Pile excavated material suitable for backfill in an orderly manner a sufficient distance back from edge of excavation to avoid rollbacks, slides or cave-ins. G. Remove soil not suitable for backfill; dispose of or stockpile at area or location designated by the City and as specified in the Special Conditions. H. Where new construction crosses or closely parallels existing utilities or utility services, excavate in advance of pipe laying, determine location and crossing arrangement, including exact construction line and grade. Notify Engineer and utility companies of conflicts. I. When excavation and backfill operations occur adjacent to buildings and structures or paved streets, the Contractor is fully responsible to use such methods and care to prevent settlement or displacement of said structures or surface J. s. Excavate in open cut under existing streets, utilities and structures except as noted on plans or as modified by the City. K. Keep and maintain project free from drainage ponding due to construction operations during progress of work. L. Provide arrangements for disposal of water and sewage received in the trench from temporary connections or stoppages. Do not allow discharge onto private property outside of construction right-of--way. M. Strip topsoil and stockpile at designated location, to use as topsoil replacement as specified. M N. `£ Remove and store obstructions such as culvert pipe, signs, and fences for ~ p replacement upon completion of construction. Provide temporary fencing as necessary to contain livestock or prevent accidents until permanent fencing can be u3 restored. I~ L~~ _„_ ~ r ~ -- Work in areas containing crops shall be started after the crops have been - >- ~% harvested and/or before the crops are planted, when practical. Any crop damage ~ j ~ ~- ``~'° U ~~ beyond the easement limits occurring during the growing season as a result of ~~ p construction operations shall be the responsibility of the Contractor P. _ . The Contractor shall be responsible to provide adequate barricades and protection around excavation and work areas. Q. The Contractor shall provide erosion control per terms of the NPDES permit. 1.2 RELATED SECTIONS A. Section 02520: PCC Paving 1.3 FIELD MEASUREMENTS A. Verify that survey benchmark and elevations for the work are as indicated. B. Record locations of service line connections and other appurtenances before backfilling. 1.4 REFERENCES A. ANSI/ASTM C 136 -Test Method for Sieve Analysis of Fine and Coarse Aggregates. B. ANSI/ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600kN-m/m3)). C. ANSI/ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,0 00 ft-lbf/ft3 (2,700kN-m/m3)). WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 2 SECTION 02222 EXCAVATION 1.5 SUBMITTALS A. Submit under provisions of Section 01010. B. Samples: Submit 10 lb. sample of each type of fill. C. Submit gradation and durability reports on fill materials and bedding materials. 1.6 DEFINITIONS A. Earth: All materials, not classified as rock, including clay, silt, sand, gravel, hardpan, disintegrated shale, debris, loose stones, boulders less than 1/3 CY in volume, trees, stumps, roots and rubbish. B. Rock: Boulders larger than 1/3 CY in volume or solid deposits so firmly cemented together that they cannot be removed without continuous use of pneumatic tools or blasting. C. Rubble: Buried concrete foundations, beams, walls and other material which require continuous use of pneumatic tools, blasting or heavy equipment for their removal. D. Borrow: Materials in excess of excavated materials needed to construct the project. E. Removal of rock, rubble and miscellaneous debris above ground is incidental. to construction. PART II -PRODUCTS 2.1 TRENCH FILL MATERIALS A. Trench Excavated Materials -Approved site excavated material free of rubble and debris, frozen earth, large clods or stones, compact as indicated herein. 1. Lawns, parking, pastures, agricultural and other non paved areas, compact as necessary to replace material excavated from trench. 2. Under streets, sidewalks, driveways and other designated areas, place fill in lifts not to exceed 9 inches in thickness, and compact material to a minimum of 95% standard proctor. B. Select Backfill -Sand: Natural river or bank sand; washed; free of silt, clay, loam, friable or soluble materials or organic matter; graded in accordance with ANSI/ASTM C136, within the following limits: Sieve Size Percent Passim '"" No. 4 100 ~ "~' No. 14 10 - 100 =~ ~ ; '~=, __„ No. 100 4 - 30 ~ r 'ail No. 200 0 ~ C. Select Backfill - Pe<~ Gravel: Natural stone; washed, free of clay, she, orgwic matter; graded in accordance with ANSI/ASTM C136, to the following: 1. Minimum size, 1 /4 inch. 2. Maximum size, 5/8 inch. WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 SECTION 02222 EXCAVATION D. Select Backfill - Class A Crushed Stone according to IDOT Specification 4109 and 4120.04; graded in accordance with ANSI/ASTM C136, within the following limits: Sieve Size 1" 3/4~e %2" No. 4 No. 8 No. 200 Percent Passim 100 95 - 100 70 - 90 30 - 55 15 - 40 6-16 E. Select Backfill -1"Ballast Stone washed and graded within the following limits: Sieve Size Percent Passing ~ 1.5" 100 r`' '`~ 1" 95 - 100 ~~,,,~ w No. 4 0 - 10 .,,,,, v Ir_- No. 8 0 - 5 ...~ -- >- ~~ No. 200 0 - 1.5 ~'.~' c ~ F°; ~ ~.~.- `" 2.'~ DING MATERIALS Granular bedding is not required except for trench bottoms carried below required grade. Use for trench bottoms carried below grade: Coarse Stone: Angular, limestone, washed, free of shale, clay, friable material, sand, debris; graded in accordance with ANSI/ASTM C136 within the following limits. Sieve Size Percent Passing 2 inches (SOmm) 100 1 inch (25mm) 100 3/4 inch (19mm) 80 to 95 1 /2 inch (16mm) 50 to 60 3/8 inch (9mm) 20 to 40 No. 4 0 to 5 PART III -EXECUTION 3.1 EXAMINATION A. Verify that native fill materials to be reused are acceptable. 3.Z ~ PREPARATION A. Identify required lines, levels, contours and datum. B. Maintain and protect existing utilities to remain, which pass through work area. Arrange with local utility companies for utility locations prior to beginning work. C. Protect plant life, lawns, rock outcropping, and other features remaining as a portion of final landscaping. D. Protect existing structures, fences, sidewalks, paving and curbs from excavation equipment and vehicular traffic. E. Protect above and below grade utilities which are to remain. WATERWORKS PRAIRIE PARK FISHING PIER IOWA C[TY, IOWA 06-464 q SECTION 02222 EXCAVATION 3.3 EXCAVATION A. GENERAL "`' 1. Excavate and compact earth work as indicated to provide rou~ and nish t7 grades. a .:~ G~ ~ 2. Provide necessary machine or hand finishing and shapir}~ -~o tench ~- sections as indicated. -; r ~ '°~1 3. Pile excavated material, suitable for backfill, in an orderly ~~ner~t a sufficient distance from the edge of excavation to avoid slidesc~i~ave~s; 2 0 minimum clear distance. D ~.~ 4. Remove and dispose of spoil and excess excavated material not suit~6le for trench backfill at location directed by Engineer. 5. Excavate in open cut, except as noted or as directed by Engineer. 6. Do not damage trees and plantings except as noted or as directed by Engineer. 3.4 TRENCH EXCAVATION A. Excavate subsoil required for sanitary sewer and service lines. B. Excavate trenches sufficiently wide to enable installation of sanitary sewer, water, and service lines and to allow for inspection. 1. Maximum width of trench at top of pipe 2'-3" or outside diameter of pipe plus 12", whichever is greater. 2. Keep sides of trench as nearly vertical as practicable within the limits of excavating codes and safety requirements; maintain vertical walls of excavation below top of pipe. 3. Bottom of trench: a. Metallic pipe (copper, iron, steel) where indicated, hand shape to provide uniform bearing and support for full length of pipe barrel against undisturbed earth. 1. Provide suitable bell holes at each pipe joint after bottom of trench is to grade. 2. Alternate to hand shaping trench bottom: at Contractor's ~~ option, excavate to 4 below required depth by machine; use Type I or II bedding to provide uniform bearing for pipe support. 3. Remove rock, boulders, large clods, stones and other foreign materials from bottom of trench to provide a clearance of at least six inches below and around all parts of the pipe and appurtenances. C. Stockpile excavated material on site and dispose of excess materials from site not being used. D. Removal of lumped subsoil, boulders, and rock up to 1 /3 cu. yd. measured by volume shall be incidental and no extra compensation allowed. E. Keep width of trench as narrow as possible; provide adequate room for backfilling and jointing. F. Keep sides of trenches as nearly vertical as practicable within the limits of excavating codes acid safety requirements; Maintain vertical walls of excavation below top of pipe. WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 5 SECTION 02222 EXCAVATION G. Excavate to full depth by machine; level trench bottom to provide uniform bearing and support for full length of pipe. H. Provide bell holes at each pipe joint; allow access completely around circumference of pipe for proper jointing operations. I. Trench bottom shall conform to construction practices as recommended by pipe manufacturer. J. Trench bottoms carried below required grade; backfill to proper elevation with sand, gravel, or crushed stone as specified in paragraph 3.8 in this Section, for . sewer pipe bedding, at no expense to the City. K. If groundwater is encountered, the Contractor shall provide sumps in the trench or other methods to dewater. L. When unstable material is encountered which may not provide a suitable foundation for pipe: 1. Stop work and notify Engineer immediately. 