HomeMy WebLinkAboutPARK/BROOKLAND PARK/SITE IMPROVEMENTS/2006
.
PARK! BROOKLAND
P ARK! SITE
IMPROVEMENTS/
2006
I
I
,
o / c;:J / F''':r!P- I 't54
'-o...('k BrooRJev-d tct-""!z "5.; k ~orDll~
,?oob
Il ~--JI.lL-~ R&~.~.;:f..;_o.tt Ob- ~J.~~dJ.;~~_CL_p-..J:j,'c... he.g.CI~~~_~r.:: 4tr~fdA.f:..J_
I ;LQqf:,{_o.I':l_?-LRas_~~es.;_.[Lc..K. .{. :"t7Y.Ls -fh.oo:. of: COt:! -I-rru::f---f!,,J
es+; 'tY./.at:L of-- c.!2.S1:: -h,r +k re - de"-€.I~jO;)_~i-_~ &oo,lLh,oi.
.. 1~V' k. d.;:c_-~..~.::t:.VJ.o-_C;:y C /:e. yo k. d:of,-,,-b..li.sb-Dpfi c.42. of. sa.J
bR.c...r ;\':)~_~..f::Id_d;IC.e...cJ-;.n? ~-R.Y.:~ ~ K:..Q.~r:~;~_:O.:.;XL~ ~
fLll.ce_f:;a:._;(L?,Q..VJ.'i>_O:=_.{_:-'~' -+:01" :p.....6 L',c-',.r.l.~'"'-'
17- 01.(,--,;1t; ~b--S~--..5F-t.!;.; .(:CA..:t:_~... E ~;m~-'b c..o~--I:-_
~~-~iZ~ ]2-:!?.!:Z.;..s J2..d 5(.2 ec_;_.(;.c.&-...(-':"'~
~<;;-~~\:..2! I I\)",-'-k,,-- os;? ~v6\i"-- \\"-~~--..-S_.,~\b.L..c..o.U~<l ~""V-~
"_'-"~-L.'-" . .
6sL -fW Brds
1-4,~-o(P ke..s Ol" - :l..S2>_1 ~a...~_L..~_pLO-.t:lS._t-.s.pe..-c-.s_J
~o.f C .DYlj-(CLGT- )-e.,s:t_CL~_Cd;:c .
2Z.-~:=f <> Ao.d.eKl.d.~ "'* 1
Xr-oo-+ .J 7.... b \i~-:bp_~ +\d.\J~ r..L: 'S:4..!:l:\:<\';\.+': -h-Y' B; cis
_s- <.)e.P- 01. ~I:)J\..J:.o~ Db - d,qS_~a.ra;~ C()I\h.d-_~V' ~d.e.y.:d~fJJ:\~Kl: of
tBJ'o~.Ia.nd fix' ~,
16-~--:' ~ of: ~~
.I~~~ -- Df~_ R<lS"I<4J;~ bt. - 8?~ t.t~p+;.I'\.~ +tv. _LOtJdL.:G.r: -tl.t r~~l~..,.J_D-f. ~/{.~ ~..Jl.,
?\"DJ m
Prepared by: Terry Trueblood, Parks & Rec, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5110
RESOLUTION NO. 06-7/1
RESOLUTION SETTING A PUBLIC HEARING FOR AUGUST 1, 2006, ON
PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST
FOR THE RE-DEVELOPMENT OF BROOKLAND PARK, DIRECTING CITY
CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE
PARKS AND RECREATION DIRECTOR TO PLACE SAID PLANS ON FILE FOR
PUBLIC INSPECTION.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. That a public hearing on the plans, specifications, form of contract, and estimate of cost
for the construction of the above-mentioned project is to be held on the 1 st day of
August, 2006 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 lileh day of Tl11y ,20-!l.L.
(2( )jQ~ ,
MAYOR
ATTEST: ~-<___~~ ~ 9f::~ ~ved by 76;;;"
City Attorney's Office
CI LERK
It was moved by R~;lpy and seconded by Vanderhoef the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
x Champion
x Elliott
y Lehman
x O'Donnell
x Vanderhoef
x Wilburn
par'Kslreslredevbrookland.doc
LETTER OF TRANSMITTAL
~ Shoemaker J., Haaland Date July 17, 2006
'.-....-...--' Job No. 06036
160 Holiday Road Attention Marian Karr
CoralvilJe. Iowa 52241
Phone: 319.351.7150 Re: Brookland Park Final Contracts & Specs
Fax: 319.337.6792
To: Marian Karr
City Clerk
City of Iowa City
We are sending you o Attached o Under separate cover Via: Personal Courier
The following itemls:
o Shop drawings o Specifications ~ Plans o Samples
o Copy of letter o Change order o Prints
~ Other:_
Copies Date Number Description of Items
1 1-12 Final Plans
1 Final Specs
Action required noted below:
o For approval ~ Fumish as submitted o Resubmit copies for review
o For your use o Furnish as noted o Submit copies for distribution
o As requested o Returned for correction o Return corrected prints
o For review and comment o For bids due on date: _
o Prints returned after loan to us
REMARKS:
Copies to:
Signed:
-----
I Engineer's Opinion of Cost - $176,505.00
I
I
I
I ~e~c#/
I
~~ ~eP'
I ITY OF IOWA
I \olo
l' :y~
I
SLlC WORKS
DIVISION
I
I PLANS, SPECIFICATIO
SITE IMPROVE
I I I
I
I
I
I hereby certify that this land pe architectural document s prepared by me or under my
I direct personal supervision d that I am a duly licensed Lan cape Architect under the laws
of the State of Iowa.
1 SIGNED: DATE:
I Steven S. Ford, ASLA
I. Iowa Reg. No. 274
My license renewal da is June 30, 2008.
1
I
I
I PROJECT MANUAL
FOR
I SITE IMPROVEMENTS - BROOKLAND PARK
IOWA CITY, IOWA
I
I
I PRE-BID CONFERENCE: 2:00 p.m.. Central Time. Auaust 17. 2006
Civic Center
I 410 East Washington Street
Iowa City, Iowa
I
I BID DUE: 2:00 p.m.. Central Time, Auaust 24. 2006
I City Clerk
Civic Center
410 East Washington Street
I Iowa City, Iowa 52240
I
I
I
I
I
I
I
.
- --
~-
I
I
TABLE OF CONTENTS
I
I TITLE SHEET
TABLE OF CONTENTS
I ADVERTISEMENT FOR BIDS ................................................................................ AF-1
I NOTE TO BIDDERS ......................................... ...................................................... NB-1
FORM OF PROPOSAL ........................................................................................... FP-1
I BID BOND ...................................................................................................... ......... BB-1
I FORM OF AGREEMENT ........................................................................................ AG-1
PERFORMANCE AND PAYMENT BOND .............................................................. PB-1
I CONTRACT COMPLIANCE
(ANTI-DISCRIMINATION REQUIREMENTS) ................................................ ..' CC-1
I GENERAL CONDITIONS................................................................................ ........ GC-1
SUPPLEMENTARY CONDITIONS ......................................................................... SC-1
I RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID
PROJECTS........................................................................................................ R-1
I SPECIFICATIONS
I DIVISION 1 - GENERAL REQUIREMENTS
01010-1
Section 01010 Summary of the Work .........................................................
I Section 01015 Altemates ............................................................ ................ 01015-1
Section 01021 Cash Allowances ................................................................. 01021-1
Section 01025 Measurement and Payment ................................................ 01025-1
I Section 01300 Submittals and Substitutions ............................................... 01300-1
Section 01310 Progress and Schedules ..................................................... 01310-1
Section 01570 Traffic Control and Construction Facilities........................... 01570-1
I Section 01640 Product Handling ................................................................. 01640-1
.....
DIVISION 2 - SITE WORK
I Section 02015 Construction Staking ........................................................... 02015.1
Section 02050 Demolitions, Removals and Abandonments........................ 02050-1
Section 02100 Site Preparation................................................................... 02100-1
I Section 02210 Site Grading...................................................................... .... 02210-1
Section 02212 Subgrade Preparation and Repair..................................:.... 02212-1
Section 02220 Earth Excavation, Backfill. Fill and Grading......................... 02220-1' ...
I Section 02270 Slope Protection and Erosion Control.................................. 02270.1
--~
Section 02518 P.C. Concrete Pavers. Bituminous Setting Bed ................. 02518-1 I
. Section 02520 Portland Cement Concrete Paving ...................................... 02520-1
Section 02524 Curb Ramps ........................................................................ 02524-1 I
Section 02660 Water Distribution................................................... .......... ... 02660-1
Section 02665 Water Service Work For Contractors .................................. 02665-1
Section 02700 Sewers.... ...................................................... ........... ............ 02700-1 I
Section 02710 Subdrain System ................................................................. 02710-1
Section 02900 Landscaping....................... ................................................. 02900-1
DIVISION 4 - MASONRY I
"
Section 04462 Limestone Retaining Wall.................................................... 04462-1 I
I
I
I
I
I I
I
I
I
I
I
I
I
I
I
I
I .
ADVERTISEMENT FOR BIDS
I BROOKLAND PARK DEVELOPMENT PROJECT
Sealed proposals will be received by the City
I Clerk of the City of Iowa City, Iowa, until 2:00
P.M. on the 24th day of AUClust ,2006, or at
a later date and/or time as determined by the
I Director of Public Works or designee, with notice
of said later date and/or time to be published as
required by law. Sealed proposals will be opened
immediately thereafter by the City Engineer or
I designee. Bids submitted by fax machine shall not
be deemed a "sealed bid" for purposes of this
Project. Proposals will be acted upon by the City
I Council at a meeting to be held in the Emma J.
Harvat Hall at 7:00 P.M. on the ...Q!h- day of
September. 2006, or at such later time and place
as may be scheduled.
I The Project will involve the following:
The development of a new park located at
Melrose Court and Greenwood Drive. This shall
I include c1earinCl and ClrubbinCl. demolition (shelter.
plav areas. concrete walk and steps). earthwork
and QradinQ. construction shelter pad. plavQround.
PCC walk. trail. landscapinQ. reQradinQ of ditch.
I installation of culverts and surface restoration.
All work is to be done in strict compliance with
I the plans and specifications prepared by
Shoemaker & Haaland Professional EnQineers ,
of Coralville , Iowa, which have heretofore been
I 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
I a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a surety
I 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
I 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
I post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
I 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
I of the contract, or until rejection is made. Other ~
bid bonds will be retumed after the canvass and
tabulation of bids is completed and reported to the
I City Council.
The successful bidder will be required to furnish
I ,
..
AF-1
a bond in an amount equal to one hundred I
percent (100%) of the contract price, said bond to
be issued by a responsible surety approved by the I
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 I
any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of one to five year(s) from and after its completion I
and formal acceptance by the City Council.
The following limitations shall apply to this
.<> Project: I
Specified Start Date: September 18. 2006
Completion Date: November 13. 2006
Liquidated Damages: $200.00 per day
The plans, specifications and proposed contract I
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 I
the Office of Shoemaker & Haaland Professional
Enoineers. 160 Holidav Road. Coralville. Iowa, by
" bona fide bidders.
A $40.00 non-refundable fee is required for each I
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 Shoemaker I
& Haaland Professional Enoineers.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors I
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 I
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the I
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). I
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities, I
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and I
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 I
Project
The City reserves the right to reject any or all
proposals, and also reserves the right to waive I
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa. I
MARIAN K. KARR, CITY CLERK
AF-2 I
I
I NOTE TO BIDDERS
I 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to
award three references involving similar projects, including at least one municipal
I 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.
I 2. References shall be addressed to the City Engineer and include the name, address and
phone number of the contact person, for City verification.
I 3. Bid submittals are:
Envelope 1: Bid Bond
I Envelope 2: Form of Proposal
I
I
I
I
I
I
I
I
I
I
I
I NB-1
,
I
I FORM OF PROPOSAL
SITE DEVELOPMENT - BROOKLAND PARK
I CITY OF IOWA CITY, IOWA
NOTICE TO BIDDERS:
I PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOS~ ARE
CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. ~
I D ...."
~O &
Name of Bidder -::. Y..\ r (": \
--, ~ \\
I Address of Bidder (;:"c~ ()
\50
TO: City Clerk ..-:::::,~
'0/-
I City of Iowa City Z.
Civic Center y
410 E. Washington St.
I Iowa City, IA 52240
bid security the of
The undersigned bidder submits herewith in amount
I $ , in accordance with the terms set forth in the "Project Specifications."
The undersigned bidder, having examined and determined the scope of the Contract
I Documents, hereby proposes to provide the required labor, services, materials and equipment
and to perform the Project as described in the Contract Documents, including Addenda
, and , and to do all work at the prices set forth herein.
I We further propose to do all "Extra Work" which may be required to complete the work
contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work.
I ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
I 1. Mobilization LS 1 $ $
I 2. Demolition LS 1
3. Clearing and Grubbing LS 1
I ."."
4. Grading/Earthwork CY 550
I 5. Subgrade Repair CY 10
6. Imported Earthen Fill CY 450
I 7. Imported Topsoil CY 70
I 8. Class D Revetment Stone Ton 250
,
I .
FP-1
--------
I
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT I
9. 36" RCP Culvert LF 28 I
20
10. 27 x 44 RCP Pipe LF
11. 6"0 Plastic Pipe LF 30 I
12. 36" RCP Apron EA 6 I
"
13. 27 x 44 RCP Apron EA 2
14. 4"0 Subdrain Pipe LF 120 I
15. 1"0 Water Service Line LF 130
16. Relocate 'Yard Hydrant EA 1 I
17. 6" Thick PCC Shelter .
Pavement SY 78
18. 6" Thick PCC Trail SY 675 .
19. Park Sign EA 1
20. Concrete Pavers SY 50 I
21. Steel Handrail- 8' Trail LF 120 I
22. Steel Handrail- 10' Trail LF 20
23. Limestone Seat Wall TON 33 I
24. Timber Seat Wall SF 225
25. Limestone Boulders TON 11 .
26. Limestone Trail TON 200 I
27. Relocate Grill EA 1
LF 225 I
29. SY 250 I
30. LF 500
SY 800 I
I
FP-2 .'
-
I
I ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
I 32. Turf Reinforced Matting SY 1,184
"
I 33. Landscape Planting
Package LS 1 ,
I 34. Final Gradel Seed I Mulch SY 5,400
35. Construction Fence LF 1,000
I 36. Construction Staking LS 1 $ 3.800 $ 3.800
,
(Allowance)
...
I 37. Traffic Control LS 1
I TOTAL EXTENDED AMOUNT = $
I
I
I
I
I
I
I
"
.~
I
I
I
I FP-3 \
-.
The names of those persons, firms, companies or other parties with whom we intend to enter into I
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows: I
I
I
I
NOTE: All subcontractors are subject to approval by City. I
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.
I
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 I
more specific shall prevail.
Firm: I
,? Signature:
I
Printed Name: I
Title: II
,
Address: I:
I
Phone: II
Contact: I
I
I
I
FP-4 I
I BID BOND
I ' as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
I hereinafter called "OWNER," in the sum of
Dollars ($ ) to pay said sum as herein
I provided. We as Principal and Surety further promise and declare that these obliga ns shall bind
,
our heirs, executors, administrators, and successors jointly and severally. This bliga@D is
cr-
. conditioned on the Principal submission of the accompanying bid, dated Augus OOlr;:for ij
;;';.. , '0)
Site Improvements - Brookland Park Project. 'Y:2 .-> '. ~
I Q,,), -:J, ::.J
NOW, THEREFORE, ,,'-- '\ s:-.
-6 -'- '0
I (a) If said Bid shall be rejected, or in the alternate, ';.~ C9
(b) If said Bid shall be accepted and the Principal shall execute a deliver a contract
. in the form specified, and the Principal shall then furnish a b d for the Principal's
faithful performance of said Project, and for the payment of I persons performing
labor or furnishing materials in connection therewith, and shall in all other respects
I 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,
I provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the amount of the obligation stated herein.
I By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the
Owner in the event that the Principal fails to execute the contract and provide the bond, as
provided in the Project specifications or as required by law.
I The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time within
which the Owner may accept such Bid or may execute such contract documents, and said Surety
I does hereby waive notice of any such time extension.
The Principal and the Surety hereto execute this bid bond this day of
I ' A.D., 2006.
I (Seal)
Witness Principal
I By (Title)
(Seal)
I Surety
By
Witness (Attorney-in-fact)
I Attach Power-of-Attorney
I BB-1
I
I FORM OF AGREEMENT
I THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and ("Contractor") .
I Whereas the City has prepared certain plans, specifications, proposal and bid documents
I dated the _ day of , 2006, for the Site Improvements - Brookland
Park Project ("Project"), and
I Whereas, said plans, specifications, proposal and bid documents accurately and fully
I describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
I 1. The City hereby accepts the attached proposal and bid documents of the
Contractor for the Project, and for the sums listed therein.
I 2. This Agreement consists of the following component parts which are incorporated
I herein by reference:
a. Addenda Numbers
I b. "Standard Specifications for Highway and Bridge Construction," Series of
I 2001, Iowa Department of Transportation, as amended; ~
c. Plans; ~
I d. Specifications and Supplementary Conditions;
I e. Advertisement for Bids;
f. Note to Bidders;
I g. Performance and Payment Bond;
I h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects;
i. Contract Compliance Program (Anti-Discrimination Requirements);
I j. Proposal and Bid Documents; and ..
"
k. This Instrument.
I The above components are deemed complementary and should be read together. In the
I event of a discrepancy or inconsistency, the more specific provision shall prevail.
I AG-1 \
3. The names of subcontractors approved by City, together with quantities, unit I
prices, and extended dollar amounts, are as follows (or shown on an attachment): I
I
I
I
4. Payments are to be made to the Contractor in accordance with the Supplementary I
Conditions. I
DATED this day of ,2006. I
I
City Contractor
Bv I
By
.7' I
(Title)
Mayor I
ATTEST: ATTEST:
(Title) I
City Clerk (Company Official)
'\:, Approved By: I
I
City Attorney's Office
I
I I
I
AG-2 I
- --------
I
PERFORMANCE AND PAYMENT BOND
I , as
I (insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and
(insert the legal title of the Surety)
.
I ' as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obli ee, hereinafter
I called the Owner, in the amount of do- lIars...-(\
($ ) for the payment for which Contra~ SlJrety ~
~' \ .
I hereby bind themselves, their heirs, executors, administrators, successors and assiQr1S,'fpln./ .\')
nC ,<) ,
severally. ':;:, (: ;.
L . ,
I WHEREAS, Contractor has, as of , entered into a ,--, ~
(date) i~
written Agreement with Owner for Site Improvements - Brookland Park Pro'; and Y
I WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications prepared by
I Shoemaker & Haaland Professional Enoineers , which Agreement is by reference made a
part hereof, and the agreed-upon work is hereafter referred to as the Project.
I NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
I shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
I A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
I B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
I promptly remedy the default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
II Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
I 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
I 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
I 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 /.
I \
-------
exceeding the amount set forth in the first paragraph hereof. The term "balance of I
the Contract Price," as used in this paragraph, shall mean the total amount I
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to I
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements I
covered by this bond in good repair for the following periods of time from the date of
formal aCceptance of the improvements by the Owner.
1. Paving - 5 years I
2. Landscaping - 1 year
D. No right of action shall accrue to or for the use of any person, corporation or third party I
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner. I
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 I
corporations having contracts directly with the Principal, including any of Principal's Dubcontract-
tors, all claims due them for labor performed or materials furnished in the performance of the I
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. I
SIGNED AND SEALED THIS DAY OF ,2006. I
IN THE PRESENCE OF:
(Principal) I
Witness (Title) I
(Surety) I
Witness (Title) I
Wv10f' f' (Street) I
"J. ' ,.
\ '~.r"" VI/Ot I
"Y, 'I I I
-- .I /Ir) , (City, State, Zip)
I, _....,/
(Phone) I
PB-2. I
I
I
I
II
I
I Contract
I Compliance Program
I
I
I
I
I
I ~~
il CITY OF IOWA CITY
I
I
I
I
I
--------
I
I SECTION 1- GENERAL POLICY STATEMENT
I It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure
that applicants seeking employment with them and their employees are treated equally without regard to
I 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
I and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
I PROVISIONS:
1. All contractors, vendors, and consultants requesting to do business with the City must submit an
I Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by
I another govemmental 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.
I 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants
are made aware of the City's Contract Compliance Program reporting responsibilities and receive the
I appropriate reporting forms. A notification of requirements will be included in any request for proposal
and notice of bids.
I 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on
pages CC-2 and CC-3) or other required material must be received and approved by the City.
I 5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance 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
I which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
I 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are Iiste
section 2-3-1.
I
-
,...--
,
I in",
r-l'
'--J
I
I ....
I CC-1
I
SECTION II - ASSURANCE OF COMPLIANCE I
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 I
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.) I
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 I
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 I
payor 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. I
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 sea.) and relevant orders of the U.S. Secretary of I
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. I
Where is this statement posted?
I
4. What is the name, telephone number and address of your business' Equal Employment Opportunity I
Officer?
(Please print) I
Phone number Address I
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by I
federal and state"law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters. I
I
% I
v
I
CC-2 I
---
I 6. How does your business currently inform applicants, employees, and recruitment sources (including
I unions) that you are an Equal Employment Opportunity employer?
I
I
I The above responses to questions 1 through 6. are true and correctly reflect our Equal Employment
Opportunity policies.
I
I Business Name Phone Number
I Signature Title
I Print Name Date
~
c?
d'
I
I
I
I
I
I
I
.,~
I
I \
\
I CC-3
I
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES I
1. COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post I
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 I
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. I
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of I
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. I
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All I
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. I
4. RECRUITMENT .p
(a) Let potential employees know you are an equal opportunity employer. This can be done by I
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 11
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. I
(c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory II
barriers. '"
(d) Select and train persons involved in the employment process to use objective standards and to
support equal employment opportunity goals. II
(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 I
I
successful job performance. II
(f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this
information necessary to judge an applicanfs ability to perform the job applied for?" Only use
job-related tests which do not adversely affect any partiCUlar group of people. I
(g) onitor interviews carefully. Prepare interview questions in advance to assure that they are only job
elated. Train your interviewers on discrimination laws. Biased and subjective judgments in personal
interviews can be a major source of discrimination. I
(h) Improve hiring and selection procedures and use non-biased promotion, transfer and training
policies to increase and/or improve the diversity of your workforce representation. Companies
',1)1~ make sure procedures for selecting candidates for promotion, transfer and training are
., I ~~ ~pon a fair assessment o! an e~ployee's ability and work record: Furthermore, all I
-. cbmpames should post and otherwise publiCize all Job promollonal opportumlles and encourage
91 ~ f),ualified employees to bid on them. I
I
r Z I
_u.
CC-4 I
I I ~ I
~~ - ....~!t
!~~i!:
I -..;;;;.... "'IIII'~
.... ...
I --6 Cltj/ of ~
~ C~
I
I
I
I Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa
City Code of Ordinances which prohibits certain discriminatory
I practices in employment. Please note that the protected
characteristics include some not mandated for protection by Federal
I 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
I of the local ordinance in conjunction with your performance under a r-:>
,p
I contract with the City. --, 'f}.
'e
r-
I
I
I
I
I
...,.
I .~
I
I \
CC-5
2-3-1 2-3-1 I
CHAPTER 3 I
DISCRIMINATORY PRACTICES I
SECTION: C. It shaU be unlawful for any employer, I
employment agency, labor organiza-
2-3-1: Employment; Exceptions tion or the employees or members
2-3-2: Public Accommodation; thereof. to directly or indirectly adver- I
Exceptions Use or in any other manner Indicate or
2.3-3: Credit Transactions; Exceptions publicize that Individuals are unwel-
2-3-4: Education come, objectionable or not. sollclled
2-3-5; A/ding Or Abetting; Retaliation; for employment OJ membership be- I
Intimidation cause of age. color, creed, disability,
gender Identity, marital status, nation-
al origin, race, religion, sex or sexual I
orientation. (Ord. 95-3697, 11-7-1995)
2-3-1; EMPLOYMENT; EXCEPTIONS:
D. Employment policies relating to preg-
A. It shall be unlawful for any employer nancy and childbirth shall be governed I
to refuse to hire, accept, register, by the followfng:
classify, upgrade or refer for employ-
ment, or to otherwise discriminate in 1. A wrltten or unwrttten employment I
employment against any other person polley or practice which excludes from
or to discharge any employee be- employment applicants or employees
cause of age, color, creed, disability, because of the employee's pregnancy
gender Identity, marital status, nation- Is a prima facie violation of this TItle. I
al origin, race, religion, sex or sexual 2. Disabilities causea or contributed to
orientatIon.