2. Engineer will investigate questionable material to determine its suitability for pipe foundation. 3. If material is considered unsuitable for pipe foundations, Engineer will specify and authorize remedial measures in writing. 4. If removal of unsuitable material is authorized: a. Replace with trench stabilizing material. b. Provide minimum of 4 inches of bedding material on top of stabilizing material to prevent point load. Bedding material graded sufficiently coarse to prevent movement and loss of bedding into trench stabilizing material. M. Excavate by hand: 1. Under and around utilities. 2. Where overhead clearance prevents use of machine. ~' Q 3. Under and around trees and shrubs and plantings when boring method is Y ~ not being used. ~ Ntr _O Rock Excavation: Whenever the team "rock" appears in these specifications it ~ `z ~'; y: , shall be interpreted to mean any solid material mass geologically in place and of a ~ = v E~ hardness, when first exposed, of three or greater on the scale of material hardness ~ ca F v , which corresponds to the hardness of the transparent variety of calcite. Other -~ U ~ materials shall not be classified as rock, although it may be more economical to ~ O remove such materials by blasting. Boulders and pieces of concrete or masonry , shall not be classified as rock unless larger than one-half cubic yard. If the contractor elects to excavate rock with the use of blasting he shall comply with all applicable local, state, and federal safety codes and requirements. The contractor shall be responsible for securing all permits required by law for blasting operations and any additional hazard insurance required. All rock excavation operations shall precede laying of the pipe by at least 100 feet. No blasting shall be undertaken by the contractor until he has notified the engineer. Rock shall be removed from the trench to provide the required six inch (6") minimum clearance between any portion of the pipe or appurtenance and the rock. The resulting space shall be filled with compacted granular material approved by the engineer. WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 6 SECTION 02222 EXCAVATION 3.5 RUBBLE EXCAVATION A. Rubble: rough broken irregular pieces of brick, concrete, stone, rock or other foreign materials may be encountered. B. Removal and disposal: disposal is incidental to cost of rubble excavation if rubble can be buried on site. C. Contractor shall make provisions for off-site disposal. Off-site disposal shall be incidental to excavation. D. Use of explosives will not be permitted for removal of rock, verify with local authorities and Engineer. 3.6 SHEETING, SHORING AND BRACING A. Construct sheeting, shoring and bracing to hold walls of excavation as required by any governing federal and/or state laws and municipal ordinances; to provide safety for workmen; to protect existing utilities or structures; or to permit construction in the dry. B. Wood sheeting driven below level of pipe; leave in place to a level 5 feet below finish grade. C. Pull steel sheeting. "'"3 D. When movable trench shield is used below spring line of pipe, it s~a~ be `?fted ~ prior to any forward movement to avoid pipe displacement. ;= ~.:; ':,-; ~_, =: ~ ~-- _ a 3.7 DEWATERING __, ~~ A. Perform work in dry conditions; obtain the Engineer's approval 'o$~ro~sed methods of dewatering. ~=' ~ ~" B. Provide all necessary equipment, labor and power for handling water ~count~red during construction. Dewatering to be considered incidental to construction.~No separate payment will be allowed for dewatering. C. Lay no pipe in, and pour no concrete on, excessively wet soil. D. Prevent surface water from flowing into excavating; remove water as it accumulates. E. Divert water flow away from areas of construction in enclosed piping. Diversion of water flows to be considered incidental to construction. No separate payment will be allowed for sewage flow diversion. F. Do not pump water onto adjacent property without approval of the Engineer and adjacent property owner. Do not use sanitary sewers for disposal of trench water. 3.8 TRENCH BACKFILL A. Backfill trench immediately after recording location of connections and appurtenances has been completed or at Engineer's direction. B. Allow no more than 200' of trench to be open at one time; construct appurtenances and Backfill as work progresses. C. Use no large stones, large clods, organic matter, rubbish frozen or unsuitable materials in Backfill. D. If removal of sheeting disturbs compacted Backfill, re-compact Backfill to comply with paragraph 3.8K:. E. Place concrete encasement where directed by Engineer. I. Make pipe joint in same manner specified for pipe not encased. WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 ~ SECTION 02222 EXCAVATION 2. Pour concrete beneath and around pipe after jointing is complete and concrete encasement where indicated. 3. Use two temporary pipe supports under barrel per pipe length: one near bell and one near spigot. 4. Provide ties and braces to prevent displacement or floatation during encasement. F. If settlement of any backfill occurs within period of guarantee and bond, refill, compact and level off. G. Backfill simultaneously on both sides of pipe to prevent displacement. H. Place backfill into the trench at an angle so that impact on installed pipe is minimized. I. Reference to percent maximum density shall mean a soil density not less than the stated percent of optimum density for soil as determined by Standard Proctor density test. J. Install a minimum cushion 3 feet of backfill above pipe envelope before using heavy compacting equipment. If pipe is damaged, replace pipe and provide additional depth of cushion. K. Backfill above pipe envelope: 1. Trenches where "Select Backfill" as required by specifications or authorized by the Engineer. a. Excavate and stockpile or transport the natural trench material to - an approved off-site landfill or disposal area designated by owner. b. Backfill with designated material up to the bottom of specified surface restoration. Sand or lime waste material may be used. c. Compact to 95 percent maximum density under and within 2 feet of pavement; 90 percent maximum density in other areas. ~: d. Place sidewalk and pavement base and/or surface above ~` ~ compacted backfill. p e. Top 12 inches of backfill for all other trenches; 12 inches of soil ~ ~ ~ equivalent to stockpiled topsoil. ~ ~„ 1_ 2. Trenches where "Compacted Backfill" as specified: ""~ ~- c~~ a. Backfill with excavated material up to bottom of specified surface LL ,-` ~ v j restoration. G,,~ p b. Moisten if required; compact to 90 percent maximum density from ~`~ _ the trench bottom to 2 feet below sidewalk or pavement. Top 2 feet shall be compacted to 95 percent maximum density. c. Place sidewalk and pavement base and/or surface above compacted backfill. d. Top 12 inches of backfill for other trenches: 12 inches of soil equivalent to stockpiled topsoil. e. If the excavated material is considered to be suitable for backfill and/or compaction: 1) The Contractor shall notify the Engineer immediately. 2) The Engineer will investigate the excavated material and determine if it is suitable for backfill and the specified compaction. WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 8 SECTION 02222 EXCAVATION 3) If the excavated material is determined to be unsuitable, the Engineer will authorize its removal and replacement with select backfill. 3. "Standard Backfill" a. Use excavated materials unless indicated otherwise. b. Backfill trench with excavated material; moisten if required; compacted to 85 percent standard proctor density. c. Top 12 inches of backfill equivalent to stockpiled topsoil. d. Level off to original surface as directed by Engineer. e. If the natural soil moisture content is too excessive to obtain the specified compaction: 1) The Contractor shall notify the Engineer immediately. 