0 by the employee's pregnancy, mlscar- I
B. It shall be unlawful for any labor orga- riage, chlldblrttl ana recovery there-
njzatlon to refuse to aamll to member. from are, for all job-related purposes,
ship, apprenticeship or training an temporary disabilities and shall be
applicant, to expel any member, or to treated as such under any health or I
otherwise discriminate against any temporary disability Insurance or sick
applicant for membership, apprentice- leave plan available In connection wfth
ship or training or any member in the employment or any wrttten or unwrit- I
privileges, rights or benefits of such ten employment policies and practices
membersJlllp, apprenticeship or train. Involving terms and conditions of
lng because of age, c%r, creed, employment as applied to other tern.
disability, gender Identity, marital porary disabilities. I
status, national origin, race, religion,
selt or sexual orientation of such ap- E. It shall be unlawful for any person to
pllcant or member. solicit or require as a condition of I
employment of any amployee or pro-
I
S97
Iowa City I
I
CC-6 I
I
I 2-3-1 2-3-1
I spective employee a test for the pres. 2. An employer or employment agency
ence of the antibody to the human which chooses to offer employment or
immunodeficiency virus. An agree- advertise for employment to only the
ment between an employer, employ. disabled or elderly. Any such employ-
I ment agency, labor organization or ment or offer of employment shall not
their employees, agents or members discriminate among the disabled or
and an employee or prospective em- elderly on the basis of age, color,
I ployee concerning employment, pay creed, disability, gender identity, mari-
or benefits to an employee or pro- tal status, national origin, race, reli-
spective employee in return for taking gion, sex or sexual orientation. (Ord.
a test for the presence of the antibody 95-3697,11.7-1995)
I to the human immunodeficiency virus,
is prohibited. The prohibitions of this 3. The employment of individuals for
subsection do not apply If the State work within the home of the employer
I epidemiologist determines and the if the employer or members of the
Director of Public Health declares family reside therein during such em-
through the utilization of guidelines ployment.
established by the Center for Disease
I Control of the United States Depart- 4. The employment of individuals to
ment of Health and Human Services, render personal service to the person
that a person with a condition related of the employer or members of the
I to acquired immune deficiency syn- employer's family.
drome poses a significant risk of
transmission of the human immunode- 5. To employ on the basis of sex in
ficlency virus to other persons in a those certain instances where sex is a
I specIfic occupation. bona fide occupational qualification
reasonably necessary to the normal
F. The following are exempted from the operation of a particular business or
I provisions of this Section: enterprise. The bona fide occupational
qualification shall be interpreted nar-
1. Any bona fide religious Institution or rawly.
its educational faclllty, association,
I corporation' or society with respect to 6. A State or Federal program de-
any qualifications for employment signed to benefit a specific age class i-
based on religion when su<:h quallfica- fication which serves a bona fide pub-
I tions are related to a bona fide rell- lie purpose.
gious purpose. A religious qualifica-
tion for instructional personnel or an 7. To employ on the basis of disability
administrative officer, serving in a in those certain Instances where pres-
. supervisory capacity of a bona fide ence of disability is a bona fide occu-
religious educational facility or reli- pational qualification reasonably nec-
gious Institution shall be presumed to essary to the normal operation of a
I be a bona fide occupational quallfica- particular business or ente!]lrlse. The
tion. (Ord. 94-3647,11-8-1994) bona fide occup@onal gQallflcation
shall be Inte e~arr~ly. (Ord.
I 94-3647, 11-8-1 4)' -i ,
--:~
I 897
I lowa City
I CC-7
I
I GENERAL CONDITIONS
I
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
I "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended,
I shall apply except as amended in the Supplementary Conditions.
I
I
I
I
I
I
I
I
I
I
I
I
I
I GC-1
I
I SUPPLEMENTARY CONDITIONS <17i75 JtJ;.
I
ARTICLES WITHIN THIS SECTION loip/1
0i
I S-1 Definitions
S-2 Limitations of Operations
I S-3 Insurance
S-4 Supervision and Superintendence
S-5 Conceming Subcontractors, Suppliers and Others
I S-6 Compliance with OSHA Regulations
S-7 Employment Practices
S-8 Contract Compliance Program (Anti-Discrimination Requirements)
I S-9 Measurement and Payment
S-10 Taxes
S-11 Construction Stakes
I S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects
Caption and Introductory Statements
I 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
I amended and other provisions of the Contract Documents. All provisions which are not so
amended or supplemented remain in full force and effect.
I S-1 DEFINITIONS.
ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD
SPECIFICATIONS.
I "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his I
I authorized representative.
"OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council
and duly authorized agents.
I "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY"
shall mean the CITY.
I "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation
"Standard SpeCifications for Highway and Bridge Construction," Series of 2001, as
I amended.
I'
S-2 LIMITATIONS OF OPERATIONS.
I Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS:
I 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..
I SC-1 ,
----
l
S-3 INSURANCE. I
0
A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION I
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for I
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. I
2. The Conlractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies. I
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 I
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
I
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 I
the following type and minimum amounts:
Tvoe of Coveraae
Comprehensive General Liability Each Occurrence Aaareaate I
Bodily Injury & Property Damage' $1,000,000 $2,000,000
Automobile Liability . Combined Sinale Limit I
Bodily Injury & Property Damage $1,000,000
Excess Liability $1,000,000 $1,000,000
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. I
'Property Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable. I
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 I
respect to insurance coverage:
1. e entire amount of Contractor's liability insurance policy coverage limits, identified in I
he 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 I
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. I
/':~~~;JZ:;'." i-Jii\CJhe entire amount of the Contractor's liability insurance policy coverage limits shall be
. i\'~iJ payable by the Contractor's insurer, with no deductible to be paid by, or self-insured I
Cl retention to be attributed to, the Contractor unless this requirement is waived by the
rr ~:9lY. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self-insured retention.
Ci:': ;1_1 I
" . . '...]3. Contractor's liability insurance coverage is subject to any special exclusions or
SC-2 I
4 limitations not common to the type of coverage being provided, such exclusion{> or
I limitations shall be noted on the Certificate of Insurance. <%0"
~ ..~"
v{j?
4. The City prefers that Contractor provide it with "occurrence form" liability ~u'C9.ce' ~
I coverage. If Contractor can only provide "claims-made" insurance coverage, ~l1e ,.ol.
C ~ 'CJ ~
ontractor must comply with the following requirements: (} {.
'I)~. 0.9
I a. If the Contractor changes insurance carriers, or if Contractor's insuran ;():.
coverage is canceled, during the contract period or within two years after Ci - f/I
acceptance of the work, Contractor agrees to immediately notify the City of s
event.
I b. If Contractor's insurance is canceled or is allowed to lapse during said eriod,
Contractor shall be required to obtain replacement insurance coverage to f Ifill its
I obligation hereunder.
c. If, during said period, Contractor voluntarily changes insurance carriers or is
I required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase '1ail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
I insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
I 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
I retention than the. insurance which it replaces.
5. The City reserves the right to waive any of the insurance requirements herein provided.
I 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.
I 6. In the event that any of the policies of insurance or insurance coverage identified on
Contractor's Certificate of Insurance are canceled or modified, or in the event that
I Contractor incurs liability losses, either due to activities under this Contract, or due to
other activities not under this Contract but covered by the same insurance, and such
losses reduce the aggregate limits of Contractor's liability insurance below the limits
I required hereunder, then in that event the City may in its discretion either suspend
Contractor's operations or activities under this Contract, or terminate this Contract, and
withhold payment for work performed on the Contract.
I 7. In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
I suspend Contractor's operations or activities under this Contract, or tenninate this
Contract, and withhold payment for work performed on the Contract.
C. HOLD HARMLESS ,
I 1. The Contractor shall indemnify, defend and hold hannless the City of Iowa City and its
I officers, employees, and agents from any and all liability, loss, cost, damage,. and
expense (including reasonable attorney's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upofl or alleging
I SC-3 \
c p ~
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 I
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of I
Iowa City, Iowa.
S-4 SUPERVISION AND SUPERINTENDENCE. I
Add the following paragraph to 1105.05 of the lOOT STANDARD SPECIFICATIONS:
, I
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 I
individual.
S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. I
Add the following paragraph to 1108.01 of the lOOT STANDARD SPECIFICATIONS:
Bidders shall list those persons, firms, companies or other parties to whom it I
proposeslintends 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 fumish I
documentation of all efforts to recruit MBE's.
S-G COMPLIANCE WITH OSHA REGULATIONS. I
Add the following paragraphs to 1107.01 of the lOOT STANDARD SPECIFICATIONS: I
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 I
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 I
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 I
laws regarding hazardous chemicals and right-to-know.
S-7 EMPLOYMENT PRACTICES. I
I
Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or
mental co dijion is such that his/her employment will endanger the health and safety of them- I
selves or thers employed on the project.
"r'//(~.I '~'" u'haD
\;qOf'! ra or.s' /not commit any of the following employment practices and agrees to include the I
-folloW! g,cl~ses in any subcontracts:
e I "I .: t · .~- ,,"o~ '"y "".~I '" ~~', 000'.0"', ~ '''''''~ of .m,l"m.ml I
.. _ h use of sex, race, .color, religion, nation~1 ori.gin: sexual orientation, gender identity,
{ 'mar, status, age or disability unless such disability IS related to Job performance of such
'- J I i.:J
SC-4 I
I person or employee.
I 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.
I S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS).
I 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.
.
I S-9 MEASUREMENT AND PAYMENT.
Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines
I all pay items and methods of measurement. The provisions of this section will supersede
applicable sections in the lOOT STANDARD SPECIFICATIONS.
S-10 TAXES.
I Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with local law as outlined in 1109.07 of the lOOT Standard Specifications. The City of
I Iowa City does issue tax exemption certificates to preclude the payment of sales tax. The
Contractor shall submit the information necessary for the certificates to be issued. If tax
exemption certificates are not issued, prior to project acceptance by the City Council, the
I Contractor shall submit to the Engineer a statement of taxes paid, including all information
required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor
for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor
I will occur within 30 days of the City receiving reimbursement from the State. Tax statements
submitted after the project has been accepted will not be accepted or reimbursed.
I S-11 CONSTRUCTION STAKES.
None
I S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS.
I The Contractor awarded the project together with all Subcontractors shall be required to complete
the form included with these specifications (and entitled the same as this section) and submit it to
the Engineer before work can begin on the project.
I Note that these reauirements involve only hiahway Droiects not funded with Federal
monies.
I
T1
I --
I
hl
,--,
I ,_./
I
I SC-5
I
I RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS
I PROJECT NAME: Site ImDrovements - Brookland Park
I TYPE OF WORK:
DATE OF LETTING: Auaust24.2006
I
A resident bidder shall be allowed a preference as against a non-resident bidder from a state or
I foreign country which gives or requires a preference to bidders from that state or foreign country.
That preference is equal to the preference given or required by the state or foreign country in
which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to
I transact business in this state and having a place of business within the state, and has conducted
business for at least six months prior to the first advertisement for the public improvement. In the
case of a corporation, the above requirements apply as well as the requirement that the
I corporation have at least fifty percent of its common stock owned by residents of this state.
This qualification as resident bidder shall be maintained by the bidder and hislher contractors and
I subcontractors at the work site until the project is completed.
I hereby certify that the undersigned is a resident bidder as defined above and will remain such
I from the start of the project until its completion.
COMPANY NAME:
I CORPORATE OFFICER:
TITLE:
I DATE:
I
I 7/06
data on citynUEn9"MasterSpecsffrontend.doc
I
I
I
I
I R-1
I
I
I
I
I
I
I
I DIVISION 1
I GENERAL REQUIREMENTS
I
I
I
I
I
I
I
I
I
I
I
I SECTION 01010
I SUMMARY OF THE WORK
I PART 1 - GENERAL
I General description, not all inclusive.
A. Base Bid Work:
I 1. Demolish
. PCC walks and steps.
. Picnic shelter and slab.
I . Playground equipment, safety surface and edging.
. Existing trail paving (granular).
. RCP culverts.
,I 2. - Clearing and grubbing - remove trees, brush, shrubs, fence and debris
from the site..
I 3. Earthwork and grading including imported engineering fill and topsoil.
I 4. PCC Trail - construct six (6) inch thick PCC Trail and pipe handrail.
5. PCC shelter pavement - construct PCC shelter pad and adjacent
I courtyard.
6. Trail - construct limestone aggregate surfaced trail.
I 7. Construct limestone seat wall and timber retaining wall.
8. Install limestone outcropping stone for seat wall.
I 9. Furnish and install RCP culverts and aprons as shown.
I 10. Safety Surface - Install safety surface provided by Owner.
11. Safety Surface Edging - furnish and install 6x6 treated wood edge.
I 12. Limestone Boulders - furnish and install where shown on plans.
I 13. Water Service -Install 1"0 water service line from existing water service
to yard hydrant.
14. Landscaping - furnish and install trees, shrubs and mulch. ..
I <r
15. Seeding - final grade, seed and mulch all disturbed areas.
I 16. Steel pipe handrails.
I 01010-1 \
I
~- 17. Drainage channel relocation including new channel lining and restoration, I
weirs and adjacent old channel filling and reshaping.
18. Concrete pavers. I
19. Park Entry Signage.
20. Silt fence and erosion control. I
21. " Construction fence. I
22. Grill removal and relocation.
23. Timber seat wall. I
B. Alternate Bid Work:
I
1. None at this time.
I
END OF SECTION
I
I
I
I
I
I
I
I
I
I
01010 - 2
I
I
I SECTION 01015
I ALTERNATES
I PART 1 - GENERAL
1.01 SUMMARY'
I A. Provide alternate bid(s) to be added to the amount of the Base Bid if the
corresponding change in scope is accepted by the City of Iowa City.
I B. Include within the alternate bid prices all costs, including materials, installations,
and fees.
I C. Show the proposed alternate bid prices opposite their proper description on the
Form of Proposal.
I D. No additional working days will be granted with the inclusion of the alternate bid(s).
1.02 SPECIFIC AL TERNA TES:
I A. Alternate Bid Items
I 1. None at this time
I END OF SECTION
I
I
II
,
I
I
I
I
I 01015-1
I
,
I v
SECTION 01021 "':<).'
'''-.-)
!I CASH ALLOWANCES ....);
7'
~,
PART 1 GENERAL /0
I 1.1 SECTION INCLUDES
A. Cash allowances.
I I
1.2 CASH ALLOWANCES
I A. Costs Included in Allowances: Cost of Construction Staking to Contractor or
Subcontractor.
I B. Costs Not Included in the Allowance, but included in the Contract Sum/Price:
Contractor's overhead, mark-up, additional insured and retainage costs. If
Contractors wish to include these items it shall be included in the mobilization bid
I item.
C. Engineer Responsibilities:
I 1. Consult with Contractor for scheduling consideration.
2. Prepare Change Order if allowance is not fully consumed.
I D. Contractor Responsibilities:
1. Coordinate a schedule for construction staking services.
I E. Differences in costs will be adjusted by Change Order.
F. Cash Allowances:
I 1. Section 02015 - Construction Staking: Include the stipulated sum of
$3,800 for Construction Staking Services.
I PART 2 PRODUCTS
A. Not used.
I PART 3 EXECUTION
I A. Not used.
I END OF SECTION
I
I
I 01021-1
--- -
I
,
<'<%.;
I "v{'
SECTION 01025 12 Q vz
I 'It~,0-
MEASUREMENT AND PAYMENT -/ o-Q
1/,/ /:
,;
I PART 1 - GENERAL
1.01 SUMMARY:
I A. Procedures and submittal requirements for sche
payment, and unit prices.
I 1.02 STANDARD OF MEASUREMENTS:
I A. Work completed under the contract shall be measured by the Engineer. Payment
will be based on the actual quantity of work performed according to the various
classes of work specified unless noted in Part 3 of this Section. The Contractor will
I be given an opportunity to be present during measurement.
1.03 SCOPE OF PA YMENT:
I 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
I 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.
I B. Construction items may be bid as a lump sum or as itemized work, which will be
paid on a unit cost basis. In either case, some work may be required for which a
separate pay item is not provided. Completion of this work is required. If a separate
I pay item is not provided for this work, it is to be considered incidental to the project
and no separate payment will be made.
I PART 2 - PRODUCTS
2.01 NONE
I PART 3 - EXECUTION
I 3.01 PROCEDURE
A. Payment under this contract shall occur no more than once per month for work
I completed by the Contractor. Payment is based on an estimate of the total amount
and value of work completed minus 5% retainage. It is not the City's policy to pay
for materials and equipment stored or furnishings fabricated off site. ,
I The 5% retainage will be released 31 days after the project is accepted by the City
Council, provided no claims against the project have been filed within 30 days of
I project acceptance. Chapter 573 of the Code of Iowa will govern the release of
retainage and resolution of claims. I
1 I
I 01025-1 I
" ,
I
- - - -- -
R I
0
3.02 BID ITEMS: I
A GENERAL I
The following subsections describe the measurement of and payment for the work
to be done under the items listed in the FORM OF PROPOSAL.
Each unit or lump sum price stated shall constitute full payment as herein specified I
for each item of work completed in accordance with the drawings and
specifications, including clean up. I
It is the Contractor's responsibility to identify the locations of public and private
utilities. No additional compensation will be made for any interference or delay I
caused by the placement and/or relocation of said utilities. No additional
compensation will be made for repair costs to fix damage caused by the Contractor
or his/her Subcontractors. I
Work associated with existing items on private and/or public property that are to be
protected, removed, relocated, replaced, reinstalled or modified is considered I
incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing
items damaged or unsuitable for relocation or reinstallation will be replaced with
like item and painted, if necessary, at the Contractor's expense. I
All trees and shrubs shall remain and be protected from damage unless specifically
noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as I
otherwise directed by the Engineer. The prices for those items which may have
any impact on existing trees and shrubs shall include compensation for speCial
precautionary measures required to prevent injury or damage to said tree, shrub or I
root system.
The prices for those items which involve grading or excavation shall include
compensation for top soil removal and replacement (unless it is listed as an item in I
the FORM OF PROPOSAL), disposal of surplus excavated material, handling
water, installation of all necessary sheeting, bracing and temporary fencing around
all open excavations and supply, placement and compaction of specified backfill. I
The prices for those items which involve surface removal adjacent to buildings or
vaults shall include compensation to protect exposed surfaces from water which I
may leak or seep into vaults and/or basements.
All labor, materials and equipment required to bring surfaces to the proper I
elevation and density including loading, hauling, and disposal of unsuitable
material, below grade excavation, borrow and hauling, placing, forming, drying,
watering and compaction of fill material, and all such work as may be required to I
make the grading work complete with a uniform surface free of rock, broken
concrete, tree roots, limbs and other debris is incidental to this project unless it is
listed as an item in the FORM OF PROPOSAL. I
The Contractor must pay for all parking permit fees, meter hoods, lot and ramp
fees, and parking tickets. The Contractor must figure these costs into their bid I
01025-2
I I
I
I prices. The City will not waive parking fees or fines. Permits paid for by the
I Contractor will be issued only for construction vehicles, not personal vehicles.
The Contractor shall be responsible for continuous cleaning of mud and debris off
adjacent driveways, streets, sidewalks and private property, when mud and debris
I is deposited there as a result of any construction activity. The cost of clean y.e shall
be incidental. ~
'B-
I B. BID ITEM DESCRIPTIONS
./-
1. Mobilization, LS '~Y' ,
I --"-0'
- '"
The unit price of this item will be paid based upon the percent 'i~~)Ae
completed project. This shall include bonds, retainage, the plar:ining,
I organization and assembling of all labor, material and equipment on-siiF as
necessary for the construction of the project. Also included is the set-up of
office and sanitary facilities, storage areas, barriers and barricades. The unit
I price shall include demobilization which consists of removal of all labor,
materials and equipment from the site.
2. Miscellaneous Demolition and Removal, LS
I
The unit price for this item includes the demolition and removal off site of PCC
walks and steps, ACC Pavement, playground equipment, picnic shelter and
I PCC paving, safety surface and edging, existing aggregate trail and RCP
pipes, all as shown on the plans. This shall also include full depth saw cutting
and removal of PCC and HMA pavement.
I 3. Clearing and Grubbing, LS
I The lump sum price for this item includes all work required to cut, remove and
dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs,
vegetation, rubbish and fence within the construction limits as shown on the
I plans and/or as directed by the Engineer.
4. Earthwork/Grading, CY
I The unit price for this item will be paid based on the plan quantity for 550
cubic yards of on site earthwork. Included with this item is all the work
I required to bring the site to the proper subgrade elevations and density all
PCC paving, aggregate trail, playground areas and the final grading of the
site. Also included is the excavation of the new channel and backfilling of
I existing channel. All earthen material shall be graded on site and shall not be
hauled off site. Topsoil shall be stripped I stockpiled I and respread in areas of ,
fill. Also included is hauling, placing, forming, drying, watering and compaction /
I of fill material. There will be no payment for overhaul.
5. Subgrade Repair, CY
I The unit price for this item will be paid based on the cubic yards of unsuitable
('
,
>
I 01025-3 '\
-
-
I
.'. .",' , - ., ".' ~-' , '. , ;';',-. .," ":~~:r\'
. :.. ..... ' .. . .; I
material repaired and includes removalimd disposal of unsuitable material
and supply, placement and compaction of Class A Roadstone. This item shall
be used'only at the direction of the Engineer. Measured quantity may vary I
with no unit price adjustment. AcceR!Flble subgrades which bepg.mll
unsuitable due to the Contractor's sequence of operations shall be repaired at
no expense to the Owner. I
<>
0: Imported Earthen Fill, CY
The unit price for this item will be paid based on the cubic yards of earthen I
material that is furnished, placed and graded as required to bring the site to
the-oproposed grades shown on the plans. This shall include supplying,
hauling, dumping, placement, compaction and grading of approved earthen I
material.
7. Imported Topsoil, CY I
The unit price for this item will be paid based on the cubic yards of topsoil
furnished and placed on-site. This shall include supplying, hauling, dumping, I
placement and grading of topsoil on site as directed by the Engineer.
8. Class 0 Revetment Stone, TON I
The unit price for this item will be paid based on the number of tons of stone
placed as shown on the plans and as directed by the Engineer. All stone shall I
be placed on engineering fabric which shall be considered incidental to the bid
item. Also included is excavation, subgrade preparation and shaping, supply
and placement of engineering fabric and rock, and prOVisions to keep rock I
from being contaminated with soil during subsequent construction activities.
Crest stone shall be hand selected from the Class 0 stone and placed in the
weir.
9 - 11. RCP Culverts and Pipes, LF I
The unit prices for these items will be paid based on the number of linear feet I
installed. Length will be measured for each size and type of pipe along the
pipe center line. Measurement shall exclude aprons.
The following items shall be considered incidental unless they are included I
with other items listed in the FORM OF PROPOSAL:
a. Trench excavation including furnishing necessary equipment. I
b. Trench boxes required for safety and to minimize disturbance to I
features to be saved.
c. Exploratory digging required to determine location of existing structures I
or potential conflicts.
d. Furnishing pipe, tees, fittings, joint materials, and appurtenances. I
I 01025-4 I
I
I
II e. Supply, placement and compaction of specified pipe bedding material
and standard or select material within the pipe envelope.