2) The Engineer will investigate the material and the soils natural moisture content to determine if adjustments in the compaction requirements should be made. 4. Remove debris from site. Remove excess excavation materials if not suitable or needed for site grading to a designated disposal area off site. 5. If shrinkage or settlement occurs in backfill material, provide and place additional material to bring surface to grade at no additional expense to the Owner within the two year correction period. L. Compaction equipment and lift thickness proposed by the Contractor shall be subject to the review and approval of the Engineer. Contractor shall excavate to provide the Engineer with access to various depths to conduct compaction tests. M. New pipe below existing water, sewer, and gas mains or services: protect utilities to satisfaction of utility owner. N. Compacted select material shall be provided under all existing utilities or service lines that are located above the new pipeline. ,,, _ O 3.9 CONSTRUCTION ALONG OR ACROSS ROADS ' n A. Maintain traffic flow on highway and county roads. ~-~ -~ ~~ ~ B. Obtain necessary work permits from authorized county and highwa3~~~ ~tho~ties before commencing construction. =~ r~ ,T ~~ C. Refer to plans for details of construction, traffic control, and Ong wipe specifications, if required. ~ D. Conform to additional construction requirements of county or highway auth~ies as required by the permit(s). E. Provide warning lights, signals, flagmen, or other precautionary measures as required to protect work and traffic. F. Before excavation, check with utility companies for location and identification of buried utilities or cables. G. Officials of the county and highway authorities shall have the right to inspect and regulate work. 3.10 TOLERANCES A. Top Surface of Backfilling: Under Paved Areas: Plus or minus one inch (1") from required elevations. B. Top Surface of General Backfilling: Plus or minus one inch (1") from required elevations. WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 9 SECTION 02222 EXCAVATION 3.11 FIELD QUANTITY CONTROL A. Field inspection and compaction testing will be performed by the Contractor as required by the County and Owner. B. Notify Owner when backfill has been compacted and ready for testing. C. Tests and analysis of fill material will be performed in accordance with ANSI/ASTM D698. D. Provide samples of backfill material for analysis, if required. E. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. F. Cost of retesting will be paid by Contractor. 3.12 FENCES A. Temporary fences shall be provided as required when existing fences are disturbed during construction. Temporary fencing shall be subject to approval by Engineer. B. Section of fences removed for construction purposes shall be replaced with an equivalent section of new fence. The new fence section shall be extended to existing fence posts and securely attached to the existing fence. C. The Contractor shall notify all property owners before removing any section of existing fencing. Temporary fencing shall be provided where necessary to contain livestock or as requested by the property owner. D. The property owner shall be notified before cutting or disconnecting any electric fencing. The electric fence shall be reconnected each night and as necessary to keep livestock within the fence. 3.13 TREE REMOVAL A. Obtain authorization from Engineer before removing any trees in direct conflict with trench alignment. B. Removal includes grubbing and complete removable of the stump, roots, backfilling, and disposal of debris. C. Compensation will not be allowed for approved cleaning or removal of trees to provide access to work. 3.14 SEAL COAT REMOVAL A. Seal Coat street and sidewalk shall be removed to a minimum of 1' 0" from trench. Undercutting will not be permitted. B. Seal Coat street and drives: 1. Cut with saw; saw cut shall be full depth of seal coat material. C. Cut vertically and remove on straight lines approximately parallel or perpendicular to center line of street. D. Remove sidewalk to nearest joint a minimub~~jgrrg~f~o~ i~r,edge of trench. E. Saw cut edges of seal coat pavement neatly. `~ ~ ~ 7 O ~1 ~ ~ F. Remove seal coat and gravel surfaces with excavating machine. G. Dispose of waste material to disposal are~~ff~itl~~' ~ ~ ~r{~ ~~Z 3.15 ACCESS TO STREETS AND HIGHWAYS ®~ ~ d WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 .~ 10 SECTION 02222 EXCAVATION A. Contractor shall maintain suitable means of access for property owners abutting streets, roads and highways adjacent to construction, except as specifically permitted otherwise by the City. B. Suitable access shall :mean a roadway of sufficient width, free from ruts, potholes, mud holes, debris & capable of travel by a passenger car without damage to the car. C. When access must be denied due to construction, Contractor shall provide suitable access within 24 hours after responsible construction is completed. D. Whenever construction is stopped due to inclement weather, weekends, holidays or other reasons, suitable access shall be provided to property owners. 3.16 DISPOSAL OF DEBRIS AND REFUSE A. Disposal of surface debris materials, construction debris and trees shall be in accordance with local. ordinances. B. Include cost of loading, hauling, and landfill fees in appropriate Form of Proposal Item. C. Burning of refuse not permitted unless specifically allowed by local or State fire and air pollution authorities in writing. END OF SECTION 02222 _ O r~ ~~ ~' !~ ~ '- T1 1~ --~ ~ 3 -< r - l~ _ ~ J ~ .. . D w WATERWORKS PRAIRIE PARK FISHING PIER IOWA C[TY, IOWA 06-464 11 SECTION 02500 SURFACE RESTORATION INDEX PARTI-GENERAL 1.1 Section Includes 1.2 Related Work 1.3 References 1.4 Submittals 1.5 Environmental Requirements PART II -PRODUCTS 1 Portland Cement Concrete 2 . 2.2 Grass Seed © r•J ::a 2.3 Fertilizer ~;~ c~ :~- 2.4 Mulching Material y> ~ ~-~ ~~ -~ PART III -EXECUTION -~ r' 3.1 Portland Cement Concrete Paving -- ~ ~ ~ 3.2 Sidewalks and Drives ~ _ 3.3 Finish Grading ~' ~ 3.4 Seeding 3.5 Erosion Control PARTI-GENERAL 1.1 SECTION INCLUDES 1. Replacement of all obstructions removed to facilitate construction or to excavate trenches, structures or other appurtenances. A. Finish grading of excavated areas. B. Seeding. C. Crushed stone paving, compacted. D. Portland cement concrete paving, including sidewalks, stairs, steps, curb and gutter and roadways. 2. All obstructions to the work removed to facilitate construction or to excavate the trench shall be replaced with equal or better materials. 3. Roadways, drives, structures, lawns and parking areas, pasture and cultivated areas outside the standard pay width limit which are damaged by the Contractor's operations during construction shall be replaced by the Contractor at his expense except for items specifically listed in the contract. 4. Trees removed in direct conflict with pipe alignment shall not be replaced unless specifically noted otherwise. 5. Contractor is responsible to correct, at no cost to the City, all damage to items not shown for removal or demolition. 6. All surface areas disturbed by construction related activities shall be restored to provide as a minimum, a surface equivalent to the type removed. Erosion control measures shall be used where erosion may occur. 1.2 RELATED WORK ~_ ~'1 WATERWORKS PRAIRIE PARK FISHING PIER IOWA C[TY, IOWA 06-464 SECTION 02500 SURFACE RESTORATION A. Section 01010: General Requirements and Information B. Section 02222: Excavation 1.3 REFERENCES A. ASTM C136 -Sieve Analysis of Fine and Coarse Aggregates. B. The Asphalt Institute -Manual MS-13 -Asphalt Surface Treatments and Asphalt Penetration Macadam. C. Standard Specifications for Highway and Bridge Construction. Iowa Department of Transportation, 1984 Edition. 1.4 SUBMITTALS A. • Graduation and durability reports in accordance with Section 4120.04 of IDOT Standard Specifications for Highway and Bridge Construction. B. Mix design and cylinder tests in accordance with Paragraph 2.2. 1,5 ENVIRONMENTAL REQUIREMENTS A. Seal Coat and Asphalt - Do not place seal coat or asphalt when base surface temperature is less than 40 F. or surface is wet or frozen. PART II -PRODUCTS 2.1 PORTLAND CEMENT CONCRETE Materials used shall comply with Section 02520, Portland Cement Concrete. Compressive strength shall be 4000 psi at 28 days. 2.2 GRASS SEED Comply with Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction Section 2601.04 C. for urban areas. 2.3 FERTILIZER Comply with Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction Section 2601.04 B. 2.4 MULCHING MATERIAL Oat or wheat straw, free from weeds, foreign matter detrimental to plant life, and dry. Hay or chopped cornstalks are not acceptable. PART III -EXECUTION 3.1 PORTLAND CEMENT CONCRETE PAVING A. Installation shall comply with Section 02520, PCC PAVING. bM G ! 'A.L I ~ ~~."~'~ O i 3.2 SIDEWALKS AND DRIVES: ~ ~1 ~ -i ~ ~ ~ ! ~ Place new 6" thick concrete with finis to match existing. Construct joints to match existing joints. For Concrete materials and nf~~g ~~e n~~~l Portland Cement Concrete Pavmg. ~~~~~ WATERWORKS PRAIRIE PARK FISHING P[ER IOWA CITY, IOWA 06-464 2 SECTION 02500 Sti~RFACE RESTORATION 3.3 FINI -.~ SH GRADING p A. Examination: '`~ n "-~' ~_ 1. Verify fill material to be reused, is acceptable. ~`' ~ _ ~~ 2. Verify trench backfilling has been inspected. ~ r~ - 3. Verify subsoil base has been contoured and compacted. ;% B. Subsoil Preparation: ~~ :~ I . Smooth out uneven areas and eliminate low spots. ~ ~ 2. Remove debris, roots, branches and stones in excess of 1 incll' in sizes Remove subsoil contaminated with petroleum products. C. Placing Topsoil: 1. Contractor shall strip, stockpile, and replace existing topsoil. Provide 6-inch minimum or match adjacent ground. Rake smooth ready for application of fertilizer, seed or sod. 2. Use topsoil in relatively dry state. Place during dry weather. 3. Fine grade topsoil eliminating rough or low areas. Maintain profiles and contour of subgrade. 4. Remove roots, weeds and foreign material while spreading. 5. Manually spread topsoil close to trees, plants and building to prevent damage. 