II f. Supply, placement and compaction of standard backfill and granular
backfill material. Granular backfill material shall be used in trenches
under or within 5 feet of pavement or as otherwise indicated or
I I specified on the plans and by the Engineer.
g. Dewatering trenches and excavations for pipe, intakes, manholes and
associated structures including furnishing pumps, piping, well points,
I etc., as required.
h. Temporary connections, piping, and pumping for bypassing se~age
I flows as required to construct pipe and associated structures. '%
-" er-
a <--.
i. Frost excavation, frost ripping, frost blankets, or toh1;r 0lctivitres ~
associated with cold weather. 7_2 ~ ,
I \n\
"-'-' ) I'
:..-.;":---
j. Testing of sewers as required. ~\-\"\ V
.~
I k. Temporary support of existing utility mains and service lines. o?:-
/
.~
,,-
7
I. Repair or replacement of utility services damaged by Contractor.
I m. Permanent connections and stubs with caps for sump pump, drainage,
and field tiles of various sizes, including backfill as speCified by the
I Engineer.
12-13. Aprons, EA
I The unit prices for these items will be paid based on the number installed for
each size and type and includes excavation, shaping of subgrade and
I hardware. Apron guards shall be installed on all upstream aprons and shall be
considered incidental to the unit price. The last two pipe joints before the
apron shall be tied and is incidental to this item.
I 14. 4"0 Subdrain, LF
I The unit price for longitudinal subdrain will be paid based on the number of
linear feet placed.
I Included with these items is trenching, disposal of excess excavated material, #-
furnishing and placing blind ends, elbows, tees, and C.M.P. outlets with rodent ~?
guard, special connections, drilling or forming into drainage facilities,
I furnishing and placing porous backfill, and finishing the surface as directed by
Engineer.
I
I 01025-5 \,
\
I
15. 1"0 Water Service Line, LF I
The unit prices for construction of water services will be paid based on the I
number of linear feet of each size and type installed. Length will be measured
along the pipe centerline with no deductions for fittings.
The following items shall be considered incidental unless they are included I
with other items listed in the FORM OF PROPOSAL. Reference Section
02665, Part 2.01 and Part 3.03 for City provided parts and services. I
a. Furnishing and installing pipe, joint materials and fittings.
b. Furnishing and installing tapping sleeves, corporation cocks, tapping
0 services, curb shut-off valves and boxes, couplings for connections to I
existing water services, and removal of abandoned service valve boxes.
c. All trench, mole, exploratory, and hand excavation. I
."g. Supply, placement and compaction of specified pipe bedding material
and standard or select material within the pipe envelope. I
e. Supply, placement and compaction of standard backfill and granular
backfill material. I
f. Dewatering trenches including furnishing pumps, piping, well points,
etc., as required. I
g. Temporary plugs or connections, to provide full pressure water service
as necessary. I
h. Frost excavation, frost ripping, frost blankets, or other activities
associated with cold weather. I
i. Testing and disinfection of water mains and water services as required.
j. Dechlorination of flushed water entering storm sewer system. I
k. Temporary support of existing utility mains and service lines. I
I. Repair or replacement of utility services damaged by Contractor.
m. Protection of existing valves so they are fully operational and accessible I
during construction.
Relocate Yard Hydrant, EA I
The unit price for this item will be paid based on the number of yard hydrants
that are relocated. This shall include excavation, plugging of existing service I
line, disconnection, removal and installation of yard hydrant. Connection to
new service line, furnishing and placing backfill material, and the flushing and
I
01025-6 I
- - ---
- ------
I
I testing of hydrant.
I 17-18. Portland Cement Pavement, SY
The unit prices for these items will be paid based on the number of square
I yards of Portland Cement concrete trails, and shelter pads constructed at the
specified widths, thicknesses and mix designs. Also included with these items
is excavation to place forms and pavement at required elevations, supply,
I placement and compaction of subgrade material under trails and shelter pads,
forming, supply, placement and finishing of concrete, special concrete mixes,
reinforcement, curing, jointing and joint sealing, grading to establish a uniform
I grade and backfilling at trail edges and shelter pad edges and parking lot
edges. Includes boxouts for six (6) shelter footings. rc'
~
""
Aggregate durability class for all P.C. Concrete paving shall be s3. 'eo
I .C~ --
'- --I '
- .~
. ./ i' ........
19. Park Sign, EA 0 '_.
i ::::\0. ,
, I The unit price for this item will be paid based on the number of signiiAslal ef ~
I where shown on the plans. This shall include excavation, reinforcenr~t~t> (f:.
foundation forming, backfilling and compaction and disposal of al~x SS-O
I material, fumishing and installing limestone sign as shown on the plan?'
20. Concrete Pavers, SF
I The unit prices for these items will be paid based on the number of square
feet installed as shown on the project plans and as directed by the Engineer.
I Work includes furnishing new concrete pavers, subgrade preparation and
compaction, subgrade treatments, P.C.C. base, bituminous setting bed, joint
fill, expansion material with sealant, cutting and placement of brick paving and
I removal of excess material.
21-22. Handrail, LF
, I The unit price will be paid based on the linear feet of railing installed as shown
on the plans. This shall include all labor, material and equipment to fabricate,
I furnish and install handrail, priming and finish painting, shimming, and
anchorage of rail to trail.
I 23. Limestone Seat Wall, TON
I The unit price for this item will be paid based upon the number of tons of
stone seat wall constructed. Included in this item is all site preparation (strip
I sod and topsoil) earthwork, subgrade compaction, drainage stone and drain
tile, placing limestone, leveling and backfilling crevices with gravel. Work ..
includes providing all materials and labor to construct the seat wall as shown '
I on the plans.
I
,f
t
I 01025-7 \
-------------------------------------- -------
II
24. Timber Seat Wall, SF I
The unit price for this item will be paid based upon the square foot (SF) of 6' x I
6' timber retaining wall constructed above and below grade. Included in this
work item is all the site preparation (strip sod and strip topsoil), earthwork and
grading, bedding material, subgrade compaction, drain tile, granular drainage, I
treated wood timbers and all fasteners. This includes all materials and labor to
construct the timber wall complete as shown on the plans.
25. Limestone Boulders, TON I
< The unit price will be paid for providing all materials and labor to furnish, haul
and install the boulders as shown on the plans. This includes all site I
preparation, adjusting, final placement of stone as directed by Owner's
4 representative, and backfilling and finish grading as required.
26. Limestone Trail, TON I
The unit price for this item will be paid based on the tonnage of limestone
installed for the limestone trail. This shall include grading, subgrade I
preparation and compaction, furnish and installation of limestone, compaction
of limestone, backfilling along edges of trail and removal of excess material.
The installation of water bars shall be included in this unit price. I
27. Relocate Grill, EA
This unit price will be paid based on providing all materials and labor to I
relocate the grill as shown on the plans. This includes cutting grill support at
concrete base, removing and backfilling hole, fabricating and installing sleeve I
onto grill base, mounting grill into ground and backfilling with concrete.
28. Safety Surface Edging, LF I
The unit price will be paid based on the linear feet of safety edge installed.
This shall include excavation, preparation of bedding, furnish and install I
edging material and backfilling along the edges.
29. Safety Surface Materials, SY
The unit price shall be paid based on the square yards of safety surface I
material installed at locations indicated on the plans or as directed by the
Engineer. This shall include subgrade preparation and compaction, pea gravel I
base, filter fabric, and installation of safety surface material. Owner will
provide safety surface material to site for contractor to install.
Silt Fence, LF I
The unit price for silt fence will be paid based on the linear feet installed as I
directed by the Engineer and includes installation, maintenance and removal
upon establishment of ground cover. Silt fence installed to protect areas
disturbed by careless actions of the Contractor shall be at the Contractor's I
01025-8 I
I '~ ~
~ (
I n f/ ",.\/)
expense. ~ ./ <-
31-32. C),r.> {
I Matting, SY /)-' .X) -'
'~~ /0
I The unit price for matting shall be paid based on the squar y~Of actual
I area covered and includes supply and placement of specifi Cl mate ai, anchor
slots, junction slots, check slots, terminal folds, lap joints and maintenance.
Matting installed to protect areas disturbed by careless actions of the
I Contractor shall be at the Contractor's expense.
33. Landscape Planting Package, LS
I The lump sum price for this item includes supplying, removal of excavated
material, installation of plant materials, mulch and watering and a one year
I warranty. The price shall be based on the plant schedule as indicated in the
plans. The Contractor shall furnish a unit price breakdown for each type and
size of plant material listed. Final location of plants to be directed by the
Engineer.
I 34. Final Grade I Seed I Mulch, SY
I The unit price for this item will be paid based on the square yards seeded,
fertilized, and mulched and includes preparation of seed bed, supply and
application of seed, fertilizer, mulch, and water, and all upkeep as specified,
I including a one-year guarantee. No distinction in unit price shall be made for
various seed mixtures specified.
Only disturbed areas not replaced with pavement shall be seeded unless
I noted on the plans or directed by the Engineer.
35. Construction Fence, LF
I The unit price for this item will be paid based on the linear feet of construction
fence as required to protect the project site. This shall include supply,
I placement and removal of construction fence.
36. Construction Staking (Allowance), LS
I The lump sum price for this item will be paid based on the percent complete of
the project. This includes all costs associated with the site layout and
I construction staking. See Construction Staking Specification section for
Scope of Staking Services.
I 37. Traffic Control, LS
The lump sum price for this item will be paid based on the cost of providing
I safety fence, cones, barricades, signage, and/or flaggers that may need to be
used to protect the publiC from construction operations. Also included are
sidewalk closed signs.
I END OF SECTION
I 01025-9
I
I SECTION 01300
I SUBMITTALS AND SUBSTITUTIONS
PART 1.00 GENERAL
I 1.1 DESCRIPTION:
A. To ensure that the specified products are furnished and installed in accordance with
I the design intent, procedures have been established for advance submittal of design
data and for its review and approval or rejection by the Engineer.
I B. Construction Schedule: Within two weeks after award of contract, the Contractor
shall submit to the Engineer four copies of a construction progress schedule showing
the dates on which he anticipates starling and completing the various phases of the
I work. Cooperate with the Owner's Representative.
1.2 SUBMITTALS:
I A. Shop Drawings and Samples: Shop Drawings for all equipment and materials.
Samples for masonry block, floor covering and paint.
I B. Submittal Schedule:
Submittals required by the various Sections of the Specifications.
I . 1.3 SUBSTITUTIONS:
A. In general, no substitutions will be allowed. The Contract is based on the materials,
I equipment and methods described in the Contract Documents.
B. Substitutions will be considered only when one of the specified materials, equipment
I or methods cannot be supplied at all or in time for completion of the Project on
schedule; in which instance the Engineer will consider proposals for substitution of
materials, equipment, and methods only when such proposals are accompanied by
I full and complete technical data and all other information required by the Engineer to
evaluate the proposed substitution.
END OF SECTION
I
I
I
I
I
I 01300-1
I. --- ----
.
SECTION 01310
. PROGRESS AND SCHEDULES
. PART 1 - GENERAL
1.01 SUMMARY'
I A. Prepare, submit and update as necessary a schedule of the work.
B. Time is of the essence. Minimizing inconvenience, disruption and duration of
I disruption to residences and businesses is a high priority. Scheduling of work shall
be planned with this in mind.
I 1.02 SUBMITTALS:
A. The Contractor shall submit prior to the Pre-Construction meeting a detailed
I I schedule of the proposed work with the controlling operation identified. The
schedule shall include proposed dates and durations of street closings. Work may
not begin until the schedule is approved by the Engineer.
I B. The Contractor shall submit updated construction schedules at two week intervals
throughout the project.
I PART 2 - PRODUCTS
I None.
PART 3 - EXECUTION
I 3.01 MEETINGS PRIOR TO CONSTRUCTION:
I A. A Pre-Bid meeting will be held on August 17, 2006, at 2:00 p.m. at Civic Center,
410 East Washington Street, Iowa City, Iowa.
B. A Pre-Construction meeting will be held prior to beginning work.
I
3.02 PROGRESS OF WORK:
I A. All work shall be completed by November 13, 2006. Work will be limited to 45
working days. Saturdays will not be counted ,as working days. The specified start
date is September 18. 2006 . Liquidated damages of $ 200.00 per day will be
I charged on work beyond November 13, 2006.
B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the
I approval of the Engineer, with the exception of saw cutting freshly poured .c/
concrete. '.
I C. Work will proceed in a well organized and continuous manner to minimize the
,
II 01310-1 ..
"
n I
disruption to the general public (both pedestrian and vehicular) and the local I
businesses and residents. Access to businesses and residences shall be
maintained at all times. I
D. Construction will proceed in phases. The particular phasing sequence is outlined
in the pl;Pject plans. Prior to advancing to the next phase or sub-phase, the I
existing phase or sub-phase shall be sufficiently complete to allow reopening to the
public, as determined by the Engineer.
E. Restoration activities such as pavement replacement will follow closely behind the I
work even if multiple mobilizations are necessary.
F. The Contractor will become an active partner with the City in communicating with I
and providing information to concerned residents and businesses.
G. Work will be staged to minimize the length of time parking spaces and parking I
revenue are lost.
3.03 COORDINA TlON WITH UTILITIES AND RAILROADS: I
A. It is anticipated that many utility conflicts will occur which cannot be taken care of
ahead of time. The Contractor shall work closely with the utility companies to aid in I
these relocations to keep the project on schedule.
B. The Railroads will provide all labor, materials and equipment for railroad facility I
removal, excavation, disposal, sub-drainage. ballast, sub-ballast and trackage
renewal.
C. The Railroads have certain time limitations on when the above mentioned work I
must take place. It shall be the Contractor's responsibility to coordinate and be
available to meet the Railroads' schedule. Any costs associated with train
rerouting due to circumstances caused by the Contractor shall be at the expense I
of the Contractor.
END OF SECTION I
I
I
I
I
~. :"'1 I
., ^
,
~.(/ 01310-2 I
I
I
I SECTION 01570
I TRAFFIC CONTROL AND CONSTRUCTION FACILITIES
PART 1 - GENERAL
I 1.01 SUMMARY'
A. Furnish, install and maintain traffic control and construction facilities r quired for
I the work. Remove when work is completed.
1.02 REFERENCES:
I A. lOOT Standard Specifications.
I B. U.S. Department of Transportation Federal Highway Administration "Manual on
Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as
revised.
I C. Traffic Control Notes on project plans.
I 1.03 SUBMITTALS:
A. Submit a traffic control plan for all activities requiring traffic control not specifically
I addressed by the project plans.
PART 2 - PRODUCTS
I 2.01 MA TERIALS:
I A. Traffic control devices may be new or used, but must meet the requirements of the
lOOT Standard Specifications.
I ,B. All construction fence shall be new and securely fastened to approved posts and
installed as directed by the Engineer.
2.02 EQUIPMENT:
I "
A. Portable generators may not be used to power traffic control devices within 300
I feet of residential dwellings, including apartments, between the hours of 10:00 p.m.
and 7:00 a.m. /'
PART 3 - EXECUTION
I 3.01 TECHNIQUES;
..
I A. Except as amended in this document, the work in this section will c6nform with the
following divisions and sections of the lOOT Standard Specifications:
I .~
I 01570-1
I
,
II
? I
Division 11. General Requirements and Covenants.
Section 1107.09. Barricades and Waming Signs.
Division 25. Miscellaneous Construction. I
Section 2528. Traffic Control.
3.02 NO PARKING SIGNS: I
A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles
ahead of scheduled work. The Contractor is responsible for installation and I
maintenance of the signs 48 hours in advance of when the vehicles must be
removed.
3.03 MAINTENANCE OF FACILITIES: I
A. The Contractor shall monitor the condition of traffic control and construction I
facilities at all times, including non-work hours. Repair, replace and maintain as
necessary.
B. Pedestrian access to homes and businesses shall be maintained at all times. I
, Temporary gravel surfaces shall be provided as directed by the Engineer.
I 3.04 EXCA VA TlONS: I
I
I A. All excavations shall be fenced.
I
3.05 ADDITIONAL FACILITIES:
A. All signs, barricades and fences within and beyond the project area deemed I
appropriate by the Engineer shall be the responsibility of the Contractor.
END OF SECTION I
I
J;. I
I
. It _/
'? '\ \{//.
,', ","v
. , ,
.. _/ I'.
[) </~ I
.. '\./, . . "-j/
\.., .
/":' .,
;',/ "",
'v '.:' I
,
I
01570-2 I
I
I SECTION 01640
I PRODUCT HANDLING
,I PART 1 - GENERAL
1.1 DESCRIPTION
I A. Work included: Protect products scheduled for use in the Work by means including,
but not necessarily limited to, those described in this Section.
I B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
I limited to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
2. Additional procedures also may be prescribed in other Sections of these
I Specifications.
1.2 QUALITY ASSURANCE
I A. Include within the Contractor's quality assurance program such procedures as are
required to assure full protection of work and materials.
I 1.3 MANUFACTURERS' RECOMMENDATIONS
A. Except as otherwise approved by the Engineer, determine and comply with
I manufacturers' recommendations on product handling, storage, and protection.
1.4 PACKAGING
I A. Deliver products to the job site in their manufacturers' original containers, with labels
intact and legible.
I 1. Maintain packaged materials with seals unbroken and labels intact until time
of use.
2. Promptly remove damaged material and unsuitable items from the job site,
I and promptly replace with material meeting the specified requirements, at no .;r'
additional cost to the Owner.
I B. The Engineer may reject as non-complying such material and products that do not
bear identification satisfactory to the Engineer as to manufacturer, grade, .quality,
and other pertinent information.
,
I 1.5 PROTECTION t'. f
'.
I A. Protect finished surfaces, including jambs and soffits of openings used as
passageways, through which equipment and materials are handled.
B. Provide protection for finished floor surfaces in traffic areas prior to allowing
I
I 01640 - 1
" I
equipment Qf materials to be moved over such surfaces. I
C. Maintain finished surfaces clean, unmarred, and suitably protected until accepted by I
the Owner.
D. All stored equipment shall be protected from the weather conditions and construction
debris with a protective covering securely tied in place. I
E. All electrical equipment, motors, controls, switchgear and any equipment which may
be subject to damage by moisture or dust shall be stored indoors and protected with I
covering until the time the equipment is to be installed in the building.
F. All installed equipment shall be protected from moisture and dust until the Owner I
accepts responsibility through the Certificate of Substantial Completion.
1.6 REPAIRS AND REPLACEMENTS
A. In event of damage, promptly make replacements and repairs to the approval of the I
Engineer and at no additional cost to the Owner.
B. Additional time required to secure replacements and to make repairs will not be I
considered by the Engineer to justify an extension in the Contract Time of
Completion. I
END OF SECTION
I
I
I
{. I
,
I
c-. <"...... I
V
--:/
V .
.~ I
I
01640-2 I
I
.-
I
I
I
I
I
I
I
I DIVISION 2
I SITE WORK
I
I
I
I
I
I
I
I
I
I
I
I SECTION 02015
CONSTRUCTION STAKING
I PART 1 - GENERAL
I 1.01 RELATED DOCUMENTS
A. The other Contract Documents complement the requirements of this section.
I 1.02 REQUIREMENTS
I A. Construction staking for the site construction will be provided and paid for by the
Contractor. Staking must be completed under the direct supervision and
responsible charge of a Professional Land Surveyor licensed in the State of
I Iowa.
B. Construction staking shall be performed by the Owner's Engineer (Shoemaker
I & Haaland Professional Engineers) and shall be paid for the Contractor under
the Bid Price (Allowance) shown on the Bid Form. Should any additional
staking beyond the scope of work defined below be required, the Contractor
I shall make arrangements with the Owner's Engineer and pay the costs of any
additional staking. Construction staking will be provided on a one-time basis. It
shall be the responsibility of the Contractor to protect all survey stakes once
I they have been established. All re-staking and staking of additional items for
Contractor use shall be done at a rate of $11 O/hr.
C. The Contractor shall provide a minimum of 48-hour advance notice to the
I Owner's Engineer for all staking requirements.
D. Scope of Work:
I 1. Set rough grade stakes for trails, playground area and shelter pad.
2. Set stakes for retaining wall.
3. Set paving stakes for trail and shelter pad.
I 4. Set stakes for ditch re-alignment.
5. Set stakes for culverts.
I PART 2 - PRODUCTS
I Not Used
PART 3 - EXECUTION
I Not Used
END OF SECTION
I
I
02015-1
I
-- ----...--
I
I SECTION 02050
I DEMOLITIONS, REMOVALS AND ABANDONMENTS
I PART 1 - GENERAL
1.01 SUMMARY:
I A. Furnish labor. materials. tools and equipment to remove existing paved surfaces
as indicated and specified.
I B. Fumish labor, materials, tools and equipment to remove existing storm sewer
pipes, sanitary sewer pipes. intakes, and drainage structures as indicated and
I specified.
1.02 REFERENCES:
I A. lOOT Standard Specifications.
1.03 QUALITY ASSURANCE:
I
A. Disposal sites shall comply with all applicable Iowa Department of Natural
I Resources and United States Environmental Protection Agency regulations.
B. Comply with all state and local ordinances pertaining to hauling and disposal of
rubbish, broken concrete, asphalt, stone. bricks, castings. and other waste or
I debris resulting from work on the project. ~,.
1.04 SUBMITTALS:
I A. Locations of disposal sites. ..
I PART 2 - PRODUCTS -
I
'.
2.01 MA TERIALS:
I A. Granular backfill material shall consist of Class A Crushed Stone. lOOT Standard .~
Specification Section 4120.04 and Section 4109. Gradation No. 11.
I B. Explosives shall not be used for demolition.
I PART 3 - EXECUTION
3.01 TECHNIQUES:
I A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the lOOT Standard Specifications:
I
02050-1
I
I
Division 24. Structures. I
f Section 2401. Removal of Existing Structures.
Division 25. Miscellaneous Construction. I
Section 2510. Removal of Old Pavement.
Section 2511. Removal and Construction of Portland Cement Concrete
Sidewalks. I
Section 2515. Removal and Construction of Paved Driveways.
Section 2516. Removal and Construction of Retaining Walls and Steps.
3.02 INSPECTION: I
A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the I
right to revise demolition limits if required by the nature of construction.
3.03 PROCEDURES: I
A. Utilities
1. Notify all corporations, companies, individuals and state or local authorities I
owning pipelines, water lines, gas mains, buried and overhead electric
facilities, telephone, cable television, fiber optic, and other public or private I
utilities shown on the drawings or otherwise known or discovered to be in
the project area.
2. When active utilities are encountered, promptly take necessary measures I
to support and protect said utilities and maintain them in service.
/-. 3. If active utilities are damaged or interrupted as a result of work on the I
project, take appropriate measures to restore service immediately.
Restoration of utility services under these circumstances shall be at the
~ Contractor's expense. I
( .
-'
\,) 4. Active utilities shown on the drawings to be relocated, or which require
relocation due to unforeseen circumstances or conditions, shall be I
relocated in accordance with instructions from the Engineer. Generally, the
respective utility owners shall be responsible to perform relocation work for I
their facilities. The Contractor shall cooperate with these efforts in every I :
reasonable way and shall not be entitled to additional compensation for
delays resulting from such relocations. I
B. Site Protection Measures I
1. Refer to Traffic Control Sheets for details. I
2. Barricade and fence open excavations or depressions resulting from work
during non-working hours and when not working in immediate area. I
Provide suitable warning devices adjacent to excavations and work areas.
3. Warning devices shall be kept operational during all non-working and non- I,
02050-2
I
I
I active periods.
I C. Disposals
1. No material or debris shall be buried within the project work area. All
II unsuitable material resulting from demolitions and removals shall be hauled
to and disposed of at a Contractor-furnished site approved by the Engineer
or to the landfill. The Contractor shall pay the current tipping fee at the
landfill.
I 3.04 DEMOLITION AND REMOVALS:
I A. Pavement and Sidewalk Removals
1. Removal shall be to the limits noted on the plans or as directed by the
I Engineer.
Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete
2.
I pavements, driveways, alleys, parking lots, and sidewalks. Removal of
chip seal or aggregate surfaces is not considered pavement removal.
I 3. Sawcuts shall be approved by the Engineer.
4. Removal operations shall conform to construction phasing noted on the
I plans or as directed by the Engineer.
END OF SECTION
I ,..~
~
'-- --II
I '?=' -:::;;:.
\"",
,-.'
::::::'-I- e'
I .cz.1(Q ,-..J
_"J ~
O~
,~ .'
z -
I y- o
I
I
I
I
02050-3
I
I
I SECTION 02100
I SITE PREPARATION
I PART 1 - GENERAL
,
1.01 SUMMARY:
I A. Fumish labor, material, tools and equipment to prepare site as indicated and
specified.