6. Lightly compact placed topsoil. 7. Remove surplus subsoil and topsoil from site. 8. Leave stockpile area and site clean and raked, ready to be seeded. D. Tolerances: 1. Top of Topsoil: Plus or minus 1 inch. E. Protection: 1. Protect landscaping and other features remaining as final work. 2. Protect existing structures, fences, sidewalks, utilities, paving and curbs. F. Schedule: 1. Finish grading required on all surfaces not receiving paved surfaces. 3.4 SEEDING A. Inspection: 1. Verify that prepared soil base is ready to receive the work of this Section. 2. Beginning of installation means acceptance of existing site conditions. B. Preparation of Subsoil: 1. Remove foreign materials, weeds, and undesirable plants and their roots. Remove contaminated subsoil. C. Fertilizing: 1. Apply fertilizer in accordance with IDOT Standard Specifications for Highway and Bridge Construction, Section 2601.04 B. 2. Apply after srnooth raking of topsoil and prior to roller compaction. 3. Do not apply fertilizer at same time or with same machine as will be used to apply seed. 4. Mix thoroughly into upper 2 inches of topsoil. 5. Lightly water to aid the dissipation of fertilizer. D. Seeding: WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY. IOWA 06-464 3 SECTION 02500 SURFACE RESTORATION 1. Comply with Iowa Department Of Transportation Standard Specifications for Highway and Bridge Construction, Section 2601.03 and 2601.04. 2. Seed all areas to be seeded with the grass seed mixtures specified. Sow • evenly with an approved mechanical broadcast type seeder. In areas inaccessible to equipment, seed shall be spread and lightly raked to incorporate into soil. 3. Hydroseeding may be used in lieu of conventional seeding, subject to the approval of the Engineer. 4. The Contractor will be required to maintain all lawn areas which are seeded for a minimum of 7 consecutive days following the seed application. The seed bed shall be watered daily to provide the equivalent of 1/8-inch of water per day. 3.5 EROSION CONTROL A. Mulch shall consist of hay, straw, wood excelsior, biodegradable extruded plastic mesh netting, wood cellulose, or other Engineer approved material. B. Other erosion control materials which may be required such as jute mesh blankets, glass fiber blankets, silt screens, etc., shall be suitable for erosion control applications and shall be subject to the Engineer's approval. END OF SECTION 02500 a r~ ~ ~U ® .ac ~ - ~ J _ ~ >- U h^ ..... ~ U ~ 4 ~ 174.? ~wI O N WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING INDEX PARTI-GENERAL 1.1 Description 1.2 Quality Assurance 1.3 Submittals 1.4 Product Delivery, Storage & Handling 1.5 Environmental Requirements PART II -PRODUCTS 2.1 Materials PART III -EXECUTION 3.1 Surface Preparation 3.2 Installation 3.3 Protection of Completed Work ;:~ 3 p :>~ .--~ G7 w ~ -'~ -'- _, ~ ~ ~\ r - rn ,~ ~~ ~ w r PART I -GENERAL 1.1 DESCRIPTION A. The Iowa Department of Transportation Standard Specifications For Highway and Bridge Construction, latest edition, Section 2301 as revised herein shall apply. The paragraph related to Basis of Payment is not applicable except as noted. 1.2 QUALITY ASSURANCE A. Contractor will provide all material testing and construction observation at the plant facility for quality control to verify specifications are being met. B. Owner will provide all labor, equipment and testing facilities to test in-place concrete for requirements for slump, air content, and compression tests. Conduct tests per ASTM C94 C. Delivery Tickets: 1. With each load of ready-mix concrete delivered to the site, ready-mix concrete supplier shall provide duplicate delivery tickets, one for Contrac- tor and one for Engineer. Delivery tickets shall contain the following information: a. Date. b. Name of ready-mix supplier. c. Contractor. d. Job name. e. Job location. f. Type and brand of cement. g. Class and specified cement content in bags per cubic yard of concrete. h. Quantity of water per bag of cement (water-cement ratio). i. Truck number. j. Time dispatched. k. Amount of concrete in load in cubic yards delivered. 1. Admixtures in concrete, if any. m. Aggregate weights. WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY. IOWA 06-464 1 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING n. Signature of responsible party representing ready-mix supplier. o. Record of all water added at the site. p. Time truck is unloaded. E. Testing 1. Notify Engineer and City at least 24 hours in advance of concrete pours. 2. Field testing will be the responsibility of the City. Copies of all test _ , reports shall be forwarded to the Engineer. . 3. The Engineer will perform the following areas of testing, as deemed required: a. Will have the authority to reject concrete not meeting the require- , ~ menu of the approved design mix. f'^ ~ b. Confirm Contractor's conformance with material requirements of ~~ ~ p this Section including verification of the design mixes. [~ ~ ~ w 4. The City shall be responsible for conducting strength, slump, air L.~.,.~ ~~.,~ F}-- entrainment and density tests as required by the Engineer. Consult City «-o~ -- >- U Engineer for requirements. At a minimum, 4 compression cylinders, 2 ...~ ""~ ~=~ slump tests and two air entrainment tests for each full day's work. n~, p 5. If strength tests do not indicate attainment of strengths specified, ~y - Contractor shall make such additional tests as required by Engineer to determine the strength of the concrete in place. In the event that such tests and subsequent analysis do not verify that the work in place is within contract conformance, the Engineer shall require such remedial or replacement measures as are deemed necessary. Contractor shall bear all costs in connection with the added testing, engineering determination and remedial work. 1.3 SUBMITTALS A. Samples: Job-mix design and material samples for laboratory analysis. 1. Dry weight of cement. 2. Saturated surface-dried weights of fine and coarse aggregate. 3. Types and quantities of any admixtures. 4. Water-cement ratio. B. Provide all certificates materials comply with specifications. Certificates to be signed by material supplier and Contractor. C. Provide copies of all testing results. 1.4 PRODUCT DELIVERY, STORAGE & HANDLING A. Store cement in weather tight enclosures and protect against dampness, contamination and warehouse set. B. Aggregates 1. Stockpile to prevent excessive segregation or contamination with other materials or other aggregate sizes. 2. Use only one supply source for each aggregate stockpile. 1.5 ENVIRONMENTAL REQUIREMENTS A. Allowable Concrete Temperatures 1. Cold Weather: For sections less than 12 inches thick, the material's minimum temperature is to be 55° F. WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 2 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING 2. Hot Weather: Maximum 90° F. B. Concrete may be allowed to be placed when the ambient air temperature is 32° F and rising. No concrete shall be placed on frozen or freezing subgrade or when the temperature is 38° F and falling. C. Concrete shall be protected from vehicular traffic and construction equipment for a minimum of 7 days unless ahigh-early strength mix is used. PART II -PRODUCTS 2.1 MATERIALS A. Base: Minimum 6-inch gravel or crushed rock meeting the following gradation: Size % Passing by Weight 1-1/2" 100 _ <~ 1 " 90-100 Ca `~ c> ~- " 60- 90 ~~ ~ a ~, 1 /2 ~ No. 1 ti 10- 40 ~ ~ ~'1 No. 200 4- 12 m Gradation and type of material may need revision to meet what ~~vail~le locally or in accordance with local or State Highway Specifications. ~'ompa Ito 95 percent maximum. density. B. Forms & Equipment: Conform to IDOT Specification, Article 2301.07. C. Curing Compound: Conform to IDOT Specification 4105. D. Plastic subgrade Filrn: Conform to IDOT Specification 4107. E. Concrete: 1. Mix shall be class C, air entrained, Type I cement, unless otherwise noted. Conform to IDOT Specification 2301. a. 7 day compressive strength of moist cured sample - 2400 psi. b. 28 day compressive strength of moist cured sample - 4000 psi. c. Use air-entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the following limits: 6% plus or minus 1.5% 2. Mix for areas designated as crucial for amount of time that area can be accessible shall utilize class M, Type I cement. Conform to IDOT Specification 2301. F. Coarse Aggregate Durability: Class 2 per IDOT Section 4115.04. G. Water: If water from anon-potable source is used for mixing, Contractor shall supply a certificate of assurance that the water meets the standards described in ASTM C94. H. Joint Sealer: Conform to IDOT Specification 4136 for hot-poured joint sealer. I. Preformed Expansion Joint Filler: Nonextruded bituminous or preformed polyurethane foam with adhesive lubricant. PART III -EXECUTION 3.1 SURFACE PREPARATION A. Loose and Foreign Material 1. Remove all loose and foreign material from compacted subgrade or subbase immediately prior to paving operation. 2. Maintain shape and conformity of subbase. Repair any ruts or depressions WATERWORKS PRAIRIE PARK FISHING P[ER IOWA CITY, IOWA 06-464 3 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING formed by equipment in subbase prior to paving. 