I 1.02 REFERENCES:
I I A. lOOT Standard Specifications.
, I PART 2.. PRODUCTS
None.
I PART 3 - EXECUTION
I 3.01 TECHNIQUES;
A. Except as amended in this document, the work in this section will conform with the
I following divisions and sections of the lOOT Standard Specifications:
Division 21. Earthwork, Subgrades and Subbases.
I Section 2101. Clearing and Grubbing.
3.02 EXISTING TREES, SHRUBS AND VEGETA TlON:
I A. All trees, shrubs and vegetation with the construction limits shall remain and be
protected from damage unless specifically noted as "REMOVE" or "CLEAR AND
I GRUB" on the plans or as directed by the Engineer.
..-
B. No construction materials and/or equipment are to be stored, piled, or parked
I within the trees' drip line.
C. Contractor is responsible for damage outside the limits of construction, and for
I trees, shrubs and vegetation not designated for removal. The Contractor's liability
for tree and shrub damage will be based on the appraised value, noUeplacement
,
value, and shall include the cost of appraisal by a qualified arborist.
I 3.03 EXISTING STRUCTURES AND PROPERTY: ..
I A. Remove existing signs and posts within the construction area as directed by the
I 02100-1
--
I
Engineer. All permanent traffic signs will be removed, stored, and replaced by the I
City of Iowa City. Contractor shall provide 48 hour minimum advance notice for
sign removal and for sign replacement. Permanent signs will be replaced prior to I
concrete pours.
B. Move mailboxes to a location approved by the Engineer prior to closing road.
Salvage and store any unique supports for mailboxes. Restore mailboxes and I
their supports to their prior location and condition when road is reopened.
3.04 EXISTING UTILITIES: I
A. Contact appropriate utility representative to verify the presence and location of
buried utilities in the construction area. I
3.05 EROSIO/fl CONTROL:
A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion I
Control.
END OF SECTION 1
~ 1
I,
1
1
~'J 1
I
dj,
'/, "
',,, .~> 'J 1
,~. .... - /-
\ /';....::;
"
V....\
../'/ ./'
V ^ 1
,
J
-
I
I
02100-2 1
I
I SECTION 02210
I SITE GRADING
I PART 1 - GENERAL
1.1 DESCRIPTION
I A. Work included: Excavate, backfill, compact, and grade the site to the elevations
shown on the Drawings, as specified herein, and as needed to meet the
I requirements of the construction shown in the Contract Documents.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
I limited to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
I 1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workers who are thoroughly trained and
I experienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this section. "
I B. Use equipment adequate in size, capacity, and numbers to accomplish the work in
a timely manner.
I C. In addition to complying with requirements of governmental agencies' having
jurisdiction, comply with the directions of the Engineer. ~
I D. Comply with requirements of paragraphs 3.1.B and 3.5 of this section. \
I 1.3 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
I 1.4 EXCAVATION DEFINITIONS
A. Roadway excavation is all excavation within the street right-of-way.
I
B. Borrow excavation is all excavation except channel excavation outside of the street
right-of-way for use in roadway construction or borrow area restoration.
I C. Channel excavation consists of removal of material for the channelization of
drainage, not including roadway excavation, and the disposal of the excavated
I material.
D. Unsuitable excavation is any excavated material not suitable for subgrade
I construction.
I 02210 - 1
, ? I
i
E. Stripping, salvaging and spreading topsoil consists of removing topsoil from borrow I
pits, cuts or areas to be covered by embankments, preparation of sod, and
hauling, depositing, and spreading of the topsoil on shoulders, slopes, excavated I
areas, and borrow pits. All weeds, grass and growing crops or other herbaceous
vegetation shall be mowed close to the ground and disposed of as directed by the
Engineer. Sod shall be shredded sufficiently to permit the soil to be easily spread I
in a layer over areas to be covered.
,
F. Overhaul consists of transportation of excavated material from excavation over a
distance in excess of free haul limit specified. If no free haul limit is specified, no I
overhaul is considered.
PART 2 - PRODUCTS I
2.1 CLASSES OF EXCAVATION I
A. Earth excavation shall include all normal earth materials, such as loam, silt,
gumbo, peat, clay, soft shale, sand, and gravel. It shall include fragmentary rock I
or boulders handled in the manner normal to this class of excavation. It shall
..." include any combination of the above described materials and any other material
--- not classified as rock and boulder excavation or unclassified excavation. I
.-
-'
~':B,;: Rock and boulder excavation shall include the actual measured volume of granite,
~<..' ---
'-.--"'0 trap, quartzite, chert, limestone, sandstone, hard shale, or slate in natural ledges or I
-;'..:. /. displaced masses. It shall also include the estimated or measured volume of rock
\) ~-:. fragments or boulders which occur on the surface or in sub-surface deposits mixed
9with earth, sand, or gravel when their size, number, or location prevents them from I
being handled in a manner normal to earth excavation.
C. Unsuitable excavation is any excavated material not suitable for subgrade
construction. I
D. Unclassified excavation shall include all materials not defined in paragraphs A, B,
or C above. The Engineer shall direct the disposition of unclassified materials. I
2.2 MATERIALS
A. Fill and backfill materials: I
1. Provide soil materials free from organic matter and deleterious substances,
containing no rocks or lumps over 6 inches in greatest dimension, and with I
not more than 15% of the rocks or lumps larger than 2-3/8 inches in their
greatest dimension.
2. Fill material is subject to the approval of the Engineer, and is that material I
removed from excavations or imported from off-site borrow areas,
predominantly granular non-expansive soils, free from roots and other
deleterious matter. I
3. Do not permit rocks having a dimension greater than 1 inch in the upper 12
inches of fill or embankment.
4. Cohesionless material used for structural backfill: Provide sand free from I
02210 - 2 I
I
I organic material and other foreign matter, and as approved by the
Engineer.
I 2.3 WEED KILLER
I A. Provide a dry, free-flowing, dust-free chemical compound, soluble in water,
capable of inhibiting growth of vegetation, and approved for use on this work by
governmental agencies having jurisdiction.
I 2.4 TOPSOIL
A. Where and if shown on the Drawings or otherwise required, provide topsoil
I consisting of friable, fertile soil of loamy character, containing an amount of organic
matter normal to the region, capable of sustaining healthy plant life, and
reasonably free from subsoils, roots, heavy or stiff clay, stones larger than 2 inches
I in greatest dimension, noxious weeds, sticks, brush, litter, and other deleterious
matter.
I B. Obtain topsoil from sources within the project limits, or provide imported topsoil
obtained from sources outside the project limits, or from both areas.
I PART 3 - EXECUTION
I 3.1 SURFACE CONDITIONS ~ ~
~\--r\
.-)
A. Examine the areas and conditions under which work of this sectior.i~~\1. be"-
I performed. Correct conditions detrimental to timely and proper completiojof the::'
work. Do not proceed until unsatisfactory conditions are corrected. f
B. Temporary erosion control:
I 1. Within fifteen (15) days after the Notice of Award, the Contractor shall"
submit an erosion control plan detailing the location and description of
structures and/or techniques which will be used on this project. Soil loss
I rate from the proiect site shall be limited to five tons per acres per year.
The Engineer's review of this submittal shall not relieve the Contractor of
any responsibility assumed under this contract. No soil disturbinq
I construction activity shall be started until the erosion control plan is
implemented.
2. This work shall consist of temporary control measures as proposed by the
I Contractor, during the life of the project to control water pollution through
the use of silt ditches, silt dikes, silt basins and bale checks.
3. The temporary pollution control provisions contained herein shall be
I coordinated with permanent erosion control features specified elsewhere in
the contract to the extent practical to assure economical, effective, and
continuous erosion control throughout the construction and post-
I construction period.
4. It is intended that temporary pollution control features be maintained in
appropriate functional condition from initial construction through completion
I of the project.
I 02210-3
-----------
I
3.2 FINISH ELEVATIONS AND LINES I
A. Comply with pertinent provisions of this specification. I
3.3 PROCEDURES
A. Utilities: I
1. Unless shown to be removed, protect active utility lines shown on the
Drawings or otherwise made known to the Contractor prior to excavating. I
If damaged, repair or replace at no additional cost to the Owner.
2. If active utility lines are encountered, and are not shown on the Drawings or
otherwise made known to the Contractor, promptly take necessary steps to
assure that service is not interrupted. I
3. If service is interrupted as a result of work under this section, immediately
restore service by repairing the damaged utility at no additional cost to the
Owner. I
4. If existing utilities are found to interfere with the permanent facilities being
constructed under this section, immediately notify the Engineer and secure
his instructions. I
5. Do not proceed with permanent relocation of utilities until written
. instructions are received from the Engineer.
..."1 Protection of persons and property: I
--
1. Barricade open holes and depressions occurring as part of this work, and
post warning lights on property adjacent to or with public access. I
2. ~ Operate warning lights during hours from dusk to dawn each day and as
otherwise required.
~-## 3. Protect structures, utilities, sidewalks, pavements, and other facilities from
-- I
'0-- ~j damage caused by settlement, lateral movement, washout, and other
. , hazards created by operations under this section.
,
.......j
C. Dewatering: I
1. Remove all water, including rain water, encountered during trench and
substructure work to an approved location by pumps, drains and other I
approved methods.
2. Keep excavations and site construction area free from ponded water.
D. Provide means necessary to prevent dust becoming a nuisance to the public, to I
neighbors, and to other work being performed on or near the site.
E. Maintain access to adjacent areas at all times. I
3.4 EXCAVATING AND CONSTRUCTING OPERATIONS
A. Perform excavating of every class of material encountered within the limits of the I
work to the lines, grades, and elevations indicated and specified herein.
Excavation shall be classified as roadway, borrow, channel, unsuitable, or I
unclassified.
B. Satisfactory excavated materials: I
02210-4 I
---..-
I
I 1. Transport to, and place in, fill or embankment areas within the limits of the
work.
I C. Unsatisfactory excavated materials:
1. Excavate to a distance below grade as directed by the soils engineer, and
I replace with satisfactory materials.
2. Include excavation of unsatisfactory materials, and replacement by
satisfactory materials, as parts of the work of this section.
Q
I D. Surplus materials:. . --"'. ~'" ---(\
1. Dispose of unsatisfactory excavated matenals, and surpl~':i@~1 ~tory ~
I excavated materials, away from the site at disposal areas afraf!9.e d. \.
paid for by the Contractor. 0,~1 \:J
".f ,__(\
E. Excavation of rock: ~ '-0. 1:'
....--.. -:::-<,-' .~
I 1. Where boulders, limestone, granite, or similar material is enc unt61!t&.1md-:::-
where such material can be removed or excavated by conventionl'lyearth
moving or ripping equipment, take required steps to proceed with the
I general grading operations of the work, and remove or excavate such
material by means which will neither cause additional cost to the Owner nor
endanger buildings or structures whether on or off the site.
I 2. Do not use explosives without written permission from the Engineer.
Excavate and backfill in a manner and sequence that will provide proper drainage
F.
I at all times.
G. Ditches and gutters:
I 1. Cut accurately to the cross sections, grades, and elevations shown.
2. Maintain excavations free from detrimental quantities of leaves, sticks,
trash, and other debris until completion of the work.
I 3. Dispose of excavated materials as shown on the Drawings or directed by
the Engineer; but do not encroach on existing or proposed drainage ways.
3.5 EMBANKMENT CONSTRUCTION
I A. Embankments shall be formed of approved select materials from excavation or
borrow. These materials shall be capable of being compacted. The estimated " "
I limits of excavation and borrow required for the embankment are shown on the
plans.
1. Stones or rock fragments which will not pass through a 4 inch diameter ring
I are not to be used in top 12 inches or where fill is less than 2 feet in depth.
2. Acceptable materials to be compacted as specified. i
I B. Construct to line and grade shown on plans.
1. Preparation of site
a) Remove sod and unsuitable material.
I b) If an existing road surface lies with 24 inches or less below and
within embankment area, remove or scarify subgrade to a depth of
6 inches, mix with earth, and re-compact.
I c) Where embankment is to be placed on or against an existing slope,
I 02210-5
I
I
slope shall be plowed, stepped, or scarified as shown on the plans. I
2. Except for rockfills, place materials in layers of not more than 9 inches
loose thickness. I
3. Each layer shall be spread, shaped, and compacted in an approved
manner before placement of new layer.
4. Keep surface sloped to drain.
5. Embankments shall not be constructed on frozen ground, and frozen I
material shall not be used in embankment construction.
. I
C: Unless otherwise provided, when the quantity of material required for
embankments is not available within the limits of the cross-sections as indicated on
the plans, the Contractor shall make up the deficiency from borrow pits or other
approved sources, provided by the Owner or Contractor as specified. I
3.6 WATER COURSES, SEWERS, DRAINS, AND THEIR APPURTENANCES
b I
A. Contractors shall provide for flow in water courses, flumes, drains, sewers, etc.,
disturbed during performance of the work.
S. Remove and dispose of all offensive matter. I
C. Reconstruct or reconnect as necessary to keep facilities in service. I
3.7 COMPACTING
A. Control soil compaction during construction to provide the specified percentage of I
density for each area as determined according to ASTM D-698 (Standard Proctor
Density). In general, fill materials will be placed in loose layers of approximately 9 I
inch thickness.
B. Provide not less than the following maximum density of soil material compacted at
the optimum moisture content or just below for the actual density of each layer of I
/.: soil material in place, and as approved by the Engineer.
....0 . . 1. Structures:
~ - I I
... ..- a) Compact the top 8 inches of subgrade and each layer of fill material
.;.- or backfill material at 95% of maximum density.
-- ' -,.-
C,) 2. Lawn and unpaved areas:
a) Compact each layer of fill material or backfill material at 90% of I
maximum density.
b) Compact the upper 12 inches of filled areas, or natural soils
r'. exposed by excavating, at 85% of maximum density. I
'i.-J 3. Rock Surfacing Areas:
a) Compact the top 8 inches of subgrade and each layer of fill
material or backfill material at 95% of maximum density for I
cohesive soil material.
C. Moisture control: I
1. Where the subgrade or a layer of soil material must be moisture
conditioned before compacting, uniformly apply water to surface of
subgrade or layer of soil material to prevent free water appearing on I
02210-6 I
I
II
I surface during or subsequent to compacting operations.
2. Remove and replace, or scarify and air dry, soil material that is too wet to
I permit compacting to the specified density.
3. Soil material that has been removed because it is too wet to permit
compacting may be stockpiled or spread and allowed to dry. Assist drying
I by discing, harrowing, or pulverizing until moisture content is reduced to a
satisfactory value as determined by moisture-density relation tests
approved by the Engineer.
I 3.8 FIELD QUALITY CONTROL
A. Secure the Engineer's inspection and approval of subgrades and fill layers before
I subsequent construction is permitted thereon.
B. Provide at least the following tests to the approval of the Engineer:
I 1. For the final subgrade in gravel areas, at least one field density test for
every 2000 sq. ft. of surfaced area, but not less than three tests;
2. In each compacted fill layer, one field density test for every 2000 sq. ft. of
I paved area, but not less than one test per layer of fill.
C. If, in the Engineer's opinion based on reports of the testing laboratory, subgrade or
I fills which have been placed are below specified density, provide additional
compacting and testing under the provisions of Section 01410 of these
Specifications.
I 3.9 MAINTENANCE
I A. Protection of newly graded areas:
1. Protect newly graded areas from traffic and erosion, and keep free from
I trash and weeds;
2. Repair and reestablish grades in settled, eroded, and rutted areas to the
I specified tolerances.
B. Where completed compacted areas are disturbed by subsequent construction
operations or adverse weather, scarify the surface, reshape, and compact to the
I required grades and density prior to preceding with further construction.
END OF SECTION
I
I
I
I
I 02210 - 7
I
I SECTION 02220
I EARTH EXCAVATION, BACKFILL, FILL AND GRADING
PART 1 - GENERAL
I 1.01 SUMMARY:
I A. Excavating, placing, stabilizing and compacting earth, including trench and rock
excavation, addition of borrow and backfill, disposal of excavated material, and
topsoil, strip, salvage and spread.
I 1.02 REFERENCES:
I A. IDOT Standard Specifications.
1.03 QUALITY ASSURANCE:
I A. Whenever a percentage of compaction is indicated or specified, use percent of
maximum density at optimum moisture as determined by ASTM D698-91, unless
I noted otherwise.
B. Borrow sites and materials shall be approved by the Engineer prior to use.
I PART 2 - PRODUCTS
I 2.01 MA TERIALS:
A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard
I Specification Section 4120.04 and Section 4109, Gradation No. 11.
I PART 3 - EXECUTION -'-
-
3.01 TECHNIQUES; .
I ~-
~< ,
A. Except as amended in this document, the work in this section will conform'with the.:
following divisions and sections of the IDOT Standard Specifications: ,
I I
Division 21. Earthwork, Subgrades and Subbases.
All sections
I Division 24. Structures.
Section 2402. Excavation for Structures.
I 3.02 TOPSOIL:
I A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration
02220-1
I
I
.
and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity I
of material for placement of a minimum of 9 inches of topsoil for surface
restoration and landscaping. Protect topsoil from mixture with other materials such I
as aggregate and from erosion. Removal of topsoil from the site is not permitted.
3.03 DRAINAGE AND DEWA TERING:
~. Provide and maintain ample means and devices (including spare units kept ready I
for immediate use in case of breakdowns) to intercept and/or remove promptly and
dispose properly of all water entering trenches and other excavations. Keep such I
excavations dry until the structures, pipes, and appurtenances to be built therein
have been completed to such extent that they will not be floated or otherwise
~m~~. I
B. Dispose of all pumped or drained water without undue interference to other work,
or causing damage to pavements, other surfaces, or property. Provide suitable I
temporary pipes, flumes, or channels for water that may flow along or across the
work site.
C. Take all precautions necessary to prevent damage to the work by rain or by water I
entering the site, whether water entry be overland or by groundwater.
3.04 TRENCH EXCAVATION: I
A. General
1. Excavate trench by machinery to, or just below, designated subgrade when I
pipe is to be laid in granular bedding or concrete cradle, provided that I
material remaining at bottom of trench is only slightly disturbed.
,:<_ 2. Do not excavate lower part of trenches by machinery to subgrade when
~ .:.:. pipe is to be laid directly on bottom of trench. Remove last of material to be I
- . _ -', l ~ excavated by use of hand tools, just before placing pipe. Hand shape bell
-: \ .. ~ holes and form a flat or shaped bottom, true to grade, so that pipe will have
.. '0 '0 a uniform and continuous bearing. Support on firm and undisturbed I
- ::. .,'. material between joints, except for limited areas where use of pipe slings
'O-~6 have disturbed bottom.
";,rotection I
1. Barricade and fence open excavations or depressions resulting from work I
during non-working hours and when not working in immediate area.
C. Trench Width I
1. Make pipe trenches as narrow as practicable and safe. Make every effort
to keep sides of trenches firm and undisturbed until backfilling has been I
completed and consolidated.
2. Excavate trenches with vertical sides between elevation of center of pipe I
02220.2 I
I.
. and elevation 1 foot above top of pipe.
. 3. Refer to plans for allowable trench widths within the
various types, sizes and classes of pipe.
I. D. Trench Excavation in Fill
1. Place fill material to final grade or to a minimum height of 6 feet above top
I of pipe when pipe is to be laid in embankment or other recently filled areas.
Take particular care to ensure maximum consolidation of material under
pipe location. Excavate pipe trench as though in undisturbed material.
I E. Excavation Near Existing Structures
1. Discontinue digging by machinery when excavation approaches pipes,
'. conduits, or other underground structures. Continue excavation by use of
hand tools.
I 2. Excavate exploratory pits when location of pipe or other underground
structure is necessary for doing work properly.
I F. Disposal of Unsuitable Soil
1. The Contractor shall notify the Engineer and Iowa Department of Natural
I Resources (DNR) if soil contamination is found or suspected during
excavation.
I 2. Soil disposal and remediation method shall be an option outlined in the
IDOT Construction Manual Section 10.22, and approved by the Iowa DNR
and City. The Contractor is not to proceed with soil removal and
I remediation measures until instructed by the Engineer.
3. Disposal site to be provided by the Contractor and approved by the
I Engineer and Iowa DNR.
4. Contractor is responsible for completing and filing all necessary Federal,
I State and local government agency forms and applications.
G. Care of Vegetation and Property
I ~.~
1. Use excavating machinery and cranes of suitable type and operate with ,A(.
"
care to prevent injury to trees, particularly to overhanging branches and' -
limbs and underground root systems.
I t'
2. All branch, limb, and root cuttings shall be avoided. When required, they,
shall be performed smoothly and neatly without splitting or crushing. Trim ;.
I injured portions by use of a chainsaw or loppers for branches, or an ax t
when working with roots. Do not leave frayed, crushed, or torn edges on
any roots 1" or larger in diameter or on any branches. Frayed edges shall
I be trimmed with a utility knife. Do not use tree paint or wound dressing. If
I 02220-3
I
0
conflicts with large roots and branches are anticipated, notify the Engineer. I
3. No construction materials and/or equipment are to be stored, piled, or I
parked within the trees' drip line.
" 4. Excavators and loaders used on brick surfaces shall be limited to those
" with rubberized tracks or rubber tires. I
5. Do not use or operate tractors, bulldozers, or other equipment on paved
surfaces when treads or wheels can cut or damage such surfaces. I
6. Restore all surfaces which have been damaged by the Contractor's
operations to a condition at least equal to that in which they were found I
before work commenced. Use suitable materials and methods for
restoration.
7. Aerate all grassed and planter areas compacted by construction activities. I
8. Utility lines, including drainage tiles, encountered shall be restored in one of I
the following ways:
a. Repair or otherwise reconnect the utility across trench after trench I
has been backfilled, provided adequate drainage gradient is
maintained, if applicable.
b. Connect drainage tiles to nearest storm sewer. I
The Contractor shall document the location and elevation of any utility lines
encountered. The Contractor shall notify the Engineer whenever a utility is I
encountered and submit the proposed method of restoring the utility for
review and approval.
All utility repairs shall be made prior to backfilling the trench. I
H. Water Services
1. Permanent copper water service lines which are damaged (cut, nicked, Ii
bent, crimped, crushed, etc.) shall be replaced from the water main to the
curb box with new copper service pipe, without any joints. The cost for this I
~"', " work shall be at the Contractor's expense.
/
;
2. In any excavation where existing lead or galvanized iron water services are I
(', , in the excavation or disturbed area, the Contractor shall replace the existing
v', lead or galvanized piping with new 1-inch or larger copper water service
'V.
,
// '. pipe from the water main to the curb box. The Contractor will be paid per I
..- '/1
\..\.... , the applicable bid item. If there is no bid item, the unit price for the
. ,
, .
',~ replacement of the water service shall be negotiated prior to commence-
ment of the work. I
3. When water service is disrupted, the Contractor shall make a reasonable
attempt to restore the service within two hours. II
02220-4 I
I
<; ..
I c ;-
4. Water service pipe shall be type k soft copper.
I 3.05 ROCK EXCA VA nON:
I A. Explosives shall not be used for rock excavation.
I 3.06 BACKFILLING:
A. General
I 1. Do not place frozen materials in backfill or place backfill upon frozen
material. Remove previously frozen material or treat as required before
new backfill is placed.
I B. Backfilling Excavations
I 1. Begin backfilling as soon as practicable and proceed until complete.
2. Material and Compaction
I a. Paved Areas: Under and within 5 feet of paved surfaces, including
streets, sidewalks and driveways, backfill shall be Class A crushed
I stone placed in one foot lifts compacted to 95% Standard Proctor
Density. The top 12 inches directly below paved surfaces shall be
Class A crushed stone compacted to 98% Standard Proctor I
I Density. If under pavement, backfill to bottom of the subgrade. If
not under pavement, backfill to within 12 inches of finished surface.
I b. All other areas: Backfill shall consist of suitable job excavated
material placed in one foot lifts compacted to 90% Standard Proctor
Density. If excavated material is unsuitable, backfill with Class A
I crushed stone to within 12 inches of finished surface.
c. Do not place stone or rock fragment larger than 2 inches within 2
I feet of pipe nor larger than 12 inches in backfill. Do not drop large
masses of backfill material into trench.
C. Backfilling Around Structures
I
1. Do not place backfill against or on structures until they have attained
sufficient strength to support the loads, including construction loads, to -<>
I which they will be subjected. Avoid unequal soil pressure by depositing
material evenly around structure.
--,"
I 2. Backfill shall consist of Class A crushed stone placed in one foot lifts
compacted to 95% Standard Proctor Density unless otherwise indicated or
specified.
I ,
I 02220-5
----- ,
" I
3.07 UNAUTHORIZED EXCAVATION: I
A. When the bottom of any excavation is taken out beyond the limits indicated or
specified, backfill, at Contractor's expense, with Class A crushed stone compacted I
to 95% Standard Proctor Density.
. END OF SECTION I
I
I
I
I
I
I
I
I
I
I '
~
~ I
.., - ..~. -
- . /
. <j
- , I
.' -.
- / .
\;/:5 .q/
I
I
02220-6
I
I
I
SECTION 02270
I SLOPE PROTECTION AND EROSION CONTROL
I PART 1 - GENERAL
I I 1.01 SUMMARY:
A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone,
I and erosion stone.
1.02 REFERENCES:
I A. IDOT Standard Specifications.
B. Iowa Department of Transportation Highway Division "Standard Road Plans
I Manual", latest edition.
1.03 QUALITY ASSURANCE:
I A. Revetment stone and erosion stone shall meet the abrasion and durability
requirements of Section 4130 of the IDOT Standard Specifications.
I B. Engineering Fabrics (geotextile) shall be of a non-woven material and conform to
the requirements of IDOT Engineering Fabric for Embankment Erosion Control.
I 1.04 STORAGE:
I A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight,
not subject to extremes of either hot or cold, and with the manufacturer's protective
cover in place. Receiving, storage, and handling at the job site shall be in
I accordance with the requirements in ASTM D 4873.
PART 2 - PRODUCTS
I 2.01 MA TERIALS:
I A. Except as amended in this document, the materials in this section will conform with
the following divisions and sections of the IDOT Standard Specifications:
I Division 41. Construction Materials.
Section 4169. Erosion Control Materials. /f.~.t!8
Section 4196. Engineering Fabrics.
I -
t!
I ~
.
I 02270-1
1 I
PART 3 - EXECUTION I
3.01 TECHNIQUES: I
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the lOOT Standard Specifications: I
Division 25. Miscellaneous Construction.
Section 2507. Concrete & Stone Revetment.
and the following lOOT Standard Road Plans: I
RC-5 Wood Excelsior Mat I
RC-16 Silt Fence
3.02 SCHEDULE: I
A. Silt fence shall be installed at locations indicated on the plans immediately upon
completion of grading. Wood excelsior mat shall be placed and staked in seeded I
areas of swales immediately following seeding.
3.03 GEOTEXTILE: I
A. Surface Preparation
1. The surface on which the geotextile is to be placed will be graded to the I
neat lines and grades as shown on the plans. The surface will be
reasonably smooth and free of loose rock and clods, holes, depressions, I
projections, muddy conditions and standing or flowing water.
B. Placement
1. Prior to placement of the geotextile, the soil surface will be inspected for I
quality of design and construction. The geotextile will be placed on the I
approved surface at the locations and in accordance with the details shown
on the plans. The geotextile will be unrolled along the placement area and
loosely laid (not stretched) in such a manner that it will conform to the
surface irregularities when material is placed on or against it. The I
geotextile may be folded and overlapped to permit proper placement in the
~L 2. designated area.
The geotextile will be joined by overlapping a minimum of 18 inches (unless I
otherwise specified on the plans or by the manufacturer), and secured
" -'(' against the underlying foundation material. Securing pins, approved and
~ , . ; I
. '-'(' provided by the geotextile manufacturer, shall be placed along the edge of
'u -.) the panel or roll material to adequately hold it in place during installation.
/'
.' -
(~ -(,/'>t, Pins will be steel or fiberglass formed as a "U", "L", or 'T' shape or contain I
, .u<} "ears" to prevent total penetration. Steel washers will be provided on all but
\.....'- ,
~,. ",' the "U" shaped pins. The upstream or up-slope line will be inserted
.--,/ . , .
v 'c' I
02270-2
I
I
,
I through both layers along a line through approximately the midpoint of the
overlap. At horizontal laps and across slope laps, securing pins will be
I inserted through the bottom layer only. Securing pins will be placed along
a line approximately 2 inches in from the edge of the placed geotextile at
intervals not to exceed 12 feet unless otherwise specified. Additional pins
I will be installed as necessary and where appropriate, to prevent slippage or
movement of the geotextile. The use of securing pins will be held to the
minimum necessary. Pins are to be left in place unless otherwise
I specified.
3. Should the geotextile be torn or punctured, or the overlaps disturbed, as
evidenced by visible damage, subgrade pumping, intrusion, or grade
I distortion, the backfill around the damaged or displaced area will be
removed and restored to the original approved condition. The repair will
consist of a patch of the same type of geotextile being used, overlapping
I the existing geotextile. Geotextile panels joined by overlap will have the
patch extend a minimum of 2 feet from the edge of any damaged area.
I 4. The geotextile will not be placed until it can be anchored and protected with
the specified covering within 48 hours or protected from exposure to
ultraviolet light. In no case will material be dropped on uncovered
I geotextile from a height greater than 3 feet.
I END OF SECTION
I
I
I
I
I
I
I
I
I 02270-3
I
I SECTION 02518
I P.C. CONCRETE PAVERS-
BITUMINOUS SETTING BED
I PART 1 - GENERAL
1.01 DESCRIPTION
I A. Provide brick paving as shown and specified. The work includes:
I 1. Mortarless brick paving over a rigid base.
1.02 QUALITY ASSURANCE
I A. Materials and methods of construction shall comply with the following standards:
1. Manufacturer's recommendations.
I 2. Brick Institute of America, (BIA): Technical Notes on Brick Construction.
I 3. American Society for Testing and Materials, (ASTM).
B. Installation: Performed only by skilled workman with satisfactory record of
I performance on completed projects of comparable size and quality.
C. Sample panel: Before starting concrete paving, provide a sample panel using
I materials, patterns, and joints indicated for project work. Build panel at the site of
full thickness and approximately 4' x 4'. Provide the range of color, texture, and
workmanship, proposed for the work. Correct and rebuild sample panel until
I Landscape Architect's acceptance of the work. Retain panel during construction
as a standard for completed paving work.
I 1. The approved sample panel may be a portion of the work and remain in
place. Location as directed by the Landscape Architect.
I 2. Provide a sample panel for each type of concrete paving required.
D. Do not change source or brands of concrete pavers, mortar, or grout material
I during the course of the work.
1.03 SUBMITTALS
I A. Submit manufacturer's product data for each type of concrete paver unit.
1.04 DELIVERY, STORAGE, AND HANDLING .._-4
I A. Protect paving units from damage, chipping, and soiling during delivery and
storage. Store off the ground on pallets or wood platforms. ,
I ( ,
!
I.
02518 - 1 .
I
" II
1.05. PROJECT CONDITIONS I
A. Establish and maintain required levels and grade elevations. Review installation I
procedures and coordinate paving work with other work affected by the paving
work.
"
B. Cold weather: I
1. Protect masonry against freezing when the temperature is 40 degrees F.
and falling. Heat materials and provide temporary protection of completed
portions of masonry work. Comply with the requirements of the I
"Construction and Protection Recommendations for Cold Weather
Masonry Construction" of BIA Technical Notes on Brick Construction.
2. Do not use frozen materials for materials mixed or coated with ice or I
frost. Comply with BIA requirements for masonry units requiring wetting.
3. Do not build on frozen work. Remove and replace concrete pavers I
damaged by frost or freezing.
4. Install bituminous setting beds only over dry, unfrozen subgrade surfaces I
and when air temperature is 40 degrees F. or above.
5. Apply modified asphalt adhesive only over a dry base surface and when a .
temperature is 50 degrees F. or above.
C. Protect partially completed concrete pavers against weather damage when work I
is not in progress.
D. Provide temporary barricades as required for protection of project work and .
public safety.
E. Protect adjacent work from damage, soiling, and staining during paving .
operations.
PART 2 - PRODUCTS I
2.01 CONCRETE PAVERS
A. Concrete Paving Brick: as manufactured by a member of UNI-Group, U.S.A. .
1. Approved suppliers are: I
~.-. a. Borgert Products, Inc.; St. Joseph, MN (320) 363-4671.
b. Barbour Pavers, Inc.; Independence, MO (816) 796-3344.
" /-,
" '1' c. Unilock, inc.; Chicago, IL (708) 892-9191. .
~ , -.. .-
- - . ..../ d. Courtland Industries, Inc.; Courtland, MN (800) 422-0751.
.', . ,
/. .. , '0V e. Hessit Works, Inc.; Freedom, IN (812) 829-6246.
- '" '<-'1 I
<<ej:'Q,.compressive Strength: Greater than 8000 psi.
I
02518 - 2
I
I
I
I C. Water Absorption: Maximum of 5%; ASTM 936 and freeze-thaw testing Pfl!,
Section 8 of ASTM C-67. '2j;,
I O. Style and Size: {~
\
/.
1. Style as specified on the drawings.
I 2. Size as specified on the drawings.
E. Colors:
/
./
I 1. Paver colors as specified on the drawings.
2. All selected paver colors will be standard manufacturer's color.
I F. Paving Patterns: Paver color location and paving patterns as shown on the
drawings.
I G. Concrete Pavers: Holland Stone by Borgert Products, Inc. or approved equal.
H. Concrete pavers, when tested in accordance with ASTM C67, shall show no
I efflorescence. Submit manufacturer's certification of test results.
I. Portland cement: ASTM C150, Type I, natural color.
I J. Bituminous setting bed:
I 1. Asphalt primer: ASTM 02028 cut-back asphalt.
2. Asphalt cement: ASTM 0946, penetration grade 85-100.
I 3. Fine aggregate: ASTM C136, clean hard sand free of adherent coatings,
clay, alkali salts, and organic matter. Uniformly graded from coarse to
I fine and 100% passing #4 sieve.
4. Neoprene-modified asphalt adhesive: 2% neoprene (grade WMI), rt~
.'
I oxidized asphalt, and 10% long fibered asbestos.
..-
5. Mix: Combine dried fine aggregate with hot asphalt cement./H~at the mix
I to approximately 300 degrees F. at an asphalt plant. Apportion each ton
by weight in the approximate ration of 145 Ibs. Asphalt to 1,855 Ibs.
Sand. 0
I PART 3 - EXECUTION
3.01 INSPECTION
I A. Examine substrates and installation conditions. Do not start concrete pavers
work until unsatisfactory conditions are corrected.
I 3.02 PREPARATION
I A. Do not use paving units with chips, cracks, voids, discoloration, or other visible
I 02518 - 3
--
,
I
defects. I
B. ",Cut paving units with masonry saws to provide clean, sharp unchipped edges. I
Cut units as required to provide pattern shown and to fit adjoining work neatly.
Use full units without cutting wherever possible. Where cutting is required, use
the largest size units possible. Avoid the use of small pieces of brick or large I
joint spaces.
C. Set paving units in patterns indicated with level surface and uniform joints of
., I
width indicated.
3.03 BITUMINOUS SETTING BED OVER RIGID BASE.
A. Clean existing concrete base. Remove dirt and debris. I
B. Apply asphalt prime coat. Allow to dry and cure as required. I
C. Install 0/." deep control bars directly on base. Adjust control bars to proper
elevations. Provide control bars parallel to each other and approximately 11' -0" I
apart to serve as striking board guides.
D. Place bituminous setting bed between depth control bars. Spread setting bed I
materials and pull with striking board until a smooth, firm, and level setting bed is
established. Advance first bar to next position when initial paved is completed.
Fill depressions, porous areas and voids with bituminous material as work I
progresses.
E. Roll the setting bed, while hot, with a power roller to provide a nominal
compacted depth of 0/.". I
,-" ~
,- r./J- Adjust the elevation to provide the top surface of the installed brick pavers at the
:;-s '::J\t!equired finish grade. I
~0
. -;/ ~Iy a coating of neoprene-modified asphalt adhesive by mop, squeegee, or
\ ~' over the top surface of the bituminous setting bed to provide a paver I
....-, bo. When troweled, use a serrated trowel with serrations not exceeding 1/16".
~
~
H.'? When the modified asphalt adhesive is dry to the touch, place the paving units I
by hand in straight courses with hand tight joints and uniform top surface.
Maintain alignment in the pattern indicated on the drawings.
I. Protect newly laid pavers with plywood panels. Advance panels as work I
progresses. Maintain plywood protection in the areas subject to continued
movement of materials and equipment. Provide additional leveling if required. I
Roll with power roller. Roll prior to filling joints.
J. Sweep dry fine sand-Portland cement mixture over the surface to fill joint I
irregularities. Completely fill joints.
\ I
02518 - 4
I I
I
I
I 3.04 PROTECTION
I A. Restrict traffic from paving unit surfaces during setting of units and for at least 24
hours after installation.
'I s. Protect paving units from damage until final acceptance.
3.5 CLEANING
I A. Remove and replace brick paving units which are broken, chipped, stained, or
otherwise damaged. Provide new matching units, install as specified and to
I eliminate evidence to replacement.
B. Clean brick paving not less than 6 days after completion of work, using clean
water, trisodium phosphate, and stiff-bristle brushes. Do not use wire brushes,
I acid type cleaning agents, or other cleaning compounds with caustic or harsh
fillers. Proprietary cleaning agents subject to Landscape Architects approval prior
to use.
I C. Perform cleaning during installation of work and upon completion of the work.
Remove from site all excess materials, debris, and equipment. Repair damage
I resulting from brick paving operations.
END OF SECTION
I
I
I
I '-3
r,;..c
c:='
0-'
I
I
I
I
I
I 02518 - 5
I
I SECTION 02520
I PORTLAND CEMENT CONCRETE PAVING
I PART 1 - GENERAL
1.01 SUMMARY:
I A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and
compact subgrades to receive Portland Cement Concrete paving.
I B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint
and cure Portland Cement Concrete roadways, sidewalks, trails, pads, curb and
I gutter at the locations and grades noted on the plans.
1.02 REFERENCES:
I A. lOOT Standard Specifications. ,
1.03 QUALITY ASSURANCE:
I "
A. Use adequate numbers of skilled workers who are thoroughly trained and
experienced in the necessary crafts and who are completely fal)liliar with the
I specified requirements and the methods needed for proper performance of tl;1e
work in this section. .
I B. Quality testing:
1. Compressive Strength Tests.
I 2. Entrained Air.
I 3. Slump.
4. Density Tests of Base and Subgrade.
I
PART 2 - PRODUCTS
I 2.01 MA TERIALS:
I A. Except as amended in this document, the materials in this section will conform with
the following divisions and sections of the lOOT Standard Specifications:
I Division 41. Construction Materials.
Sections 4101 through 4122.
I B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3.
I 02520-1
I
PART 3 - EXECUTION I
3.01 TECHNIQUES: I
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the lOOT Standard Specifications: I
Division 21. Earthwork, Subgrades and Subbases.
Section 2111. Granular Subbase.
Division 22. Base Courses. I
Section 2201. Portland Cement Concrete Base.
Section 2212. Base Repair. I
Section 2213. Base Widening.
Division 23. Surface Courses. I
\P f!g Section 2301. Portland Cement Concrete Pavement.
-- Section 2302. Portland Cement Concrete Pavement Widening.
".0 _C' Section 2310. Bonded Portland Cement Concrete Overlay. I
' / Section 2316. Pavement Smoothness.
t)'~
- r"";
Division 25. Miscellaneous Construction. I
--- Section 2512. Portland Cement Concrete Curb and Gutter.
;~.
'0-- Section 2515. Removal and Construction of Paved Driveways.
Section 2517. Concrete Header Slab. I
Section 2529. Full Depth Finish Patches.
Section 2530. Partial Depth Finish Patches.
3.02 CURING ANfj) PROTECTION OF PA VEMENT: I
A. Curing compound shall be applied immediately following finishing of the concrete,
including back of curb. I
3.03 ENVIRONMENTAL REQUIREMENTS:
A. When concrete is being placed in cold weather and temperatures may be expected I
to drop below 350F, the following requirements must be met for concrete less than
36 titurs old: I
24 Hour T emoerature Forecast CoverinQ
Minimum 35-320 F One layer plastic or burlap. I
Minimum 31-250 F One layer plastic and one layer burlap or two I
layers burlap.
Below 250 F Commercial insulating material approved by I
the Engineer.
I
02520-2
I
I
II s. Concrete shall be protected from freezing temperatures until it is at least five days
old.
I C. Concrete damaged by cold weather shall be removed and replaced at the
Contractor's expense.
I D. Maximum allowable concrete temperature shall be 90. F.
E. If concrete is placed when the temperature of the concrete could exceed 90. F, the
I Contractor shall employ effective means, such as precooling of aggregates andlor
mixing water, as necessary to maintain the temperature of the concrete as it is
placed below 90. F.
I 3.04 OPENING TO TRAFFIC:
I A. Opening to traffic, including Contractor's vehicles, will not be permitted until the
compressive strength of 6" diameter x 12" cylinders is at least 3,000 lb. per square
inch.
I B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s)
to traffic of any kind.
I C. Opening to traffic shall not constitute final acceptance.
3.05 COMPLETION OF WORK:
I A. When traffic is allowed upon the pavement, the Contractor shall begin remaining
work and clean up. All streets and sidewalks shall be finished and opened to the
I public as soon as practicable.
B. Contractor shall notify the Engineer if weather conditions make it difficult to use
I Class M concrete, when specified.
END OF SECTION
I ,...,
<:=='
=
(..;F'
I
I
I
I
I
02520-3
I
--------..-------- -
I
I SECTION 02524
I CURB RAMPS
PART 1 - GENERAL
I 1.01 SUMMARY:
A. Construct sidewalk curb ramps to ADA specifications, plans and as directed by the
I Engineer.
1.02 REFERENCES:
I A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and
Facilities.
I B. City of Iowa City Design Standards.
I C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4)
1.03 QUALITY ASSURANCE:
I A. Use adequate number of skilled workers who are thoroughly trained and
experienced in the necessary crafts and who are completely familiar with the
I specified requirements and the methods needed for proper performance of curb
ramp construction.
I B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting
the slope requirements will be, at the Engineer's discretion, removed and replaced
at the Contractor's expense.
I PART 2 - PRODUCTS
2.01 MATERIALS:
I 0
A. -::0
'-.-!
I PART 3 - EXECUTION C) ,
::.:{C ..
-< ;'
- ~"\1
3.01 TECHNIQUES: .,,:0
I '-..J~'
</'
<...
A. Except as amended in this document, the work in this section wil nflltm wittObe
Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11 A-4) and the fOlloWin~
I sections of the Americans with Disabilities Act (ADA) 0 Accessibility Guidelines fo
Buildings and Facilities.
I Section 4. Accessible Elements and Spaces: Scope and Technical Re-
quirements
I Section 14. Public Rights-of-Way
I 02524-1
I
3.02 SLOPES: I
A. Cross slope refers to the slope that is perpendicular to the direction of travel.
Running slope refers to the slope that is parallel to the direction of travel. I
B. Curb ramp cross slopes should be no greater than 1:50 or 2% to a level plane.
C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane I
unless otherwise specified by the Engineer.
3.03 PORTLAND CEMENT CONCRETE THICKNESS: I
A. 6-inch thick colored P.C.C. will be placed at all corner curb ramps unless otherwise I
directed by Engineer.
END OF SECTION I
I
I
I
I
I
I? I
~
) ,
.5'/ -,1,,', I
~:J'-
. ." .', (/
/)'0
~.. .. I
{/. ? -:. ~~1 I
'v, ; h ~
/./ -7>
/y~ .f?",
\,; "-?> I
I
I
02524-2
I
I
I SECTION 02660
I WATER DISTRIBUTION
PART 1 - GENERAL
I 1.01 SUMMARY'
A. Furnish, install and test water distribution system as indicated and specified.
I
1.02 REFERENCES:
I A. This specification references the following documents. In their latest edition, the
referenced documents form a part of this specification to the extent specified
II herein. In case of conflict, the requirements of this specification shall prevail. One
copy of all references marked with a *** shall be kept on the site, readily available
and accessible to the Engineer during normal working hours. Copies may be
obtained from the organizations or from the Iowa City Water Division at cost plus
I 15%.
B. City of Iowa City Water Division
I 1. Reference Manual
I C. American National Standards Institute and American Water Works Combined
Standards:
I 1. ANSIIAWWA-C104/A21.4: Cement-Mortar Lining for Ductile-Iron Pipe and
Fittings for Water
I 2. ANSI/AWWA-C105/A21.5: Polyethylene Encasement for Ductile-Iron Pipe
Systems
3. ANSI/AWWA-C110/A21.10: Ductile-Iron and Gray-Iron Fittings, 3-inch
I through 48-inch, for Water and Other Liquids
4. ANSI/AWWA-C111/A21.11 : Rubber-Gasket Joints for Ductile-Iron
I Pressure Pipe and Fittings ~-
,'-.
5. ANSI/AWWA-C150/A21.50: Thickness Design of Ductile-Iron Pipe
I ~.f' ;
~ ,
6. ANSIIAWWA-C151/A21.51: Ductile-Iron Pipe, Centrifugally Cast. for Water \
or Other Liquids
I 7. ANSI/AWWA-C153/A21.53: Ductile-Iron Compact Fittings, 3-inch through
24-inch, and 54-inch through 64-inch for Water Service
I 8. ANSI/AWWA C502: Dry-Barrel Fire Hydrants
I 9. ANSI/AWWA C504: Rubber-Seated Butterfly Valves
I 02660-1
n I
10. AWWA C509: Resilient-Seated Gate Valves for Water Supply SeNice. I
11. ANSI/AWWA C510 Double Check Valve Backflow-Prevention Assembly I
u 12. ANSI/AWWA C511 Reduced-Pressure Principal Backflow-Prevention
Assembly I
13. ANSIIAWWA C550: Protective Epoxy Interior Coatings for Valves and
Hydrants I
14. ANSI/AWWA C600***: Installation of Ductile-Iron Water Mains and Their
Appurtenances I
15. ANSI/AWWA C651***: Disinfecting Water Mains
16. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4-inch I
through 12-inch for Water Distribution
D. American Water Works Association: I
1. AWWA Manual M23***: PVC Pipe-Design and Installation
I
2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire
Hydrants
E. American Society for Testing Materials: I
1. ASTM D2241 I
F. Manufacturers Standardization Society:
1. MSS-SP-58 Pipe Hangers and Supports, Materials Design and I
Manufacture
2. MSS-SP-69 Pipe Hangers and Supports Selection and Application I
Uni-Bell PVC Pipe Association: I
1. UNI-B-3-88 Recommended Practice for the Installation of Polyvinyl
Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying I
with AWWA Standard C-900 or C-905.
A. Submit to the Engineer the following drawings or details for approval prior to I
installation. One copy of each with the approval stamp shall be kept at the work I
site at all times.
B. Shop and Working Drawings: I
02660-2
I
I
. 1. Pipe layout with valves, fittings and hydrants shown
2. Valves
I 3. Hydrants
4. Fittings
. 5. Bolts ./
<2
6. Joints
II 7. Tapping sleeves, couplings, and special piping materials.
8. Polyethylene
II
9. Thrust block designs and details
10. Special backfill
. C. Certificates: Sworn certificates of shop tests showing compliance with appropriate
standard for all piping materials.
I. D. Manufacturer's Literature:
1. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets,
I fasteners and other accessories.
2. Brochures and technical data and coatings and linings and proposed
. method of application.
E. Plans for initial operations and final operations: Special prepared drawings and
. typed list of sequences of steps are needed prior to any operation of water
distribution system. Submit 2 weeks prior to date of planned operation. .
1.04 QUALITY ASSURANCE:
. A. Engineer reserves the right to inspect and test by independent service at
manufacturer's plant or elsewhere at Engineer's expense.