3.2 INSTALLATION A. Verify compacted subgrade is acceptable and ready to support paving and imposed loads. B. Verify gradients and elevations of base are correct. C. Notify Engineer and City a minimum of 24 hours to commencement of concrete placement operations. D. Place and secure forms to correct location, dimension and profile. E. Assemble formwork to permit easy stripping and dismantling without damaging concrete. F. Contraction joints placed at interval equal to width of pavement. Install expansion joints in sidewalks and recreation trails where they abut pavement, buildings, and other structures. • •~ G. Place concrete in accordance with ACI 301. 1. Convey concrete from mixer to final position by appropriate methods to ".' prevent separation or loss of material. 2. Maximum height of concrete free fall shall be 3 feet. 3. Regulate placement so concrete remains plastic and flows into position. 4. Consolidate concrete with mechanical vibration equipment. 5. Vertically insert and remove hand-held vibrators at locations 18" to 30" ~ ~ ,Q apart. Y s O 6. Do not transport or move concrete with vibrators. ,~ ~ ~ 7. Vibrate concrete the proper amount to provide consolidation. ~ 1 ~ Place concrete continuously between predetermined construction joints. ...,,, -- Saw cut contraction joints 3/16 inch (Smm) wide not less than 8 hours nor more ~.. `_=~' F-~~ `" than 24 hours after cleaning. Cut 1/4 into depth of slab. Clean joint slot and fill U ~;, ~:::; with sealant. r; J ~ Submit written reports to the Engineer of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by the Engineer. K. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the Owner and as accepted by the Engineer. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by the Engineer before using in the work. L. Concrete Mixing: 1. Ready-Mix Concrete: Comply with the requirements of ASTM C94, and as herein specified. Addition of water to the batch will not be permitted. 2. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C94 may be required. 3. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 1 %2 hours to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. M. Finishing: WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING 1. Area Roadway Paving: Float finish with broom or burlap finish. 2. Sidewalk and drive paving: Light broom and trowel joint edges. (Match Existing) 3. Curbs and Gutters: Light broom. (Match Existing) 4. Inclined Vehicular Ramps: Broom perpendicular to slope. 5. Apply curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instructions. 6. Finish to match existing adjacent work. N. Curing: 1. Apply curing material after finishing operations are complete and the surface is void of any water. 2. Apply curing compound at a minimum rate of 1 gallon per 200 square feet of surface. 3. Maintain burlap cover, if used, in a moist condition for a minimum of 72 hours after placement. 4. Allow to cure per manufacturer's recommended minimum time. O. Field Quality Controll: 1. Field inspection will be performed by the Engineer. 2. Contractor will take cylinders and perform slump and air entrainment tests in accordance with ACI 301. 3. Cost of testing and transportation of cylinders to testing lab will be paid by Contractor. 4. Use testing equipment laboratory approved by Engineer. 3.3 PROTECTION OF COMPLETED WORK A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures and mechanical injury. B. Provide all barricades and warning devices to protect pavement from general public. C. Place temporary coverings over any openings in the area until permanent coverings are installed. D. Repair any damaged or deficient sections with new concrete at no additional cost to the City. END OF SECTION 02520 _ --.~ O ~~ r~ - ~~ _ ~" o~ ~X .. D w WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA 06-464 5 SECTION 05100 STRUCTURAL STEEL INDEX PART 1-GENERAL 1.1 Related Sections 1.2 Work Included 1.3 Quality Assurance 1.4 Submittals PART2-PRODUCTS 2.1 Materials 2.2 Fabrication ,-..~ Q PART 3 -EXECUTION ~ '" ~n 3.1 Installation ~ ~ c=, ~ ~ -~. ~- -i C7 PART 1-GENERAL ~ ~ a ~ ~. 1.1 RELATED SECTIONS ~ A. Section 01010: General Requirements and Information ~ D ' B. Section 01040: Measurement & Payment "' C. Section 06100: Rough Carpentry L2 WORK INCLUDED A. Furnish and install work including but not limited to: 1. Structural steel columns/piles. 2. Structural steel beams. 3. Structural steel accessories. 4. Miscellaneous steel items of structural function not specifically called for under other headings. 5. Accessory items required for erection of structural steel and for attachment of other materials of steel. 6. Site visit to verify all existing conditions prior to fabrication. 1.3 QUALITY ASSURANCE A. Qualifications of Suppliers and Personnel: 1. Steel fabricator shall have not less than five years continuous experience in fabrication of structural steel. 2. Steel erector shall have not less than five years continuous experience in erection of structural steel. 3. All welding shall be in compliance with "Standard Code for Arc and Gas Welding" of American Welding Society. 4. Welders shall be state certified welders. Welding shall be performed in accordance with American Welding Society Structural Welding Code, latest edition, for :process, position and thickness range that will be required for fabrication and erection of structural steel. B. Codes and Standards: WATERWORKS PRAIRIE PARK FISHING PIER 06-464 IOWA CITY, IOWA SECTION 05100 STRUCTURAL STEEL 1. In addition to complying with all applicable codes and regulations, comply with recommendations contained in "Specifications for Design, Fabrication and Erection of Structural Steel Buildings" of the AMERICAN INSTITUTE OF STEEL CONSTRUCTION. 2. Comply with recommendations of "Code for Welding in Building Construction" of the AMERICAN WELDING SOCIETY. 3. Comply with recommendations of "Specifications for Architecturally Exposed Steel" of the AMERICAN INSTITUTE OF STEEL CONSTRUCTION. 1.4 SUBMITTALS A. Provide completely dimensioned Shop Drawings and erection drawings showing size and arrangement of principal and auxiliary members, types of connections, types of welds, setting and grouting arrangements, and locations and materials utilized. B. Show all shop and erection details including cuts, copes, connections, holes, threaded fasteners rivets, and welds. c. Show welds, both shop and field, by currently recommended symbols of the . AMERICAN WELDING SOCIETY. D, Mill Test Reports: • . 1. Shall be submitted for steel to be used in fabrication of structure. PART 2 -PRODUCTS 2.1 MATERIALS A. Structural Steel (Core Ten Weathering Steel): 1. Wideflange Shapes steel shall meet requirements of ASTM A-588. 2. Plates shall meet requirements of ASTM A-588 cn ~ ~+ . 3. Rectangular tubing shall meet requirements of ASTM A-588. Bolts and Nuts: ~~,,~ W r 1. High strength bolts shall meet requirements of ASTM A-325 R ..~ , . ~ 2,2- iRICATION '° ~_ ~.4 ~ `~' ~ '' General: G, O ' l . Fabricate structural steel in strict accordance with reviewed shop drawings ~~~-., ', and referenced standards. 2. Steel shall be completely shop fabricated; field work will consist only of erection. B. Shop Cleaning: 1. Slag on welds, and excess weld splatter shall be removed by chipping or grinding. 2. Retightening of high strength bolted connections which do not meet specification requirements shall be performed in such a manner as to be non- injurious to the bolts or connections. C. Access: 1. Access shall be permitted to the fabricating shop or the project site; for the Owner and Engineer for the purpose of inspection of the materials or fabricated items at all times work is being performed on the project contract. WATERWORKS PRAIRIE PARK FISHING PIER 06-464 Z IOWA CITY, IOWA SECTION 05100 STRUCTURAL STEEL D. Responsibility Prior to Final Acceptance: 1. Comply with the Contract Documents and reviewed Shop Drawings for the fabrication and erection of members, components and items to be incorporated into the final structure. 2. The Engineer retains the right to reject materials, components or fabricated items prior to final acceptance of the completed portion of the contract, which do not meet the project specification and reviewed Shop Drawings. F.ND OF SECTION 05100 _ O ~ '4 ~~ ~ ~ C7 -C !.~' ~ ~ '.~ ~ ~ Y ~~ a ~ ~~ D w WATERWORKS PRAIRIE PARK FISHING PIER 06-464 IOWA CITY, IOWA SECTION 06100 ROUGH CARPENTRY INDEX PART 1-GENERAL 1.1 Related Sections 1.2 Work Included 1.3 Submittals 1.4 Product Delivery, Storage arld Handling PART 2 -PRODUCTS ~ ~a 2.1 Treated Lumber L n ~_ -~ 2.2 Fasteners/Connectors ~' --; c;~ -< ~' "~ i-- ~ ~ PART 3 -EXECUTION -< ~- 3 3.1 Installation O 3.2 Field Quality Control ~~ •' v w PART 1 -GENERAL 1.1 RELATED SECTIONS A. Section 01010: General Requirements and Information B. Section 01040: Measurement & Payment C. Section 05100: Structural Steel 1.2 WORK INCLUDED A. Wood framing. B. Posts, guardrails, and hardware. C. Composite decking. 1.3 SUBMITTALS A. Certification as requested by Engineer: 1. Preservative treated wood. Submit certification that moisture content was reduced to 1 CI% maximum, after treatment. 2. Miscellaneous metal connectors, etc. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Immediately upon delivery to job site, place materials in area and protect from weather. B. Store materials above ground and cover. PART 2 -PRODUCTS 2.1 TREATED LUMBER A. Treated Framing Lumber: 1. Treated posts, treated dimensional lumber, and miscellaneous. 2. Decking, 5/4 composite- color selected by owner. B. Lumber used on the fishing pier shall be pressure treated wood by pressure methods and so marked in accordance with the American Wood Preservers Bureau Standards (AWPB). WATERWORKS PRAIRIE PARK FISHING PIER 06-464 IOWA CITY, IOWA SECTION 06100 ROUGH CARPENTRY C. Treatment shall be in accordance with the AWPB Standard LP-2. Minimum retention level - 0.25 lbs./cubic foot. D. Wood treated with water-borne preservatives shall be air-dried or kiln-dried to the moisture content specified for lumber and marked with the word "DRY". E. Treated wood which is field cut shall be brush-coated with the preservative used in the original treatment. F. Grading 1. Moisture content shall not exceed 18%. Materials with a nominal . thickness of 3" or less shall be kiln dried. Lumber shall be new S4S unless noted otherwise, sound, seasoned and free from warp that cannot be corrected in process of nailing or bridging. `, 2. Grade and trademark shall be required on each piece of lumber or on each bundle in bundled stock, unless shipment is accompanied by certificate of inspection issued by grading organization. 2,`2, FASTENERS/CONNECTORS A. Rough Hardware: 1. Bolts shall be steel complete with nuts and washers of type and size best suited for intended use. 2. Joist hangers, miscellaneous steel, TS brackets. PART 3 -EXECUTION 3.1 INST ALLATION A. General: 1. Members shall be closely fitted with minimum space, accurately set to required lines and levels and rigidly secured in place. B. Method of Fastening: 1. Fasten carpentry items in pier construction to provide a secure, permanent installation. Use spacing and sizes of bolts, screws, and connectors which exceed the strength of members being fastened. Failure due to over-stressing must occur in the members before occurring in the en ` Q fastenings. r' 1 ~ ~~~ Ca 2. Fastenings shall be as noted on details/notes: ct u a. Decking shall be screwed to joist with compatible screws for i ~= U ~ ~ decking used. Decking end joints shall be staggered minimum of -- -- v 32". End of decking shall be centered on joist. Butt joints shall be .... 4, ~ Q new cuts (not factory). L9.- .:~ ~ r; b. Fasteners to steel beams shall be metal and of type and spacing to ~`.~-' ~ suit conditions. Spacing generally will be minimum 16" on center. `'"~ c. Furnish anchor bolts, inserts, and other attachment devices required for securing wood or other material to concrete, steel or other material. 3.2 FIELD QUALITY CONTROL A. Selection of Lumber Pieces Select individual joists so that knots and obvious defects will not interfere with crowns up and placing bolts or making proper connections. WATERWORKS PRAIRIE PARK FISHING PIER 06-464 IOWA CITY, IOWA SECTION 06100 ROUGH CARPENTRY 2. Discard all defects which will render a piece unable to serve its intended function. 3. Lumber may be rejected by the Engineer, whether or not it has been installed; for excessive warp, twist, bow, crook, mildew, fungus, or mold, as well as for improper cutting and fitting. B. Cutting and Fitting 1. All necessary cutting and fitting of wood construction for mechanical, electrical, and other trades shall be done by workers experienced in the carpentry trade. 2. Make all necessary repairs to wood construction after the completion of work by other trades. END OF SECTION 06100 ;-.~ co p A C7 -~ ~"'~ -1 C7 ~~ ~ v- 3 ~ ~ D ~''~ WATERWORKS PRAIRIE PARK FISHING PIER 06-464 3 IOWA CITY, IOWA ~~~ 2e 10 Prepared by: Terry Trueblood, Parks & Recreation Director, 410 E. Washington St., Iowa City, IA 52240, (319)356-5210 RESOLUTION NO. n~-~ ~ i RESOLUTION SETTING A PUBLIC HEARING FOR AUGUST 26, 2008 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WATERWORKS PRAIRIE PARK FISHING PIER PROJECT, 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. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 26th day of August, 2008, 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 11th day of ATTEST: ' a.~~ ~ ~~ CITY RK x.. // ~~.~~+d~ ~ ~G~i~~v ~~ Y~~~~~ City Attorney's Office ~ U>ld ~' Wpdata/PRadmin/pier setph.doc Resolution No. 08-231 Page 2 It was moved by champion and seconded by O'Donnel l the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x X _~ ~- ~_ x x Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpdatalglossary/resolution-ic.doc NOTICE TO BIDDERS WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 18"' day of September, 2008. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 23rd day of September, 2008, or at special meeting called for that purpose. The Project will involve the following: CONSTRUCTION OF A FISHING PIER, PCC TRAIL AND ALL OTHER WORK AS INCLUDED IN THE PLANS AND SPECIFICATIONS All work is to be done in strict compliance with the plans and specifications prepared by VJ Engineering, Coralville, Iowa, which have hereto- fore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred AF-1 percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: October 1St. 2008 Specified End Date: May 1St 2009 The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of VJ Engineering, 2570 Holiday Road, Coralville, Iowa, 319-338-4939, by bona fide bidders. A $ 30 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to VJ Engineering. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, lawa. MARIAN K. KARR, CITY CLERK AF-2 i . ,. ~" 14 Prepared by: Terry Trueblood, Director of Parks & Recreation, 220 S. Gilbert St., Iowa City, IA 52240 (319) 356-5110 RESOLUTION NO. 08-266 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WATERWORKS PRAIRIE PARK FISHING PIER PROJECT ,ESTABLISHING AMOUNT OF BID SECURITY, 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% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the City. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, 410 E. Washington Street, Iowa City, Iowa 52240, before 2:30 p.m. on the 18th day of September, 2008. At that time, the bids will be opened and announced by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 23rd day of September, 2008, or at a special meeting called for that purpose. Passed and approved this 26th day of August , 20 08 Appr ed b ATTEST: i'1~1~e.~~. `~~L~/ - ~ ~~7~i~c.22G~ ~~/~a~-~, CITY CLERK ~- City Attorney's Office ~ 1d a~ Resolution No. 08-266 Page 2 It was moved by Wright and seconded by Correia the Resolution be adopted, and upon roll call there were: AYES: ~- x x ~- x x x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpdata/glossary/resolution-ic.doc Printer's Fee $-~i~.~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 ~~?, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper~_ _ time(s), on the following date(s): Legal Clerk Subscribed and sworn to before me this ~.~ ~ day of A.D. 20~ otar Public ~,,~.~ UNDA KROTZ ;~~ Commission Number 73261 My Commission Expires c~r- Janua 27,2011 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFI- CATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE WATERWORKS PRAIRI PA K FIBRIN - D•IC~p PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PER- SONS: 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 WATER- WORKS PRAIRIE PARK FISHING PIER Project in said city at 7:00 p.m. on the 26th day of August, 2008, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is can- celled, 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 con- cerning said plans, specifications, contract or the cost of making said improverhent. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 66198 August 19, 2008 +~~ o~ Prepared by: Terry Trueblood, Parks & Recreation Director, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5030 RESOLUTION NO. 08-293 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE WATERWORKS PRAIRIE PARK FISHING PIER PROJECT. WHEREAS, Peterson Contractors, Inc. of Reinbeck, Iowa, has submitted the lowest responsible, responsive bid of $167,771 for the 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 Peterson Contractors, Inc., subject to the condition that the 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 the awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Parks and Recreation Director is hereby authorized to execute change orders as may become necessary in the construction of the above-named project. Passed and approved this 23rd day of September , 2008. ATTEST: Attorney's Office ~ /a a lv ~ CITY It was moved by Champion and seconded by O'Donnell that the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion x Correia g Hayek x O'Donnell x Wilburn x Wright Printer's Fee $_ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, lo, J r~-- ~~~ ~ C;t- (n e r being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper 1 .time(s), on the following date(s): f~f..~~ ~~~~ ~ ~ pC~S" Legal Clerk Subscribed and sworn to before me this 5~"`~' day o A.D.20 ~~ ~. Public ~~,racc LINDA KROTZ ~~ Commission Number 73261 My Commission Expires owe January 27, 2011 OFFICIAL PUBLICATION NOTICE TO BIDDERS WATERWORKS PRAIRIE PARK FISHING PIER IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M, on the 18th day of September, 2008. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for pur- poses of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 23rd day of September, 2008, or at special meeting called for that purpose. The Project will involve the follow- ing: CONSTRUCTION OF A FISHING PIER PCC TRAIL AND ALL OTHER WORK AS INCLUDED IN THE PLANS AND SPECIFICA- TI N All work is to be done in strict com- pliance with the plans and specifi- cations prepared by VJ Engineering, Coralville, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be for- feited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of .the: contract and post bond satisfactory: to the City ensur- ing the faithful performance of the contract and mairite~hance of said Project, if required, pursuant to the provisions of this notice and the other '.contract documents. Bid bonds of the lowest two or more bidders may be retained fora peri- od of not to exceed fifteen (15) cal- endar days following award of the contract, or until rejection is made. Other. bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hun-+dred per- cent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: October 1st, 2008 Specified End Date: May 1st, 2009 The plans, specifications and pro- posed comtract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of propos- al blanks may be secured at the Office of VJ Engineering, 2570 Holiday Road, Coralville, Iowa, 319-338-4939, by bona fide bid- ders. A $ 30 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to VJ Engineering. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and eictended dollar amounts. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resi- dent bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 86607 September 3, 2008 -~ - ~ ~ _ Bond No. 105147096 ;i= ._ ~°," ~ _'j ,1p~t~IRMANCE AND PAYMENT BOND as ;. Inc. 1 ~ ttre ~~~ ~~i,~ddress or legal title of the Contractor) principal, hereinafter called the Contractor and Travelers Casualty and Surety Company of America (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bO~Hdnae}dSuttheseCn~h~u5anasaeC1x~ndFd~s~enrioob~gaNoiiooereinafter Dollars called the Owner, in the amount of ($ 167,771.00 for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. August 11,2008 ,entered into a WHEREAS, Contractor has, as of (date} written Agreement with Owner for the WATERWORKS PRAIRIE PARK FISHING PIER Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by VJ Engineering, Coralville, Iowa, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, .THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, Then the obl'~gation of this band shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owmer's obtigat~ons thereunder, the Surety may promptly remedy the default, or shall promptly: 1, Complete the Project ~n accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost ofi completion, less the balance of the Contract Price, but not PB-1 exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price;' as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than fhe Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal`s subcontrac- tors, all claims due them for labor performed ar materials famished 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 TMIS 14th DAY OF October 20 08 IN THE PRESENCE OF: - ~ ~~~ ,, , ~~ r ~`~..._ Witness Stepharrte F' ey •~~.~ tip, ,.. .. r r Peterson Constractors, Inc. (Princip X _. ___......._ . c°J--t-t Title) ~~ -- eorc(ell Q. ¢i' ~,rSCn Travelers Casualty and Surety Company of America ~~~~ (Surety) m y ennett J (Title) ttorney-m'fact 3001 Westown Parkway {Street) West Des Moines, IA 50266-1321 (City, State, Zip) (515)223-6800 (Phone) PB-2 ~E WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,~I ~ POWER OF ATTORNEY TRAVELERS J Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 219834 Certificate No. 0 0 2 3 2 5 5 3 7 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Comparry, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Craig E. Hansen, Dianne S. Riley, Jay D. Freiermuth, Brian M. Deimerly, Clifford W. Augspurger, Cindy Bennett, and Anne Crowner of the City of West DeS MO1neS _, State of Iowa ,their Crue a~{ lawful t?.ttgrney(sf-i{~act, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances,^~tonditionaF~dertakin'g~and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranfeeing t t~erfortt}anee of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. ~ ' ~ ,::, '`~ ~ ~ i'"mil \4? t ~~ 31 sE-t IN WITN~~S hHEREOF, the Comp 208 ave caused this instrument to be signed and their corporate seals to be hereto affixed, this day of ~''' Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company 'Iavelers Casualty and Surety Company of America United States Fidelity and Guaranty Company o~SU~ St1NEly F\RE bw,,, /~~ ...~~~,P"'', JP~Tr glyQ apsuq~, ~tYAkp p~'o~',4~~ ~ ~ WCtlIFgWTED i * ~ ~q~ COR GORgTft~r, ~P°:~~RPORAT~.~m,~ ~ ~wtR1W e ~ 19n 1927 ~ I_ la: WP NaarFORO, ~ 1896 t982 0 ~` s ~.. n, t ~: ~ o i CONN. n CONN. 8 in .~ ~~ r O,~' 1951 mO ~ q..SEAL.i~os -~:SBALFif eOo ~~~ "-a"" Cdr a~D ~ ~~ # ~ ~,as ~~ w .i t~ oFryfW ~"~`„^„~,,"`F fs . AN .: 15... .. •r~d yt 'a~ • ~a 'h11 AIN .. .~„~,' State of Connecticut City of Hartford ss. By: Georg Thomption, enior ice President On this the 31St day of March 2008 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. ~ ~G.T~ My Commission expires the 30th day of June, 2011. ~ ~0U8UG ~$ 58440-5-07 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY ~'(~ c~n~- C . ~treault. Notary Public WITHOUT THE RED WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 14th day of OCtObP_Y` , 20Q$_. Kori M. Johann Assistant Secretary GI~SUq ~~l `PFl0.E~Vk I .. /.+r.'"h <l )' ~ 4 ~~,N.. ,NfG j 1NSUq 4 PITY ANO ', ~(Y ? OPP~ HI L ~y lF ~ _ M'I"c, O ' ' •.9 ~~rrJP ........... 9 ` qJ a ~ ~~TY t~" ~' h 5 tl C1 ^~j y~~,,,.~ f1 ~j .g r.CORPORA/'i )Q :. .. °s `P .~ ~y ~ El ~„~ 98 2 p ~ `17. ! f~ "`^1^ruVITED 1.721 g '~^ ~ '" ~! ~- Fin, t7 W rpOaPORgl~; :.,~ F W w @ yti~J l Z '4~"+ECCr~~~- ; j~ 8X 1951 a K ~t~ S E A L, ` fl i ~ ~. : o : Nart~ORO, ~ J OONI ~'' @ ~ ti'896 ® -a d~ Na `'by !y + ~;s c°' ~~:,• ',tom= •od,..SBAL,:'at W o +~ < y ~ n > •1~ `~OF NEW a~,~ c afs .... N~a_ o',+., :d >y s~ 'PSt ~NQ '+w. ~ To verify the authenticity of this Power of Attorney, call I-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER -*~- r -~ ~.. ~.:. ~ni~s~`'r,~ • ''~Q°~~'il -•+c.Y~ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX ENGINEER'S REPORT www.icgov.org January 6, 2010 City Clerk City of Iowa City, Iowa Re: Waterworks Prairie Park Fishing Pier Project Dear City Clerk: I hereby certify that the construction of the Waterworks Prairie Park Fishing Pier Project has been completed by Peterson Contractors Inc. of Reinbeck, Iowa in substantial accordance with the plans and specifications prepared by VJ Engineering. The final contract price is $168,197.00. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, ~?. rG,~.-~.- Ronald R. Knoche, P.E. City Engineer ~1'~~'IV (~,r ~~ ~~.~ 4f 2 Prepared by: Mike Moran, Parks & Recreation, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5100 RESOLUTION NO. 10-6 RESOLUTION ACCEPTING THE WORK FOR THE WATERWORKS PRAIRIE PARK FISHING PIER PROJECT WHEREAS, the Acting Parks & Recreation Director has recommended that the work for the construction of the Waterworks Prairie Park Fishing Pier Project, as included in a contract between the City of Iowa City and Peterson Contractors Inc. of Reinbeck, Iowa, dated September 23, 2008, be accepted; and WHEREAS, the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, the final contract price is $168,197. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said project is hereby accepted by the City of Iowa City, Iowa. Passed and approved this ~ 2th day of .rant,arv , 20~~. -~ MAYOR Approved by ATTEST: ~.~..~ ~ CriJ~ •~tc ...~ ~L.~uc;~~~-~.t,~ CIT--LY~~~RK City Attorney's Office ~~c It was moved by Champion and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: g Bailey g Champion g Dickens g Hayek g Mims g Wilburn g Wright Parksredres/accept pier.doc 1/10 � 1 . I I I � " __ --- & IOWA CI Oq ASE BLVp. Ml < 10 SITE VNI LOCATION 0 d THE LOCATION OF UTILITIES INDICATED ON THE DRAWINGS ARE TAKEN FROM EXISTING PUBLIC RECORDS, THE EXACT LOCATION AND ELEVATION OF ALL PUBLIC UTILITIES SHALL BE DETERMINED BY THE CONTRACTOR, IT SHALL BE THE DUTY OF THE CONTRACTOR TO ASCERTAIN WHETHER ANY ADDITIONAL UTILITIES OTHER THAN THOSE SHOWN ON THE DRAWINGS MAY BE PRESENT. 11�Z • LEGEND A FOUND SECTION CORNER FOUND ROW RAIL. +� FOUND IRON PIN UTILITY POLE / GUY WIRE C-0 LIGHT POLE 0 TELEPHONE PEDESTAL ® ELECTRIC PEDESTAL 0 MONITORING WELL% WELL FENCE LINE x OVERHEAD ELECTRIC . FIBER OPTIC LINE T° • CHAS LINE F T TELEPHONE LINE [� TV PEDESTAL C•) UTiL1 Y MANHOLE ti PROPOSEDIEXIS71NG FIRE HYQRANT Mo° GATE VALVE / SERVICE VALVE EXISTING WATER MAIN • f PROPOSED WATER MAIN PROPOSED STORM MANHOLE EXISTING /PROPOSED STORM INTAKE EXISTING STORM SEWER PROPOSED STORM SEWER SANITARY SEWER MANHOLE EXISTING SANITARY SEWER PROPOSED SANITARY SEWER -- -- -- -- -- RIGHT -OF -WAY - CENTERLINE ---- - - - - -- EASEMENTS ------------- - - - - -- SETEACK LINE - SEC77ON LINE -- --fit- -- EXISTING CONTOUR DECIDUOUS TREE" SM4LL TREE OR BUSH CONIFEROUS TREE � 1 . I I I � " __ --- & IOWA CI Oq ASE BLVp. Ml < 10 SITE VNI LOCATION 0 d THE LOCATION OF UTILITIES INDICATED ON THE DRAWINGS ARE TAKEN FROM EXISTING PUBLIC RECORDS, THE EXACT LOCATION AND ELEVATION OF ALL PUBLIC UTILITIES SHALL BE DETERMINED BY THE CONTRACTOR, IT SHALL BE THE DUTY OF THE CONTRACTOR TO ASCERTAIN WHETHER ANY ADDITIONAL UTILITIES OTHER THAN THOSE SHOWN ON THE DRAWINGS MAY BE PRESENT. 