. B. Contractor shall conduct visual inspection before installation. .~
I 1.05 TIME: )
Time is of the essence for water main construction work. All work which fe~~ires '
A.
I shutdown of active water mains must be completed as quickly as possible to ~
minimize inconvenience to the consumers and risk to the community. l
I B. Amount of advance notice required to the Iowa City Water Division when materials
or services are supplied by the Division are listed below. Serve notice to the Water
Division at 356-5160.
I 1. For tapping service, provide 24 hours notice.
2. For notice to customers of disruption of water service, provide 48 hours
notice.
I
I 02660-3
I
() (> 3. For review, comments, and approval of plans of operation, provide 3 days I
notice.
4. For locations of underground facilities, provide 48 hours notice.
I
PART 2 - PRODUCTS
2.01 PRODUCTS I
" All products used for this work shall be from the list of "Accepted Products for Water
Distribution Materials" contained in the Iowa City Water Division Reference Manual and I
found in Appendix A. If there is a discrepancy between the Iowa City Water Division
Reference Manual and Appendix A, the Iowa City Water Division Reference Manual I
prevails.
2.02 DUCTILE-IRON PIPE:
A. Thickness design shall conform to ANSI/AWWA C150/A21.50. I
B. Manufacture shall conform to ANSI/AWWA C151/A21.51. I
C. Thickness for direct bury piping, unless otherwise indicated or specified, shall be
class 52. I
D. Thickness for pipe suspended from structures and bolted or restrained joint pipe,
unless otherwise indicated or specified, shall be class 53. I
I E.
Cement mortar lining shalf conform to ANSI/AWWA C104/A21.4.
2.03 DUCTILE-IRON PIPE JO/NTS: I
A. Single rubber -gasket push-on joints or mechanical joints conforming to I
h ANSI/AWWA C111/A21.11. Furnish with all necessary hardware and gaskets.
:;;~
,f'/, --!~]-/ B. Bell-and-spigot pipe joints conforming to ANSI A21.6 or ANSI A21.8. I
I '? . . /
~'" '{:'q For bolted/restrained mechanical joint, use Griffin Bolt-Lok restrained joint or
I ( -/'/,t-1'4 approved equal. I
/'" . 'D Ie}
I "',;': r" . Frn ""bo"'~~"'",d m...."'~1 jol"" "~ Griffi" S",p-Lok """"",d jo'm rn
'>-' ~ approved equal. I
E. Do not use drilled & tapped retainer glands.
F. Plain end of push-on pipe factory machined to a true circle and chamfered to I
facilitate filting gasket.
2.04 POL YVINYL CHLORIDE PIPE; I
I A. Pipe shall conform to ANSI/AWWA C900 and shall be thickness class DR 18
I
02660-4
I
I
I (Class 150). All pipe shall have the same outside dimensions as ductile-iron pipe.
PVC pipe materials are only allowed in sizes 6 to 10 inch diameter.
I B. PVC pipe materials shall not be used in any area where there is likelihood the pipe
will be exposed to concentrations of pollutants comprised of low molecular weight
I petroleum products or organic solvents or vapors.
C. PVC pipe shall not be installed under public roadways and shall not be used
around cul-de-sacs or other small radius curves.
I 2.05 FITTINGS:
I A. All fittings shall conform to ANSI/AWWA C110/A21.10, with pressure rating of
Class 250.
I B. Mechanical-joint fittings shall be ductile iron compact ANSI/AWWA C153/A21.53
or ductile standard ANSI/AWWA C110/A21.10. Large fittings, 12-inch through 20-
inch shall be ductile iron standard ANSI/AWWA C110/A21.10. Swivel tees shall be
I ductile iron standard ANSI/AWWA C110.A21.10. Where ductile iron is not
available (i.e., offsets), cast iron standard ANSI/AWWA C110/A21.10 shall be
provided.
. r->
C. All fittings shall be bituminous coated inside and outside and shall ye furni~ed
complete with necessary accessories including plain rubber gaskets::;t1w;tile ,iJ:9n
L-,. M c>
I glands, NSS Cor-Blue bolts and nuts. Verify the gasket seats are;; _ t. mad
irregular by improper application of the lining materials. ~) /
~::\"
- /'- ~
2.06 VAL VES & VAL VE BOXES: :- r'\ :::~
I f'~ ;:-
'-? /' ."
A. Gate valves shall conform to ANSI/AWWA C509. z ;:;
. 1. Valves shall be full line size gate valves with epoxy coati in9lae and
outside and contain stainless steel nuts and bolts.
2. Valve bodies shall be ductile iron or cast iron. Working pressure of the
. valve shall be at least 200 psi and gaskets rated at 250 psi.
3. Valves shall have a standard 2-inch square operating nut and shall open
II left.
4. Valves shall be capable of being repaCked or replacing o-rings under
I pressure. ~~
."
[. 5. Valves are to be non-rising stem with the stem, nut and thrust collar made
of bonze. ~.'
B. Butterfly valves shall conform to ANSI/AWWA C504, for buried service,
I Class 150B.
1. Valve seat to be installed on disk or valve body. ,
. 2. Butterfly valves shall not be utilized in sizes smaller than 16", unless so
I 02660-5
-..-
I
noted on the plans. I
3. Working pressure of the valve shall be at least 150 psi. I
4. Valves shall be short body pattern with mechanical joint ends.
5. Shaft seals shall be o-ring type. I
6. Valve shall have manual operator with a 2" square operating nut for
operation of the valve and shall open left. I
7. All interior and exterior cast iron, ductile iron or steel surfaces shall be
painted with an epoxy coating and contain stainless steel bolts and nuts. I
C. Tapping Valves shall be as specified for resilient-seated gate valves with the
exception that one end shall be mechanical joint and the other end shall be flanged I
to match the tapping sleeve and shall have oversize seat rings to permit entry of
the tapping machine cutters.
1. Tapping valves be 175 psi minimum working pressure.
I
2. Valves shall be epoxy coated inside and outside with stainless nuts and
bolts.
3. Valves shall be furnished with all joint accessories. I
D. _ .}Jalve Boxes shall be 2-piece or 3-piece slip type, range 51" to 71". Use lids I
marked "water".
2.07 HYDRANTS: I
Specification standard: ANSIIAWWA Standard C502
"
Type of shutoff: Compression I
Type of construction: Break flange or break bolt above the ground line and a I
breakaway stem connection. All bolts to be stainless steel.
Main valve opening: 4)1, inches for 12" water main and under 5X inches for 16" I
~ water main and above
. -, 3 nozzle, two 2)1,-inch hose nozzles and one 4)1,-inch
~ -;/, Nozzle arrangement I
'J )~,?':d "" pumper nozzle, with caps attached with chains
.- ',/ !5le thread: National Standard Hose Threads
(" /, ~ I
/ .
,y/..... .~:0" Type of inlet connection: Mechanical Joint
. -(d
?S' f'l . 6 inch I
Ize 0 In et connection:
Depth of bury: Depth of bury shall be 6 feet
I
02660-6
I
[.
. Direction of opening: Open to right (clockwise)
. Packing: Conventional or a-Ring
I Size and shape of 1 Y. inch, standard pentagon
operating nut:
Working pressure: 250 psi
. Color: Safety Red
I 2.08 SPECIAL FITTINGS:
I A. Special pipe fittings must be approved by the Engineer.
B. Special fittings must be the same diameter, thickness and pressure class as
. standard fittings.
C. Special fittings may be manufactured to meet requirements of same specifications
as standard fittings except for laying length and types of end connection.
I D. Full Body Tapping Sleeves:
1. Shall be mechanical joint, split construction with end gaskets,
I manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange
fitting to match the tapping valve.
I 2. Shall meet the 00 requirements for Class A, B, C, or 0 pit cast pipe.
3. Shall be furnished complete with all accessories.
I 4. Required for 12" and larger pipe or under paving.
I E. Stainless Steel Tapping Sleeves:
1. Shall be epoxy coated with ductile-iron flange and stainless steel bolts.
I 2. Shall meet the 00 requirements for class A, B, C, or 0 pit cast pipe.
3. Shall be furnished complete with all accessories.
I 4. Shall be compatible with Mueller, Clow, Kennedy, or U.S. Pipe ...~
.1
F. Stainless Steel Repair Clamps:
I 1. All stainless steel, single section, double section, or triple .section,
depending upon size of main. .'
I 2. Shall have stainless steel bolts and nuts. ;
\
I
02660-7
I
~ I
(/
2.09 GASKETS, BOLTS, AND NUTS: I
A. Mechanical joints made with:
1. Bolts: 3/4 inch NSS Cor-BLUE. I
2. Bolt studs with nut on each end.
c' I
B. All thread rod used to restrain fittings shall be stainless steel and 3/4" diameter.
2.10 LOCA TlON WIRE: I
A. Location wire shall be #12 solid copper, THHN insulation in yellow or orange color.
2.11 LUMBER: I
A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). Do not use I
creosoted lumber in contact with piping materials.
2.12 WATER: I
A Reasonable amounts of water will be provided for use in the final operations of
water main flushing, disinfection and testing. Prior notice must be given to the I
Water Division.
B. Contractor will not be charged for the water used as long as there is reasonable
care to control and conserve the rate and volume used. If there is waste or I
carelessness, Contractor will be charged for water.
PART 3 - EXECUTION I
3.01 REFERENCES AND DOCUMENTS:
A Contractor must have all required documents on the site before commencing with I
the work.
S. Valves, fittings, hydrants and ductile-iron pipe shall be installed in accordance with I
ANSI/AWWA C600 except as noted herein.
/-. I
..- C. PVC pipe must be furnished and installed in accordance with AWWA M23 and
---
, I ...'., r _ Uni-Bell PVC Pipe Association UNI-B-3-88 except as noted herein.
>,-/,. I
~ Co,"""'Ol mo" prep'" ,,'" ~..'o , 00' 0' ",,,boilr drn..."" 00 the job "to with
(;'., >;;, "ii,: accurate and current information on the location of all valves, pipe and special
\Y ) V Q-construction features. Examples of special buried features would be: I
// .7> ~ 1. Offsets in alignment.
\y ~"~p 2. Changes in depth, depth greater than 8 feet or less than 5 feet.
3. Special fittings or construction materials. I
I
02660-8
I
----
I
I 3.02 RECEIVING, STORAGE AND HANDLING:
I A. The Engineer may mark materials which are found on the job site and which are
determined to be defective or not approved. The marking may be done with spray
paint. The Contractor shall promptly remove defective or unapproved materials
I from the site.
B. While unloading PVC piping materials:
1. Do not allow the pipe units to strike anything.
I 2. Do not handle pipe units with individual chains or single cables, even if
padded.
I 3. Do not attach cables to pipe unit frames or banding for lifting.
C. Within the "Storage" language of AWWA M23, change "should" to "shall."
I ---
D. Within the "Handling" language of AWWA M23, change "should" to "s~IO
T ~;::\
. /
I 3.03 LOCA TlON, ALIGNMENT, SEPARA TlON & GRADE: n----
::--~.r)
~\'=:
A. Water mains, valves, hydrants, and special fittings shall be installe \. the-
I locations shown on the plans or as directed by the Engineer. ~~ ~
~ --
!'->
B. Contractor shall have all buried utilities located by the 1-800-0NE-CALL ervice
I and shall do exploratory excavation as necessary to determine specific conflicts
between existing utilities and new water main. No extra compensation will be
allowed for the exploratory excavations.
I C. Water main shall be installed a minimum depth of cover of 5'12 feet.
D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be
I laid to provide a separation of at least 18 inches between the bottom of the water
main and the top of the sewer. Where local conditions prevent this vertical
separation, the water main shall not be placed closer than 6 inches above a sewer
I or 18 inches below a sewer under any circumstances. Additionally, one full length
of water pipe crossing the sewer shall be centered at the point of crossing so that A*
'" -
the water pipe joints will be equal distance as far as possible from the sewer. The
I water and sewer pipes must be adequately supported and have pressure tight
joints. A low permeability soil shall be used for backfill material within 1 0 feet of the
point of crossing. /
I
E. No water pipe shall pass through or come in contact with any part of a sewer
manhole. A minimum horizontal separation of 3 feet shall be maintained. l
I I F. All PVC water main and ductile iron water main with greater than 400 feet between
features that extend to the surface (such as hydrants or valve boxes) shall be
I marked with a wire for the entire length to make electronic location possible.
. 1. The wire shall be installed continuously as the pipe is backfilled. The wire
shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock
I and attached with duct tape every 5 feet.
I 02660-9
I
2. The insulation shall be protected to prevent accidental grounding. Make I
few splices and splice the wire together using a Twister DB Plus Wire I
Connector.
3. Bring the wire to the ground surface at each fire hydrant and loop wire in a
Valvco tracer wire terminal box. These boxes shall be located between the I
hydrant and the hydrant valve with at least two feet of extra wire inside the
box. Install the terminal box perpendicular from the hydrant and parallel
with the valve box, one-foot from the hydrant base. The tracer wire I
terminal box must be installed flush with the finished grade. If there is no
fire hydrant within 500 feet, bring the wire to the surface in a "daylight box"
which is a full-size valve box and mark the drawings appropriately. I
" 3.04 PlPE BEDDING AND BACKFILLING:
A. Ductile-iron pipe bedding shall conform to the project plan details or as otherwise I
specified or directed by the Engineer.
B. PVC pipe bedding shall conform to UNI-B-3-88 laying condition Type 2 including I
hand excavation for the bell holes. The bedding shall be loose, natural, fine soil
which is compacted by stomping on the soil along the sides of the pipe to the top I
of the pipe.
C. Trench width within the pipe envelope shall conform to the plans or as directed by
the Engineer. I
D. Set valves and hydrants on precast concrete bases.
3.05 PIPE RESTRAINT: I
A. Thrust Restraint: I
1. For pipe smaller than 10" diameter, concrete block shall be used, placing
the concrete block next to the fitting and undisturbed soil. For 10" and
larger diameter pipe, blocking shall be by cast-in-place concrete. Cover I
fittings and joints with 10 mil. polyethylene before placing concrete. Brace
fittings with hardwood lumber to prevent shifting before placing concrete.
Do not pour excess concrete on top of pipe and fittings. I
Socket Pipe Clamps, Tie Rods, and Bridles: I
1. Where indicated or necessary to prevent joints or sleeve couplings from
pulling apart under pressure, provide suitable socket pipe clamps, tie rods,
and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except I
where they replace flange bolts of smaller size with nut on each side of
flange.
C. Dead Ends I
1. Pipe ends or fittings left for future connections shall be plugged or capped
using materials supplied by the pipe manufacturer. I
02660-10
I
I
!I 2. All pipe ends or fittings left for future connections shall be blocked against
I thrust.
3.06 JOINTS AND COUPLINGS:
II A. Push-on Joints:
1. Inspect bell grooves and clean to assure complete gasket seating.
I 2. Use extreme care to prevent separation of joints already installed.
3. Do not use push-on joints when boring. Griffin Snap-Lok shall be used in
I casing with locking nubbers.
B. Mechanical Joints:
I 1. The range of torque for tightening bolts which is indicated in ANSI/AWWA
C600 may be somewhat affected by the temperature. On cold days, more
torque may be required.
I 2. Use extreme caution when tightening cast iron fittings to avoid breaking the
ears of the flanges. An average worker should not use a wrench longer
I than 10 inches.
3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC
I pipe to get full pipe diameter in the joint.
4. Do not deflect pipe at joint.
-0
I <-.
C. Sleeve-Type Coupling: L_,::--',
-;?---'
/ /
1. Clean pipe ends for distance of 12 inches. .-<-.
Clc:
Use soapy water as gasket lubricant. ::::A)
I 2. ;-~~
, ,
3. Carefully mark and place the sleeve coupling in the center of the j'-'-/ j.:.
I 3.07 TAPPED CONNECTIONS UNDER PRESSURE:
A. Follow manufacturer's installation instnuctions.
I B. Tapping mains for new connections 4-inch to 8-inch in diameter and larger may be'
done by the Water Division or by a subcontractor at Contractor's cost. If by
I Contractor or a subcontractor, the City must approve the personnel, materials, and
method in advance of the work. Water Division staff must be on site at the time of A~
the tap.
I ..
C. A new and site specific tapping application must be prepared for each tap
regardless of size, and submitted to the Water Division. The tapping application
I must be completed and include location, name, and address of water customer,
schematic drawing, and materials of construction.
I f
I 02660-11
- I
I
3.08 POL YETHYLENE ENCASEMENT: I
A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil
polyethylene encasement in accordance with ANSI/AWWA C205/A21.5 installation I
methods. This includes any ductile iron laid in cul-de-sacs or other small radius
areas where PVC main could not be used.
3.09 HYDRANT INSTALLA nON: I
A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed I
until they are installed. Protect stored hydrants from dirt, water, ice, animals and
vandals.
B. Before installation, clean piping and elbow of any foreign matter. I
C. Install hydrants away from the curb line a sufficient distance to avoid damage from I
or to vehicles. A set-back of 4 feet from the curb line is recommended.
D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at I
least 18 inches above finished ground. The break-off flange should be no more
than 6 inches above ground. There shall be no obstructions to fire hose
connections.
E. The base elbow shall be placed on solid precast concrete blocks on firm, I
undisturbed soil. The barrel of the hydrant shall be firmly braced against the back I
of the trench wall with hardwood lumber to resist thrust at the pipe connection.
~
F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or
1 inch crushed rock to allow water to release from the hydrant drain. I
G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall
be firmly compacted to provide good lateral support for the hydrant. This is I
essential to the performance of the break-off flange.
3.10 WA TER MAIN OPERA nONS: I
\\
A. All work which involves operating the active public water distribution system will
require the notice, consent, approval and assistance of the Water Division. I
h B. An accurate and legible copy of the "as-built" drawings must be on file in the Water
;;;rQ Division office prior to using the water supply. I
~I'/Y-
.' . .~.))-~_ Contractor shall submit a plan for initial operations and a plan for final operations to
J :J V, ~. W,loc 01"""0 ,,, 'p"",,1 Tho pl,~ "'," ;001". , ,,,'",09 ,,' Iyp'" 101 01 I
(' <;/:J-, actions which show all the significant steps necessary to connect to the existing
'(); , /'2" ,:) /(}tater distribution system or conduct the filling, flushing and testing operations. The
.-;:'. '//1 . purpose of both plans is to minimize the impact of service interruptions and I
{1> pressure and flow variations on the water distribution system and existing
customers.
I
I 02660-12
I
l
-----
I !'.
<'.It,,- 1/
I 3.11 DISINFECTION FOR POTABLE WA TER SYSTEMS: "J{t t.... .0
A. General 10/1.97,1/ PI-I ~.
I 1. Upon completion of a newly installed water main or when rep2iitS r!/ M . 12
existing water system are made, the main shall be disinfected accord1rii! ! ) r
I instructions listed in ANSI/AWWA C651 and the following specifications. \
B. Special Disinfection Requirements
1. Exercise cleanliness during construction. Protect pipe interiors, fittings an
I valves against contamination.
2. Water main 16-inch and larger in diameter must be swabbed with a soft pig
I prior to flushing if flow in the system is not adequate to maintain scouring
velocity (2 fps) during flushing.
I 3. The minimum uniform concentration of available chlorine used for
disinfection shall be 50 mg/L. Use either the granulated/tablet or continuous
feed method with modifications as described in 3.11 C or 0 below.
I 4. The chlorinated water shall be retained in the main at least 24 hours, during
which time all valves and hydrants in the section treated shall be operated
I in order to disinfect the appurtenances. At the end of this 24 hour period,
the treated water shall contain no less than 25 mg/L chlorine throughout
the length of main.
I 5. After the retention period, flush the heavily chlorinated water from the main
until the chlorine concentration in the water leaving the main is no higher
I than 3 mg/L and the water appears clean. Flush at a minimum velocity of
2.5 feet per second in the main through an opening not less than Y. of the
main diameter. For 6-inch through 12-inch water mains, a single 2Y:.-inch
fire hydrant opening is adequate. Water entering storm sewer system shall
I be dechlorinated by a method approved by the Engineer to prevent
downstream environmental damage (i.e. fish kills).
I 6. Collect a bacterial sample from the end of each line or 800-1,000 feet and
deliver the sample to the University Hygienic Laboratory at Oakdale for
analysis. Allow approximately 5 days for the results. If the bacterial sample
I shows the absence of coliform organisms, the hydrostatic test may "
proceed. .-<
I C. Tablet Method of Chlorine Application ."
1. Use ANSI/AWWA C651, however slowly fill the main (less than 1 cubic foot
per second) with system water, pushing out as much air as possible. Do
I not wash out the tablets. .' ~
/ ,
,. i.
D. Continuous Feed Method of Chlorine Application
I 1. Prior to applying chlorine, do a preliminary flush at a minimum velocity ~
2.5 feet per second in the main through an opening not less than not les
than Y. of the main diameter. For 6-inch through 12-inch water mains, a
I single 2Y:.-inch fire hydrant opening is adequate.
02660-13
I
n I
2. Add the water and chlorine solution with the required concentration to fill I
the main completely. I
3.12 TESTING:
A. Filling the water main: I
1. Fill the newly constructed water main system slowly using treated public
water under low pressure and low flow. The objective is to displace air with
water while avoiding damage to new construction, customer services, and I
adjoining property due to the release of air and water. Public Works staff
must be on site to assist with operation of the system valves and hydrants
during this operation. I
2. Open one hydrant (completely) at the end of the main or at a high point on
the main which is to be filled. Open a filling valve (the smallest one I
available) slightly. Allow the water main to fill and slowly release the air.
When the main being filled has released nearly all air, surging should
diminish and water released from the hydrant should flow in a steady I
stream. Monitor and control the released water to minimize damage.
3. After a few minutes of steady state operation, open all other valves slowly
and then open the initial fill valve completely, while regulating the flow I
hydrant to minimize damage. When the main has been filled, open and
close all hydrants sequentially to force fresh water progressively through
each section (new and old) of water main which was shut down to replace I
fresh water into each section.
4. After clear water and a fresh chlorine odor are observed at each hydrant, I
shut down hydrant flow slowly and allow water flow to cease and internal
pressure to stabilize. Then. each water service connection shall be tested
at a sill cock and observed by the Contractor to verify adequate pressure I
and flow.
Pressure and Leakage Tests: I
1. Conduct combined pressure and leakage test in accordance with
ANSI/AWWA C600.
/.9- 2. Pressure test off the hydrants or furnish and install temporary testing plugs I
~).-i or caps. Furnish pressure pumps, pipe connections, meters, gauges,
W...../ equipment, potable water and labor. Use only potable water for testing.
(- , ';,)''0 I
v". \ '.- <.
\.>.. '/.'';$ Test after disinfection operations are successfully completed. If testing
/'. Un operations require reconstnuction or repairs during which the interior of the
~ '7 I
pipe is exposed to contamination, disinfection will be required again.
4. Keep the water main full of water for 24 hours before conducting combined I
pressure and leakage test.
5. Pressure and leakage test consists of first raising water pressure at the I
02660-14
I
I
I lowest point of section being tested to 150 psi internal pressure.
I 6. Failure to achieve and maintain the specified pressure for two hours with
no additional pumping means the water main has failed to pass the test.
7. If the water main fails the pressure and leakage test, locate, uncover, and
I repair or replace defective pipe, fitting or joints. Conduct additional tests
and repairs until water main passes the test.
I C. Valve Operations:
1. All valves shall be located and tested to verify operation. Remove the valve
box lid, insert the valve key and open and close each valve. Count the turns
I and record the results.
D. Hydrant Operations:
I 1. After the hydrant has been installed and the main and hydrant have been
pressure tested, each hydrant shall be flushed and checked for proper
operation.
I 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the
direction of opening as marked on the top. Do not force the hydrant in the
I opening direction beyond full open as indicated by sudden resistance to
turning.
I 3. After hydrant has been flushed, close it and check for drainage. This is
done by placing the hand over the nozzle opening and checking for a
vacuum. Then check the hose thread for proper fit.
I 4. Replace nozzle cap, then open hydrant again and inspect all joints for
leaks.
I E. Flow Test:
1. Flow tests shall be conducted to verify all components of the water system
are fully open and operational and to determine the fire flow capacity.
I 2. Public Works staff personnel must be on the site to operate the system
valves and hydrants during this test.
I 3. A hydrant flow test shall be conducted on the hydrant at the extreme
locations for distance or highest elevation to determine the fire flow
I capability of the system. Static and flowing pressures and flow rates shall
be recorded. and a copy forwarded to the Water Division.
I
I
I
02660-15 ,.
I
.
I
APPENDIX A I
Accepted Products for Water Distribution Materials I
WATER PIPE: (Ductile) ANSI/AWWA - A21.51/C151
American, Clow, Griffin, McWane, Tyler, and US Pipe Class 52 for direct bury piping I
unless other wise indicated or specified.Class 53 for suspended from structures and bolted
or restrained joint pipe
WATER PIPE: (PVC) (Class 150) - C900 I
C900 thickness class DR18 (6" thru 10")
FITTINGS: (Ductile Iron Standard) ANSI/AWWA- A21.10/C110, 250 psi I
(Ductile Iron Compact) AWWA C153. 350 psi
Clow, Tyler/Union, U.S. Pipe, or Griffin I
TAPPING SLEEVES: (Full Body Ductile Iron) for 12" and larger or under pavement
Clow - F-5205, Mueller - H615, Kennedy, TylerlUnion, Kennedy, American Flow Control - Series I
2800, or U.S. Pipe - T-9
TAPPING SLEEVES: (Stainless Steel) I
Smith Blair - 662 or 663, Ford FAST, Mueller-H304, Romac SST, JCM-432
MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) I
Ebaa Iron Sales Inc.
STAINLESS STEEL REPAIR CLAMPS:
Smith-Blair-261, Ford FS1, Romac SS1 I
VALVES: (Resilient Seated Gate Valves) ANSIIAWWA - C509
Clow F-6100, Kennedy 1571-X, Mueller Resilient Seat - A-2360-20, American Flow Control- I
AFC-500, or U.S. Pipe Metro Seal 250 #5460
VALVES: (Butterfly) ANSIIAWWA C504, Class 150B I
Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik
VALVES: (Tapping) I
Clow - F - 6114, Mueller - T-2360-16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860, or
American Flow Control-865
VALVE BOXES: I
Tyler - (Series 6855 & Item 666A, Range 51" to 71")
East Jordan Series 8555 & Item 666A - Range 51" to 71" I
HYDR~ (~Yz" for 12" and under) (5 'I." for 16" and above) AWWA C502
Clow F- 5 Medallion, Kennedy Guardian K-81, Mueller Super Centurion 250, American I
~~ing~ v-: for 41/2" & B84-B for 51/4"
? , /).(/)
~L r l
C" - . I
(' -I' h.
.. ':/: "l~
,/' '0 Q
,y / r-
/.'/0 02660-16 I
V .P~
~1> "
---"'--
I
I SLEEVE TYPE COUPLING:
Standard solid black sleeve - Tyler/Union 5-1442, Griffin
I Bolted Straight Coupling - Smith-Blair 441 or Romac Style 501
STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts):
I Smith-Blair 261, Romac SS1 or Ford FS1
TRACER WIRE TERMINAL BOX (DAYLIGHT BOX):
U.S. Filter WaterPro or Utility Equipment - Valvco -95E -2 y," 10 with lockable
I I cast-iron lid - minimum 18" long, telescoping
TRACER WIRE CONNECTORS:
I Twister DB Plus Wire Connector
POL YWRAP:
I 8 mil polyethylene encasement
WIRE:
I #12 solid copper, THHN insulation in yellow or orange
I END OF SECTION
-n
I r:
o. 'III
::::)c' 0
:;-- r--,
I --~
r~-
0/
Z.
7 l'-'
I
I
I
I
I
I
I
02660-17
I
II
I <'~Ic
SECTION 02665 DJ{~
It C:"
I WATER SERVICE WORK FOR CONTRACfaliS2; O' ,
, l((!::
PART 1 _ GENERAL r A .
I 1.01 DESCRIPTION:
I A. Furnish and install new water services and yard hydrants as indicated and
specified.
I 1.02 RELA TED WORK:
A. Section 02660: Water Distribution
I 1.03 REFERENCES:
I A. This specification references the following documents. In their latest edition, the
referenced documents form a part of this specification to the extent specified
herein.
I B. City of Iowa City Water Division:
I 1. Tap Installation, Metering Policies & Charges and General Information.
C. American National Standards Institute and American Water Works Combined
Standards:
I 1. ANSIIAWWA-C800 Underground Service Line Valves and Fittings.
I D. American Society for Testing Materials:
1. ASTM B75-86 Seamless Copper Tubing.
I 1.04 SUBMITTALS:
I A. Submit to the Engineer the following drawings or details for approval 4 weeks prior
to installation.
".
I 1. Swom certificates of shop tests showing compliance with appropriate
standard for all piping materials.
I 2. Working drawing or site plan with customer location, address, size, and
materials of water service and main pipe including a full list of materials
required from the Iowa City Water Division, as applicable. .I
I ,
.
I
I 02665-1
. I
~
1.05 PERMITS: I
A. City of Iowa City: I
1. Contractor's superintendent on the job must have a license as a sewer and
water service installer issued by the City to construct water and sewer I
mains and services in Iowa City.
2. The Contractor or their agent will be responsible for the tapping application I
forms and records.
1.06 TIME:
A. Time is of the essence for water service work. All required work must be I
completed as quickly as possible to minimize inconvenience to the consumers.
The Contractor is expected to comply with the minimum response and completion I
times listed.
B. Amount of advance notice required to the Iowa City Water Division when materials I
or services are supplied by the Division are listed below. Serve notice to the Water
Division at 356-5160.
1. For tapping service, provide 24 hours notice. I
2. For notice to customers of disruption of water service, provide 48 hours
notice. I
3. For supply of materials for less than 20 units, provide 2 weeks notice.
4. For supply of materials for more than 20 units, provide 4-6 weeks notice.
5. For supply of seldom used materials such as galvanized or lead, provide 4- I
6 weeks notice.
6. For locations of underground facilities, provide 48 hours notice.
C. Response Time - the maximum time allowed from telephone notice by the I
Engineer until the Contractor is on the job and ready to begin work:
1. For 1 service which is planned work, less than 24-36 hours. I
2. For 1 service which is emergency work, less than 4-6 hours.
;..."- 3. For 3 or more services which are planned work, less than 48 hours. I
/4
IV
/. YO Completion Time - the maximum time allowed from the time the Contractor turns
"'/ .
\Y:(/ off the water until the water service is connected and operational under normal
(. ?J'-o circumstances: I
"'1' '
\/\ /' j.~-
\Y'. './<:.:~ For 1 service, where it is necessary to break and remove concrete with no
-:::: u 91. I
\Y prior warning or planning, less than 12 hours.
2. For 6-8 services or more in one block area with prior planning, some
services on each side of the street and in conjunction with paving projects, I
less than a 12-hour workday.
I
02665-2 I
---- - -------
I
I 1.07 WORK ON PRIVA TE PROPERTY FOR OTHERS:
I A. Water service work may be necessary or desired by private property owners at the
same time as the new water service work under this contract is done. The
Contractor will be allowed to work on private property adjacent to the work site in
I order to do water service work directly for the private property owner. Work on
private property shall not adversely affect the time schedule for work u er this
contract. c&
I cr
B. The work on private property will not be the responsibility of the City. n n ?
k-? '-/' /'
.-:U- '/)
I PART2-PRODUCTS /~:.-
/ L-~\
2.01 WATER SERVICE MA TERIALS ~'011-
I ~
A. All water service materials shall meet or exceed current ANSI/AWWA-(3juO
specifications and shall be made in accordance with ASTM B-62. The
I manufacturer shall furnish a certificate indicating all new materials meet the
specifications. All valves, fittings and pipe shall be inspected several times during
the manufacturing process and pressure tested with air under water before
shipment. All water service materials shall be visually inspected before installation.
I Brass and copper are soft metals and care in handling shall be exercised to avoid
damaging threads or distorting piping, valves or fitting bodies.
I B. Water service brass for services 2 inches and smaller will be furnished at no cost
by the City Water Division. The Contractor shall use the brass goods furnished by
the Water Division on work under this contract only and not on private property.
I C. All water service lines will be furnished and installed by the Contractor. Material
shall be new type K copper in coils for sizes 3/4-inch through 1 Y:.-inch and in coils
I or straight pipe for 2-inch size. No couplings or connections will be permitted under
the paving.
I D. Curb boxes for services 2 inches and smaller will be furnished at a cost by the City
Water Division.
I E. Couplings for services 2 inches and smaller will be furnished at a cost by the City
Water Division.
I F. Materials fumished by the City Water Division are available at the Water Division at
330 North Madison Street during normal working hours. The Water Division will I'
provide an accounting for materials supplied and the Contractor will be required to
keep records of materials used at each service connection. ..
I
G. Yard hydrant assembly will be furnished by the Contractor. /
,
,
I
,
I ,
I 02665-3
-- ---
I
PART 3 - EXECUTION I
3.01 RECORDS AND DOCUMENTS: I
A. Contractor must prepare and retain a set of "as-built" drawings on the job site with
accurate and current information on the location of all water service valves, pipe I
n and special construction features. Examples of special construction features
include:
1. Offsets in alignment. I
2. Changes in depth and depth greater than 8 feet or less than 5 feet.
I
3. Special fittings or construction materials.
'"
- I
Following completion of the project, a copy of these drawings shall be furnished to
the Water Division.
3.02 RECEIVING, STORAGE AND HANDLING: I
A. The Engineer may mark materials found on the job site which are determined to be
defective or not approved. The marking may be done with spray paint. The I
Contractor shall promptly remove defective or unapproved materials from the site
and replaced with new.
3.03 EXCA VA T10N AND BACKFILL: I
A. All excavators shall comply with the requirements of the O.S.H.A Standards I
subpart P-Excavations.
B. Earth excavation, backfill, fill and grading shall be in accordance with Section I
02220.
C. Excavation and backfill shall include all excavation, backfilling, compacting, I
stockpiling of surplus material on the site, and all other work incidental to the
constnuction of trenches, including any additional excavation which may be
required for construction of the water service lines. I
, D. Along the proposed water service lines, the Contractor shall remove the surface
7-z--., materials only to such widths as will permit a hole or trench to be excavated which
---;.t.y- will afford sufficient room for proper construction. Paving removals shall be as I
;),-{..
-YD directed by the Engineer
E';" cf.t. The Engineer shall approve removal limits. I
' , /Q
.:r- '7
"':'J;. Where working space permits, holes or trenches may be excavated by machine,
~2?.) provided that by so doing, public and private improvements will not be subjected to I
"
an unreasonable amount of damage. The size of the hole shall be as small as
reasonably possible to do the work, If, however, excavation by machine methods
I
02665-4 I
--
I
I cannot be made without damage being done to public and private improvements,
hand excavation shall be employed.
I G. The Contractor shall use a mole for excavation of a hole to place the water service
piping, :y." to 2" diameter, at any location under a street surface, driveway, sidewalk
I or lawn area whenever the distance from the water main to the water service
connection is greater than 20 feet. The mole shall be used even though the street
surface has been removed so as to protect the new street surface from settlement.
I The mole shall be a maximum of four inches in diameter. The Contractor shall be
responsible for all labor, equipment, materials and supervision for mole excavation.
I H. The Contractor shall be responsible for coordinating the location of all buried
utilities and for all damage or repairs to utilities caused by mole excavation.
I. Whenever, in the opinion of the Engineer, it is necessary to explore and excavate
I to determine the best line and grade for the construction of the new water service
line or to locate an existing water service which must be disconnected, the
I Contractor shall make explorations and excavations for such purposes.
J. All excavated material shall be piled in a manner that will not endanger the work
and that will avoid obstructing sidewalks and driveways. Fire hydrants under
I pressure, valve pit covers, valve boxes, curb stop boxes, or other utility controls
shall be left unobstructed and accessible until the work is completed, Gutters shall
be kept clear and adequate provisions shall be made for street drainage. N~jyral
I watercourses shall not be obstructed. C} ~
~-;.:::. '::"- t::;::.
K. The Contractor shall provide and maintain ample means and devices wli/'L . 6.-ta
I promptly remove and properly dispose of all water entering excii\)ati~n r
depressions until all work has been completed. No sanitary sewer shall ~,Y.',
disposal of water. ,,;"-::..
I ~7" __
L. To protect persons from injury and to avoid property damag , $;requatet'->
barricades, fencing, construction signs, caution lights and guards as required shall
I be placed and maintained by the Contractor at excavations during the progress of
the construction work and until it is safe for pedestrian and vehicular traffic to use
the roads, sidewalks and facilities. All material piles, equipment and pipe which
I may serve as obstructions shall be enclosed by fences or barricades and shall be
protected by proper lights when the visibility is poor. The rules and regulations of
O.S.HA and appropriate authorities for safety provisions shall be observed. ,
I M. Trees, shrubbery, fences, poles and all other property and stnuctures shall be
protected during construction operations unless their removal for purposes of ,~~
I construction is authorized by the Engineer. Any fences, poles, or other improve-
ments which are removed or disturbed by the Contractor shall be restored to t,he"
original condition after constnuction is completed. Any trees, shrubbery o.r other
I vegetation which are approved for removal or ordered for removal by the 'Engimler
shall be removed completely, including stumps and roots. The Contractor shall be
responsible for any damage caused by construction operations to shrubbery or
other landscape improvements which were not authorized for removal by the
I Engineer. ~
I 02665-5
I
3.04 WA TER SERVICE CONSTRUCTION: I
A. The City Water Division will provide at no cost labor and equipment to tap the I
water main for services 2 inches and smaller. Each water service pipe shall be
connected to the water main through a brass corporation stop. A tapping saddle is
required on all PVC water main materials. The plastic plug shall be recovered. The I
main shall be tapped at an angle of forty-five degrees (450) with the vertical, if
possible. The stop must be turned so that the T-handle will be on top.
B. The Contractor shall install the new copper service line from the new corporation I
stop to the new curb stop and from the curb stop to the location shown on the
plans. The service pipe shall be laid in the mole hole excavation and in the trench I
with sufficient weaving to allow not less than one foot extra length for each 50 feet
of straight line distance.
C. Underground water service pipe shall be laid not less than ten (10) feet horizontally I
from the building drain, and shall be separated by undisturbed or compacted earth.
Where the horizontal separation cannot be met, the water service pipe shall be
installed so the bottom of the water service pipe is at least eighteen (18) inches I
above the top of the building drain line at its highest point.
D. A curb stop shall be furnished and installed for each service at the location shown I
on the plans, or as directed by the Engineer. Place a brick or masonry block under
each curb box valve. A cast iron service box shall be furnished and installed over
17 the curb stop and held in a tnuly vertical position, until sufficient backfill has been I
placed to ensure permanent vertical alignment of the box. The top of the box shall
be adjusted and set flush with the finished surface grade. The curb stop shall be
located between the curb and the property line and visible from the sidewalk. I
E. The Contractor shall be responsible for visual inspection of all water service
materials used in this work. If water pressure is available or will be available within I
"24 hours of making the new service connection, the new service shall be subjected
to normal system pressure and visually inspected for leaks. If any leaks appear,
the Contractor shall make repairs. Each water service shall be tumed on and I
observed by the Contractor within the project to verify adequate pressure and flow.
END OF SECTION
6 I
v'" ,.r-:(, I
/' ,~..
.' ,
.~ <\~
~')
....:;0
f;, 7> ti? I
\;.\ ',012
.' .y
",.F, h
, , -' I
\Y ....,
'C{:l
I
02665-6 I
I
I ?U't?J
.R
SECTION 02700
I SEWERS
I PART 1 - GENERAL
1.01 SUMMARY:
I A. Construction of piping and structures for the collection and transmission of waste
water and storm water.
I 1.02 REFERENCES:
I A. Reinforced Concrete Pipe
1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete
I Culvert, Storm Drain and Sewer Pipe.
2. ASTM C443-85a, latest edition, Standard Specification for Joints for
Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets.
I 3. ASTM C506, latest edition, Specification for Reinforced Concrete Arch
Culvert, Storm Drain and Sewer Pipe. .
"
I B. Manholes fl"
I 1. ASTM C478-90, latest edition, Standard Specification for Precast
Reinforced Concrete Manhole Sections.
I C. Intake Structures
.,
1. lOOT Standard Specifications.
I 2. Iowa Department of Transportation Highway Division "Standard Re<id
Plans Manual", latest edition.
I 1.03 QUALITY ASSURANCE:
I A. All products will meet or exceed the minimum standards specified in the applicable
references listed in the previous section.
I B. All suppliers of reinforced concrete pipe and manholes must be certified by the
Iowa Department of Transportation.
C. Reinforced concrete pipe shall be manufactured by such means to minimize cage
I twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the
form seam, will be rejected.
I D. Details of gasket installation and joint assembly are subject to acceptance by the
I 02700-1
n I
"
Engineer. I
E. All materials judged to be of poor quality will be marked by the Engineer and I
promptly removed from the site by the Contractor.
F. All pipe must pass the leakage tests specified in Part 3 of this section. I
1.04 SUBMITTALS:
A. Concrete Pipe: Submit current Iowa Department of Transportation certification. I
B. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a
profeSSional engineer registered in the State of Iowa. This submittal will not be I
reviewed for stnuctural adequacy by the Owner.
PART 2 - PRODUCTS I
2.01 MATERIALS: I
A. Reinforced Concrete Pipe
1. Joints I
a. Circular pipe: All joints will be confined O-ring gasket meeting
.L ASTM C443. All pipe 36-inch diameter and smaller will have bell I
,(l --
..... ,....z, and spigot joints. Pipe larger than 36-inch diameter may have
~'-o\?
, - tongue and groove joints.
-,) "i- b. Non-Circular pipe: All joints will be sealed with mastic butyl rubber- I
J'0 based sealant meeting the requirements of AASHTO M198-75,
~(: ~C Type "B."
,."... ~'. 0~
/ Q I
'0-- " =l: Wall Thickness: Minimum wall thickness will be B-wall as defined in ASTM
- , C76.
'-;')
''"'
3. Pipe Strength: Pipe strength shall be as specified on the plans. If not I
specified, the minimum pipe strength shall be Class III as defined in ASTM
C76.
4. Pipe Markings: All pipe shall be marked with the date of manufacture and I
ASTM class. If quadrant reinforcement is used, the top shall be marked on I
the outside of the pipe.
5. Lift holes are not allowed.
B. Plastic Pipe I
1. All pipe shall be PVC or HOPE as approved by the Engineer. I
2. All pipe larger than 4-inch diameter shall be double walled. Interior wall
shall be smooth. Outside wall shall be corrugated. (Contech A-2000, HOPE I
02700-2 I
I
I I
pipe or equal) If!(}5 J,
'fI/.
I 3. Longitudinal subdrain shall be slotted. C>..
. . . . /Ol1d I r (.
4. Method of JOinting and connecting to manholes and Intakes ($11' ,v
I submitted for approval by the Engineer.
5. Fittings: Tees for connection of 4" drain tile shall be AD
I equivalent, tap tee with cap.
C. Manholes
I 1. Joints: All joints will be confined O-ring gasket meeting ASTM C443.
2. No lift holes through the entire wall.
I
3. Mark date of manufacture.
I 4. Inverts: Precast and cast-in-place inverts must provide a channel at least
one-half the depth of the pipe and match the full cross-sectional area of the
pipe. All junctions and changes in directions of inverts shall be smooth and
I rounded to the maximum extent possible to supplement flow through the
manholes.
I 5. All manholes are 4-foot diameter unless noted otherwise.
6. Manhole frame and lid to be Neenah R-1670, self-sealing or approved
I equal. If in paved area, casting shall also be non-rocking.
D. Bedding:
I !
1. Granular bedding material shall consist of Class A Crushed Stone, lOOT ".
Standard Specification Section 4120.04 and Section 4109, Gradatation No.
I 11.
PART 3 - EXECUTION
I 3.01 INSTALLATION OF PIPE:
.
I A. Inspect before installation. Remove and replace defective sections.
B. Alignment and Grade
I 1. Install to line and grade indicated on plans using laser and check elevation
as required to maintain grade.
I 2. Driving down to grade by striking or with excessive force from excavating
equipment is not allowed.
I 3. Blocking the pipe to grade with wood, stones or other materials is not
I 02700-3
~ I
c
allowed. I
C. Bedding I
1. Support on compacted granular bedding material using the type of bedding
specified on the plans. If no bedding is specified, use Type B bedding I
supporting the pipe with compacted granular bedding material to one-half
the pipe diameter.
2. Place bedding material to ensure that there are no voids under or alongside I
the length of the pipe. Slice with shovel to remove voids. Compact with
pneumatic equipment.
3. Hand shape bell holes so that only pipe barrel receives bearing pressure. I
D. Jointing I
1. Clean and lubricate all joints prior to assembly.
2. Join per manufacturer's recommendations. I
E. Backfill as specified in Section 02220. I
F. Clean pipeline upon completion,
3.02 TESTING OF PIPE: I
A. Lamp all pipe to visually inspect for defects and debris. I
B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows:
.6- 1. Perform after completion of backfill. I
-
'Z
,:;/~O 2 Perform after groundwater has returned to normal level.
(':-~ .
\).7' I
r ' ,-
'U'C) 3. Furnish test plugs, water pumps, appurtenances, and labor. Install
...- .
~; / bulkheads for testing and weirs for measurement as necessary.
",-"
~ -:b Groundwater elevation from observation wells or excavations are subject to I
\Y n acceptance by the Engineer.
'<:--' a. If groundwater is more than one foot above top of pipe at upper
~ end, conduct infiltration or low-pressure air tests. If maximum I
pressure exerted by groundwater is greater than 4 psig, conduct
infiltration test.
b. If groundwater is less than one foot above top of pipe at upper end, I
conduct exfiltration or low-pressure air tests.
c. If pipe is larger than 27-inch, air test is not allowed.
4. Exfiltration or infiltration test performed on sections of approved length I
(maximum 1/2-mile for sewers) and before connection to buildings. Low
pressure air tests performed on manhole-to-manhole sections of pipeline. I
02700-4 I
I
I 5. Low-pressure air test:
a. Equipment
I (1) Designed for testing sewers using low-pressure air.
(2) Provide air regulator or safety valve so air pressure does not
exceed 8 psig.
I (3) All air through single control panel.
b. Procedure
(1) Perform from manhole-to-manhole after backfill.
I (2) Place pneumatic plugs: (a) sealing length: equal to or
greater than pipe diameter, (b) capable of resisting internal
test pressure without external bracing or blocking.
I (3) Introduce low-pressure air into sealed line and achieve
internal air pressure 4 psig greater than maximum pressure
exerted by groundwater above pipe invert.
(4) Limit internal pressure in sealed line below 8 psig.
I (5) Allow two minutes minimum for air pressure to stabilize.
Disconnect low-pressure air hose from control panel.
I (6) Acceptable Test Result:
(a) Minimum time for pressure to drop from 3.5 to 2.5
psig greater than maximum pressure exerted by
I ground water above pipe invert.
I Pipe diameter Time in
in inches Minutes
I 4 2.0
6 3.0
8 4.0
I 10 5.0
12 5.5.
15 7.5 <~
~- -n
I 18 8.5 ),>' -
21 10.00 \- J'
24 11.5 -j<;", tTY
,
27 ..:-........ 1,_t1 CJ
I 13.0 _,,,;,;
30 14.0 Q~
36 17.0 ~.
42 20.0
I 48 23.0
54 25.5
60 28.5
I (b) Minimum allowable time for sewers with more than
one size of pipe: based on largest diameter reduced
I by 0.5 min. I
c. Locate and repair leaks and retest as required.
I
I 02700-5
I
6. Infiltration Test I
a. Dewater and conduct test for at least 24 hours.
b. Locate and repair leaks, and retest as required. I
c. Allowable infiltration, including manholes, fittings, and connections:
maximum 200 gallons per inch diameter per mile per 24 hours.