11�Z • 2x6 RAILING 20 RAILING ;•r, _ r 20 RAILING --'T u� T.O.S. Ah 651' -1 LAG SCREWS ° oa HP806 PILE TYPICAL HSS 443/16" x 12" E 1� 10' 2x10 TOP PLATE TYPICAL 3" DECK SCREWS 44 POST – BEVEL CUT TOP OF POST 2x4 CONTINUOUS – FASTEN TO POSTS AND THRU EDGE INTO DECK W/ 5" SCREWS 0 24" O.C. DRILL TOP FLANGE FOR (2) 1/4" HOLES 0 24"O.C. (START 3" FROM ENDS) 2 -114" HOLE GA. FASTEN 20 NAILER PLATE W/ (2) 3/16" CARRIAGE BOLTS W/ NUTS AND WASHERS THRU BEAM FLANGE. TIGHTEN SO THAT BOLT HEADS ARE COUNTERSUNK. 5/4 DECKING W/ (2) 314" DECK SCREWS BEAM TREATED 202 016" O.C. BLOCKING - TREATED CONTINUOUS W/ l/4" CARRIAGE BOLTS 0 32" O.C. 1/4 T.O.S. – 651' -1 FISHING PIER PLAN Scale: 1/4" = 1'-0" GALVANIZED HSS2x2x1/8 STEEL. SUPPORT AT POSTS (2) i /2" DIA. BOLTS NUTS W/FL.AT WASHERS 2x6 RAILI NG --\ t UNIDO N LAW i 20 RAILING � •acv NOTE. HANDRAIL HEIGHTS: (SEE PLAN FOR LOCATIONS) 2'-6" o ' �! c0 HSS 4x4x3/16" SLEEVE WELDED TO BEAM HP8x36 PILE COLUMN BOTTOM POND @ 641.0' TYPICAL HP8x36 x 35' -0" STEEL PILES S1 TYP. °' I in -- TYPICAL 5/4 DECKING AIA S1 r'�oo r�o TYP. LO 4" @ 644.0' 2" HSS 443/16" SLEEVE WELDED TO PLATE 1/4* 1/4" x 7 1/8" x 12" PLATE W1Ox26 BEAM L3x3xY4x8 1/4" CUP ANGLE i NOTE: DRIVE 35' -0" PILES TO REFUSAL OR 652' -4" 8 FIELD VERIFY 40e h, v PRIOR i0 FABRICATION HP806 PILE r N 1 /4" DHSS 4x4x3/16" SLEEVE 7 0 WELDED TO HP8x39 PILE v- HP8x36 PILE . tt,, W10x26 BEAM ra- COPE FLANGE TMs. ,/4 � II 13x3xY�x8 3/8' CLIP ANGLE TYP. BEAM -PILE CONNECTION AT CORNER Scale: 1-1/2" = 1' -0" L3 "x3'x1/4 "x8 3/8" CUP ANGLE COPE TO FIT PLAN VIEW L3 "x3 "x114 "x8 3/8" CUP ANGLE W1 0x15 BEAM 13" W1 Ox26 BEAM —' TYP, 1/4" (4 BEAM TO BEAM C01t: 1 -1/2" = 1' -0" ail W1 0x26 BEAM HP8x36 PILE io TYP L.3x3xY4x81 /4" CUP ANGLE oc> WI0x26 BEAM }1 /4�V C TYP. 1_300 x8 114" CLIP ANGLES TYP. CONNECTION INSIDE FACE CUT OFF PILES TO TOP OF BEAMS AFTER BEAM CONNECTIONS ARE COMPLETE AND GRIND SMOOTH � ►_4" L&UY4x81/4" CUP ANGLE I �-- WtOx26 BEAM HP8x36 PILE L3 "x3 "x114 "x8 1/4" CLIP ANGLE PLAN VIEW COPE TO FIT + NOTE: GENERAL STRUCTURAL NOTES. i so 1 " LAYOUT JOIST PATTERN PRIOR –t " 2x4 CONT. TO DRILLING HOLES IN BEAM FLANGE. 1. Design Code: International Building Code, 2003 Edition (IBC -2003) -z, SCREW TO DECK Z 2x10 TOP PLATE W/ K SCREWS i 2. Design live Loads 91 A 24" O.C. 0 Lateral: i Wind .................. per IBC 2003 Requirements 6 2x4 TOP PLATE 0 (90 MPH, Exposure B) t3? 3. Unless otherwise noted, elevations are to the TOP of Steel beams. 1" x 1" TRrD CONT. TRT'D 2x12 16 O.C. 4. All sections, details and notes shown on the structural drawings are CL? THRU BOLT W/ 1/4" intended to be typical and shall apply to similar situations unless CARRIAGE BOLTS 0 32" O.C. otherwise shown. 3 "--- 2x4 CONTINUOUS W10x15 5. The structural integrity of the structure shown on this drawing is (2) 3/8" DIA. CARRIAGE BOLTS – NOTE: BOLT SHALL NOT EXTEND PASS NUT dependent upon completion according to the Contract Documents. TYPICAL 3" DECK SCREWS It is the Contmctor's responsibility to fumish all temporary bracing and /or support that may be required as a result of construction 4x4 POST 2x4 CONTINUOUS – FASTEN TO POSTS AND THRU EDGE INTO DECK W/ TORX SCREWS 0 24" O.C., SIMPSON TOP FLANGE HANGER J6212 " methods and sequences. DRILL TOP FLANGE FOR 2 1/4! HOLES 0 24 "O.C. (STARTS- FROM ENDS ()/ ( ) 2 -1/4" HOLE GA. FASTEN 2x4 NAILER PLATE W/ (2) 1/4" CARRIAGE BOLTS JOIST TO BEAM CONNECTION WOOD FRAMING NOTES: W/ NUTS AND WASHERS THRU BEAM FLANGE. TIGHTEN S0 THAT BOLT HEADS 6 ARE COUNTERSUNK. 1" 1" Scale: 1 -1/2" = 1' -0" 4 1. Provide No. 1 green treated lumber ACQ with noncorrosive fasteners. 5/4 DECKING W/ (2) DECK SCR IN TO EACH JOIST TRTb 2x8 TOP PLATE 2. Composite decking (rotor selected by owner) with colored screws Z GUT TO " WIDTH appropriate for deck being used. app SIMPSON JB212 - TOP FLANGE JOIST HANGER 3. Connectors and fasteners as noted. r TRT'D 2x12 1 16 "O.C. – W10x l— TREATED 2x12 0 16" O.C. �— TREATED 2X CONTINUOUS W/ 1/4" CARRIAGE BOLTS 0 32" O.C. 1/4* V– Scale: 1" = 1'-O" TRT'D 2x12 016 "O.C. ICAL SIMPSON TOP I' ANGE HANGER JB212 x 1r" TRT'D CONT. EACH SIDE U BOLT W/ (2) GALVANIZED l/4" CARRIAGE TS A 32" O.C. itJ4 3 1� r;`�.J.OISTS TO BEAM CONNECTION Mks Scale: 1 -1/2" = l' -O" STRUCTURAL STEEL NOTES: I. Structural Steel is to be fabricated and erected in accordance with AM "Specifications for Structural Steel Buildings', latest edition. 2. Material: (Core Ten Weathering Steep Wide flange shapes ...... ............................... ASTM A588, FY = 50 Channels, Angles and Plates ...................... ASTM A588, FY = 50 Structural Tubing .......... ............................... ASTM A588, FY = 50 ASTM A123/A 123M STANDARD SPEWCATION FOR ZINC COATING (HOT DIP.) 3. Botts for structural steel framing shall conform to ASTM A325. Baits shall be 3/4" diameter, unless otherwise noted. 4. Botts indicated to be fully tightened shall use load indicator washers or tension twist of indicator boas to ensure that the bolts are fully tightened. 5. Welding shall conform to the latest A.W.S. Specifications. A.W.S. D1.1/D1.1M STRUCTURAL WELDING CODE; AMERICAN WELDING SOCIETY CURRENT ADI)!". Core 10 wire – Hobart -TM -811 W33# 100% CO2 GAS. 6. Connections not detailed on drawings shall be designed by fabricator and be subject to Engineers review. 7. Unless connections are specifically shown, each beam connection shall be designed to support one –half of total uniform load capacity as tabulated in AISC tables for the given shape and span or 50 percent of the shear strength of the member whichever is greater. 8. If structural steel details (field welds vs. shop welds, etc.) shown on design drawings are not compatible with contractors erection procedures, detailer shall submit proposed modifications for Engineers review. I a A "raj i +. i .. C -0 0 i 0 t3? . 0 t CL? I a A "raj i +. i .. � .. • : �`^� ti`y t3� t3y C3) Q} c,C� �j CT+ CTt � '� °�" •� Cq Cif tJ7 CJ� U1 It } �j� -� W CC} CQ '�:} tiJ ,,,, • cfl� i�0 'V tQ . ,� . :r • �;� .� $ � • ` .► . '# r • � I � � � ( I ' � � � � � ! :- . ,, � ,, ...., 1 1 i l � � � .:..� � � . � • .:!' • � ,�• . � �' l ••. ���� � ,, .,. � � � • • � . jjj �1 � t\ l\ � � �'^+ ' • ♦ • '�' . •, �� • 6, � ''� PLACE 30 TONS CLASS D RIP RAP • .�--- . • ' -- :...., �. • ;� ,� �s � � "�, W/ AASHTO CLASS z GEOn�X?7LE ,�, • •► • � cy 6' �1, � i UNDER ALL R!P RAP ,i• - � tj! '`' � � 0 , \�,, • '�'�,., ��.. �' �'�.. ��, � � �p�� PROPOSED FISHING PIER � �° . �� ��. � � �� � cS�� ,�� �, t9 to SEE STRUCTURAL PLANS �,,, �•.,, � __._ .� . o +��• s -..� ' � � � �• \ .,%- �, � ,t,�, 416 2X /''� e � � �J _ 6 P.C.C. ., � � � _ .. .. j -- � s" COMPACTEC? CRCISHED STONE •,;,a . � � ...-- ;'';`• l � � T4P OF fISNtNG P/ER • : � • . ,. .,- �. " t ��� E��v = s5z.00 TYPICAL 7`RA1L CRf.,?S SECT /�N 1 M......_.....�..�.. -•� I � � ..:��-�.- ..��ti_ •:� � Nor To s�acE . �e .r• a l . : � i t � �r ' s j �' j !! �. ' � 8 WIDE TRAIL � � { It �y e �� � . :� � � �� I -�••• II 1 .•. • I � .�{ � i ... I I � .•• � II 1 .• . � � � � rn �, -�; ,,,,_ WATER LINE = 647.00? • �. .. � �, ;� ' .� � � � '� suR�wEr DATE: a� /) 4 /as _�. . ,, 1 ' �., c.r� � •� � •, � � � � � )5'x)5rxs� CON BETE . :. • . � � � ' � P FOR SEASONAL HIGH • ` . •. �''� C� R T H PORT A —PO OR . ' _a• � � WATER LINE =650.75 • PlcNic TABLE .., ° �� x : , • cr, � � rn � rn � � `rte '. rn � � to � � � �y _, � �. � 1 , � � ! � � � "cam`° n .»,� °`�' �. a -» • e �• •e � � � �_ 1 1 �� t 1 x-25 • .. � � � ��� c � 1 i � 660 66© 5CALE: ``' � r �` HORIZONTAL: 1 " = 20' � '� 66(1 660 � � t1 l./ i� 10 2Q � 656 __... -- �� t 656 � 15Ei s5f3 ,�. --- ..,, '656 _. — 656 -' .___ _._._ X52 h � � Jr'�,` fJ,JZ ®.., ...... °' :.. °'''"`` J��, �- MATCH IXIS N6 } rn -° �_ y 652 � � 652 � —20 k Ci 20 � � ,� 648 � � 648 w —20 O 20 � � � 66th �� — � � "�'" �' � C� ''� PROI°OSED FISH NG PIER � � � �'� ,�, ELEV 65200 ' {(( /� {�j ((f /�j�/ ,, `�• 8��- � 664 � 664 � �' \.. _M• �y a �� f..�.rr��ti.r�r�.+r�. wi�rrrr a..w�....rr•�r... �w�r�r arr wwr�Wrwrnarr err s+.� }, {11,�Y ■;�/� � ryle � .. �. .. +JJ�J � �� ��� ��� C ���``_. �'��, 66(� ' �,,. 660 p� �� �' .. d /� ���� ��� 656 656 V f .�. w'"' e.. "" 'Vtl� �.e.__._.__.._ -. � � - � 656 _,.,.... � ,..r 65L! r ... ,.. ... �.,�� ��{ N fi5Z 652 652 652 t_i_.! �'\ +� Cep cD �Y .� �- �� , 652 °_s� �52 �> t!? `�*.� � � 648 �� `` --20 �� 20 —2Q Q 20 �� *� ''" Z � SCCI� er ���� � �� �f,� � � � � � -.2� w� . _ _ a ____.____.__ � s6o 660 660 s60 dawn b � �w OFF � 664 664 � { �. � � �,,� a roved b �, a. ___ ___ — 65s _ ___ �" 656 656 .. -� -_ ___.- _� __ 656 J�CJ � 6�3Q. OtI J ..•• date �- o «� �,� �,�• � �,� �«� �� �� �► N � 660 sso �8�Q1%�$ � N� � u}�' ttj� t[i� u'� �� �'? Nom' � N � , u� � u� � u� � � � ur, � � � � u� � �- �- a- —. 652 652 652 . _ . 652 revs I �!� s � co ,�, ca „�, ca � � ,� co ,� co � co � co � u� ,�, w co co � � f c�u cd c�a _____� _____ _____ 656 656 '' Q +00 Q +SCJ � +00 1 +5Q 2 +40 2 +5Q --20 O 20 —2Q O 20 - -,�"L� Q' �`t� �= SCrALE: ` HORIZONTAL.• ) " = 20' VERTICAL• 1 " = 5' � � t3 10 20 4(� ,�P