7. Exfiltration Test I
a. Subject sewers to internal pressure by: (1) plugging the pipe at I
lower end, (2) filling pipelines and manholes with clean water to
height of two feet above top of sewer at upper end.
b. Use suitable ties, braces, and wedges to secure stoppers against I
leakage from test pressure, where conditions between manholes
may result in test pressure causing leakage.
c. Rate of leakage from sewer: Determined by amount of water I
required to maintain level two feet above top of pipe.
d. Allowable exfiltration same as allowable infiltration.
e. Modification to this test only as approved by the Engineer. I
f. Locate and repair leaks and retest as required.
C. Deflection Tests: Perform deflection tests on all PVC sewers as follows: I
1. The mandrel (go/no-go) device shall be cylindrical in shape and
constructed with nine (9) evenly spaced arms or prongs. The mandrel I
dimension shall be 95% of the flexible pipe's published ASTM average
inside diameter. Allowances for pipe wall thickness or ovality (from
shipment, heat, shipping loads, poor production, etc.) shall not be deducted I
<' from the ASTM average inside diameter, but shall be counted as part of the
. 5% allowance. The contact length of the mandrel's arms shall equal or
exceed the nominal diameter of the sewer to be inspected. Critical mandrel I
dimensions shall carry a tolerance of ~ .001".
.6.- 2. The mandrel inspection shall be conducted no earlier than 30 days after
~ reaching final trench backfill grade provided, in the opinion of the Engineer, I
?Q sufficient water densification or rainfall has occurred to thoroughly settle the
r/7
" - soil throughout the entire trench depth. Short-term (tested 30 days after
'~?: I
r ~/ installation) deflection shall not exceed 5% of the pipe's average inside
'-'/'6
v;' . ~r /C diameter. The mandrel shall be hand pulled by the Contractor through all
v-.
-:::- "t sewer lines. Any sections of the sewer not passing the mandrel test shall
be uncovered and the Contractor shall replace and recompact the I
\.Y o;?
_-? embedment backfill material to the satisfaction of the Engineer. These
'9>
p repaired sections shall be retested with the go/no-go mandrel until passing.
3. The Engineer shall be responsible for approving the mandrel. Proving rings I
'may be used to assist in this. Drawings of the mandrel with complete
dimensioning shall be furnished by the Contractor to the Engineer for each I
diameter and type of flexible pipe.
I
02700-6 I
I
I 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND
INTAKE STRUCTURES:
I A. Set bases true to line and elevation on minimum six-inch granular backfill material.
I B. Install O-ring gasket in joints between sections conforming to manufacturer's
standard.
I C. Cast in place inverts must provide a channel at least one-half the depth of the pipe
and match the full cross-sectional area of the pipe. All junctions and changes in
direction shall be smooth and rounded to the maximum extent possible to
I supplement flow through the structure.
D. Plug holes for handling with mortar.
I E. Lay grading rings in full bed and joint of mortar without subsequent grouting,
flushing or filling: bond thoroughly.
I F. Set frames with top conforming to finished ground or pavement surface as
indicated and directed.
I G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space
between masonry top and bottom flange of frame.
I H. Backfill as specified in Section 02220.
I. Clean manhole upon completion. n
,-. ....-...
~:..
I ~~.
J. Inspect for visible leaks after groundwater has retumed to normal leii~1]
leaks. Q-
z
I 3.04 MAINTENANCE OF FLOW:
I A. Storm Sewers: At the end of each working day, the Contractor shall -establish
the full capacity of any drainage system affected by constnuction. Diversion of
storm water into the sanitary sewer system is not allowed.
I B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the
sanitary sewer system and protect the system from storm water.
I C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by
pump readily at hand. The Contractor shall provide the Police Department and the
Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers
I where the responsible person may be reached 24 hours a day to make immediate
repairs and/or replacement in case of diversion system failure. Diversion of
sanitary sewerage to storm sewers of waterways is not allowed.
I END OF SECTION
I
I 02700-7
I
I ;::,
SECTION 02710 {(J05 JUL I
SUBDRAlN SYSTEM
I
Cr--
IOvj!~ / y
,
I PART 1 - GENERAL
1.1 DESCRIPTION
I A. Work included: Provide subdrain system where shown on the Drawings, as
specified herein, and as needed for a complete and proper installation.
I B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
I limited to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
1.2 QUALITY ASSURANCE
I A. Use adequate numbers of skilled workers who are thoroughly trained and
experienced in the necessary crafts and who are completely familiar with the
I specified requirements and the methods needed for proper performance of the
work of this Section.
I B. Codes and Standards:
1. All work shall be done in accordance with the best present day Standards
for installation and construction practices and shall conform to the codes
I and standards listed in the Standard Specifications.
2. Comply with all applicable laws, building and constnuction codes and
requirements of governmental agencies under whose jurisdiction work j;>
I being performed; fees for permits and licenses shall be paid by Contractor.
3. Unless specifically noted to contrary, conform with and test in accordance
with applicable sections of latest revisions of codes and standards listed in
I specifications. ,
C. Conflicts:
I 1. Between referenced codes and standards: Code or standard establishing
more stringent requirements shall be followed.
2. Between referenced codes and standards and specificat~ris and plans:
I one establishing more stringent requirements shall be followed.
D. Permits:
1. The Contractor shall obtain all local permits required, prior to commencing
I construction.
1.3 SUBMITTALS
I A. Product Data: After the Contractor has received the Owner's Notice to Proceed,
submit the following to the Engineer:
I
02710 - 1
I
I
" I
1. Materials list of items proposed to be provided under this Section; which I
includes pipe, frames and covers, intake castings and ladders.
2. Manufacturer's specifications and other data needed to prove compliance I
with the specified requirements;
3. Manufacturer's recommended installation procedures which, when
approved by the Engineer, will become the basis for accepting or rejecting I
actual installation procedures used on the work.
4. Incorporate no materials in work until mill andlor factory test certifications,
as requested by Engineer, have been furnished which show that materials I
comply with specifications.
5. Such other information as Engineer may request.
1.4 PRODUCT HANDLING I
A. Comply with manufacturer's recommendations and paragraph 3.3A.7-9 of this
Section. I
PART 2 - PRODUCTS I
2,1 PIPE MATERIALS AND JOINTS
A. PVC Subdrain Pipe shall be Contect A-2000 Perforated PVC pipe or equal. I
1. Pipe Size: 6 inch nominal diameter
2, Water Inlet Area: Slot perforations shall be required at 5:00 and 7:00 I
positions with a minimum of 1.85 square inches of opening per lineal foot of
pipe.
3. Joints: Gasketed pipe joints shall show no leakage when tested in I
accordance with ASTM 03212. Elastomeric seals (gaskets) shall meet the
requirements of ASTM F477.
4. PVC Pipe, Fittings and Couplings: Pipe and fittings shall conform to ASTM I
4- F949. Resin shall conform to ASTM 01784, cell class 12454B PVC
~ compounds, 46 psi deflection.
fe.V
',), 5. PVC Pipe Stiffness: Minimum of 46 psi per test method ASTM 02412 at
.; .7/ 5% deflection. I
....._, .:.,...-::
"j D 6 Pipe Markings: The following shall be required on the pipe:
"'L-'
,/ -:h a) Cell Class
DO b) Pipe Stiffness I
y
c) Manufacturer's name
d) ASTM specification number for pipe
I
2.2 DRAINAGE STRUCTURES
A. General: I
1. Construct junction boxes, risers, intakes and fittings as shown on the plans
and Standard Drawings as specified herein.
B. Materials: I
1. Use A2000 pipe fittings and components as manufactured by Contech, or
I
02710 - 2
I
-------
I
I equal.
2. Drainage grates for inlet drains shall be 4 inch diameter Round Chrome
I Grate with PVC collar as manufactured by the NOS Company, or equal.
3. French Drain backfill rock to be used for pipe bedding, haunching
trench backfill shall be lOOT Gradation 12.
I ~ ~
'i"l
PART 3 - EXECUTION U CJ. f /
'71 /",
I 3.1 SURFACE CONDITIONS ::::y 6c<;
A. Examine the areas and conditions under which work of this Section w1 Jbr
I performed. Correct conditions detri-mental to timely and proper completion of tfni':::
work. Do not proceed until unsatisfactory conditions are corrected. Before
installation of new sewer facilities, verify sizes, measurements, type and location of
I I existing piping and appurtenances at points of connection to existing system.
3.2 FIELD MEASUREMENTS
I A. Make necessary measurements in the field to assure precise fit of items in
accordance with the approved design.
I 3.3 INSTALLATION
I A. Install in full conformance with manufacturer's recommendations and according to
the drawings.
1. Keep pipe free of all dirt and foreign material.
I 2. Use no defective pipe: Check each length for defects and hairline cracks
at ends prior to lowering into trench,
3. Carefully protect pipe and joints from injury while handling and storing pipe,
I 4. Pipe handling on the project site shall be done in a manner which fully
protects the pipe from injury.
a) Do not telescope small pipes inside larger pipe for shipment or
I storage.
b) Pipe with damage to lining shall be rejected. Field patching of lining
shall not be permitted. ,'"
c) Smooth and bevel rough and cut edges of fieldcut steel pipe, to
I prevent gasket damage.
d) Unload all pipe and fillings with slings, hoists or skids to avoid
shock or damage to pipe. Dropping or rolling of pipe shall not'be
I permitted. '
5. Clean bell and spigot surfaces of dirt and foreign matter before' jointing
pipe.
I a) Join pipe in strict accordance with manufacturer's
recommendations.
6. Sewers shall be checked for alignment by either using a laser beam or
I lamping. The light should be visible through the section of pipe lamped.
The results of the alignment test shall be evaluated by the Engineer.
Correct misalignment, displacement or otherwise defective sewer at
I
02710-3
I
I
Contractor's expense. I
7. Available information regarding location and depth of existing utilities is
shown on plans. Exercise extreme care to avoid damaging existing I
installations.
~ n
3.4 TESTING
I
A. No tests for leakage required.
B. Visually inspect interior joints; any joints or sections of line having defective pipe, I
poor joints, or excessive infiltration, as determined by Engineer, shall be corrected
at Contractor's expense.
END OF SECTION I
I
I
I
I
I
j I
f I
-;:"(' ,/.
_?
I (;.
(:;-, )'0 I
r .!
0--' '<6~
..-2
~ '7 I
I
I
02710-4 I
I
I
I SECTION 02900
I LANDSCAPING
I PART 1 - GENERAL I
1.01 SUMMARY: I
I
A. Plantings (trees, shnubs, grass and wildflower seeding), including soil preparation,
finish grading, landscape accessories and maintenance,
I 1.02 QUALITY ASSURANCE:
I A. The fitness of all plantings shall be determined by the Engineer and/or the City
Forester with the following requirements:
1. Nomenclature: Scientific and common names shall be in conformity with
I U.S.DA listings and those of established nursery supplies. I
2. Standards: All trees must conform to the standards established by the I
I American Association of Nurserymen.
I
B. The Contractor shall repair or replace all plantings which, in the judgment of the I
I Engineer and/or City Forester, have not survived and grown in a satisfactory
manner for a period of one year after City Council acceptance of the project.
I 1.03 SUBMITTALS:
A. Certify that all plantings are free of disease and insect pests. Certificates shall be
I submitted to the Engineer andlor City Forester.
B. Submit certification of seed mixtures, purity, germinating value, and crop year
I identification to the Engineer.
1.04 DELIVERY, STORAGE AND HANDLING:
I A. Protect all plantings in transit to site to prevent wind burning of foliage.
~
I B. Set all balled and burlapped trees and shnubs, which cannot be planted
immediately, on ground and protect with soil, wet peat moss or other acceptable
material, and water as required by weather conditions. .
I C. Keep container grown trees and shrubs, which cannot be planted immediately,
moist by adequate watering. Water before planting.
I
I .'
I 02900-1
1
,., I
0
PART 2 - PRODUCTS I
2.01 TREES AND SHRUBS: I
A. Trees and shrubs shall be vigorous, healthy, well-formed, with dense, fibrous and
large root systems and free of insect or mechanical damage. I
B. All trees and shrubs, except those specified as container grown, shall be balled in
burlap with root ball formed of firm earth from original and undisturbed soil. At a I
minimum, 80% of all plantable containers shall be removed during planting.
I
C. All trees shall display the following form and branching habits:
I
1. Free of branches to a point at 50% of their height.
I 2. Contain a minimum of six (6) well placed branches, not including the I
! leader.
D. Trees shall be measured when branches are in their normal position. Caliper I
measurement shall be taken at a point on the tnunk six inches (6") above ground.
E. Trees which have no leader or have a damaged or crooked leader, or multiple I
leaders, unless specified, will be rejected. Trees shall be freshly dug.
2.02 SEED: I
Minimum Lbs.l
Proportion Lbs.l 1,000
Mix by Weight Acre sq.ft. I
Late Fall Seed - Winter Wheat
Spring Seed I
Urban Mix' 70% 122.0 2.80
Kentucky Blue Grass 10% 18.0 0.40
Perennial Rygrass (fine leaf variety) 20% 35.0 0.80 I
Creeping Red Fescue
2.03 LIME AND FERTILIZER: I
A. Ground agriculture limestone containing not less than 85 percent of total I
carbonates.
, ,/)/-- Engineer. I
.~ c/
-. r k
\;) ...: 'i)'-1q Nitrogen' - 15% Phosphorus - 15% Potash -15% I
~ 'At leasl50 percent of nitrogen derived from natural organic sources of ureaform,
I
02900-2 I
--
I
I PART 3 - EXECUTION
I 3.01 PLANTING TREES AND SHRUBS: PH 4: 13
,~LERi(
A. Planting Season and Completion Date:
I \; IOWA
1. Trees: Spring - March 30 through May 15
Fall- Sept. 18 through Nov. 18
I 2. The Contractor may plant outside the limits of such dates with permission
of the City Forester. The City Forester may stop or postpone planting
I during these dates if weather conditions are such that plant materials may
be adversely affected.
!I B. The planting shall be performed by personnel familiar with the accepted
procedures of planting and under the constant supervision of a qualified planting
supervisor.
I C. Tree and shrub placement shall be as shown on the plans.
D. Contractor shall inform the City Forester of the starting date and locatio~ All
I planting soil must be approved by the City Forester before use.
E. Excavate with vertical sides and in accordance with following requirements:
I ~
1. Excavate tree pits to a minimum of two feet greater in diameter than root
ball of tree and sufficiently deep to allow for a minimum of 6 inches of
I planting soil mixture below root ball.
2. Plant shnubs in pits 12 inches greater in width than diameter of root ball or
I container and sufficiently deep to allow for a minimum of 6 inches of
planting soil mixture below root ball.
I 3. Do not use auger to excavate planting pits.
F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight
I and at elevation where top of root ball is one inch lower than surrounding finished
grade after settlement.
I G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all
burlap and lacing and remove from top one-third of root ball. Do not pull burlap
from under any root ball. Backfill tree and shrub pits halfway with planting soil
I mixture and thoroughly puddle before further backfilling tree or shrub pit. Water
tree or shnub again when backfill operation is complete.
H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a
I minimum of three inches of hardwood mulch which has been approved by the City
Forester.
I
I 02900-3
,
I
4
3.02 PLANTING SOIL MIXTURE: I
A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 I
clean sand. All backfill shall have a uniform appearance and shall be loose, friable,
and free of hard clods and rock over two inches in diameter.
3.03 LAWN SEED, FERTILIZE, LIME AND MULCH: I
A. Apply lime by mechanical means at rate of 3,000 pounds per acre.
B. Apply fertilizer at rate of 450 pounds per acre. I
C. Seed Areas:
1. Remove weeds or replace loam and reestablish finish grades if any delays I
in seeding fawn areas allow weeds to grow on surface or loam is washed
out prior to sowing seed. This work will be at the Contractor's expense. I
2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical
means. Sow one-half of seed in one direction, and other one-half at right
angles to original direction. I
3. Rake seed lightly into loam to depth of not more than 'I.-inch and compact
by means of an acceptable lawn roller weighing 100 to 150 pounds per
linear foot of width. I
_ 4. 4. Hydro-seeding may be used upon approval of the Engineer.
f.;. ':l:1-_until germination, and continue as necessary throughout maintenance and I
, --c!. (Protection period.
'.-' ,
_ S-E. :-CSeed during approximate time periods of Apnl 1 to May 15 and August 15 to I
[c .J (5 teptember 15, and only when weather and soil conditions are suitable for such
~rk, unless otherwise directed by the Engineer.
- I
All areas requiring mulch shall be mulched as soon as seed is sown and final
rolling is completed. Mulch shall be evenly and uniformly distributed and anchored
into the soil. The application rate for reasonably dry material shall be approximately I
1 Y:. tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay
per acre, or other approved material, depending on the type of material furnished.
All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, I
and slope areas shall be tilled on the contour. Crawler-type or dual-wheel tractors
shall be used for the mulching operation. Equipment shall be operated in a manner
to minimize displacement of the soil and disturbance of the design cross section. I
3.04 WILDFLOWER SEED AND MULCH:
A. Seed dates recommended by seed supplier and approved by City. I
B. Seed Areas:
I 1. Remove weedy growth within the area to be seeded by applying two I
separate applications of a glyphosate herbicide in accordance with
manufacturers specifications. I
02900-4 I
I
I U_D
2. lightly till earth surface to break it up. Repair er~p ?~ea finish grade.
I Notify City representative for inspection of seed 6~trpn& t e~lnQ: I 3
3. Seed and mulch as soon as possible after co~~~~Y E(!!.~!liI\O reduce
I risk of erosion. Broadcast seed and nurse at s \~ r nr0~! soil.
lightly rake and roll seed bed surface. Mulch seed ar' imM iately
after seeding with weed free straw at the rate of 1 % t s per ere.
I 4. All seeded and mulched slopes steeper than 3:1 ill be covered with a
straw blanket (North American Green 575 or approved equal), Install in
I accordance with manufacturer specifications.
5. RE-SEEDING
I When all work related to seeding on an area has been completed but is
washed out or damaged prior to final acceptance of the project by the City,
the area shall be re-seeded at the contract unit price or prices when so
I ordered by the City's Representative.
6. WARRANTY
I a. If less than 30 percent of the seed fails to establish and
survive to the next growing season, the Contractor shall be
responsible for re-seeding at the specified rate at no cost to
I the City.
b. During guarantee period (of 4 months), any defects in finish
grading and seeding work, and all damages to property
I resultant from such defects and all damage resultant from
remedying these defects, shall be corrected by the Contractor
without expense to the owner. ,
I 3.06 MAINTENANCE - ALL PLANTlNGS:
I A. Begin maintenance immediately and continue maintenance until final acceptance
of work. Water, mulch, weed, pnune, spray, fertilize, cultivate and otherwise ,.,.
maintain and protect all plantings.
I B. Maintain sod and seed areas at maximum height of 2% inches by mowing.at least
three times. Weed thoroughly once and maintain until time of final acceptance.
I Reseed and refertilize with original mixtures, watering, or whatever is necessary to
establish, over entire area, a close stand of grasses specified, and reasonably free
of weeds and undesirable grasses.
I C. Reset settled trees and shrubs to proper grade and position, and remove dead
material.
. \
,
I D. All tree and shnub plantings shall be guaranteed for a period of one year after by
City Council acceptance of the project.
I E. The Contractor shall supply all water for planting and maintenance. Water may be
I 02900-5
.~-_._-- .
" I
II
obtained at the Contractor's expense at the bulk water fill station located at 1200 S. I
Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E.
Washington Street. I
END OF SECTION
I
I
I
I
I
I
I
I
'/ ~0 I
I
-;:> ,V) -r.
/J )~./,
.I.~ ",.' U
r ,(
">" /' "/:-iz: I
,y. Q-
--:/:
0/ I
I
I
I
02900-6 I
,
.
II
I ?!I"l15 JiJ!.
I 01 PI'!
/Orvjl;/ C'" ~: / J
I ') Ct ( 111(
'U;q
I
I
I
I DIVISION 4
I MASONRY
I
I
I
I .
I
./
I
I
I
.
I
I
II
I SECTION 04462
I LIMESTONE RETAINING WALLS Pi"
I ~: /3
PART 1 GENERAL ..tf,qj<'
II 1.01 SUMMARY r tOWA
A. SECTION INCLUDES
I 1. This part of the Specification includes all labor, materials, equip nt, and
supervision required to construct (mortarless) limestone retaining walls.
I 1.02 QUAliTY ASSURANCE
A. Materials and methods of construction shall comply with the American Society for
I Testing and Materials (ASTM) and applicable requirements of local goveming
authorities and American National Standards Institute (ANSI) A41.1, Building
Code Requirements for Masonry, for the types of stone masonry construction
I indicated.
B. Limestone Standards:
l
I 1. Native Iowa limestone -min. 55% calcium chloride as CaC04. .
2. Compressive strength (ASTM C170 - 50).
a. Minimum - 6500 psi.
b. Average - 7500 psi.
I 3. Absorption (ASTM C97 - 47) - maximum 7.0%.
C. Installation: Performed only by experienced stone masons with satisfactory
I record of performance on complete projects of comparable size and quality.
D. Provide all limestone from one quarry to ensure consistent color range and
I texture.
E. Do not change source or brands of materials during the course of the work.
I 1.03 SUBMITTALS
I A. Product data for stone and accessories required.
B. Samples of limestone required. Include the color and texture proposed for the
I work.
1.04 DEliVERY, STORAGE AND HANDliNG
I A. Stone:
1. Deliver, store, and handle limestone materials in accordance with stone
suppliers recommendations.
I 2. When blocking and packing, use non-staining materials.
3. Protect stone from damage and soiling.
I
I 04462 - I
r I
0
B. Stone Accessories: Deliver, store, and handle masonry accessories to prevent I
weather damage and deterioration.
1.05 PROJECT CONDITIONS I
A. Protect partially-completed limestone work against weather damage and
moisture, when work is not in progress. Cover tops of limestone with strong, I
waterproof, non-staining membrane.
B. Cold Weather Construction: I
1. Do not use frozen materials or materials mixed or coated with ice or frost.
2. Do not build on frozen ground or frozen work. Remove and replace stone
work damaged by frost or freezing, I
C. Protect adjacent work from damage, soiling, and staining during masonry work
operations. I
PART 2 PRODUCTS
2.01 LIMESTONE I
c" .;:;;: Quarried and supplied by Weber Stone Co., Inc., Anamosa, Iowa.
-- -,,9- I
:;r
~\ Y. Natural bed limestone (cut wall stone).
~-..c.-
C<... USize ranges: 10" -12" x 18" - 24" x 3' - 4' I
y... ,,{..
......-:;-z
o ~de/quality: Standard.
"...
Provide sound limestone uniform in color and texture, free from mineral stains, I
I other foreign matter, and defects detrimental to appearance and durability.
F. Color range, texture, and finish of limestone shall be within range of Landscape I
Architect's accepted samples.
2.02 ENGINEERING FABRIC I
A. In accordance with Iowa Department of Transportation's English Standard
Specifications for Highway and Bridge Construction Series 2001 (hereinafter I
called Standard Specifications) Section 4196 (Engineering Fabrics), Paragraph B
(Subsurface Drainage).
2.03 GRANULAR BACKFILL I
A. Shall meet gradation requirement for Gradation No. 12 of the Aggregate Table I
referenced in Standard Specification Section 4109.
2.04 COMPACTED GRANULAR SUBBASE I
A. Shall meet gradation requirement for Gradation No. 12 of the Aggregate Table
referenced in Standard Specification Section 4109. I
04462 - 2 I
- - - ---- - -- --...-- ---~._--- ,- -- - -
--
I
I PART 3 EXECUTION FIt
I..~_-
I 3.01 INSPECTION 20U6 JUL I 7
A. Examine substrates and installation conditions. ernl C
, IOWA CII~ f\
II
B. Do not start limestone work until unsatisfactory conditions are corre ed. \,V,~
3.02 PREPARATION
I A. Establish lines, levels and coursing.
I B. Do not use stone units with chips, cracks, voids, stains, or other visible defects.
3.03 INSTALLATION OF STONE
I A. Set limestone in accordance with drawing details for stone work. Provide
supports, and other attachments shown, or necessary to secure limestone in-
I place. Shim and adjust accessories as required for proper setting of stone.
B. Erect limestone work plumb and true with joints widths and alignments as shown
I on the drawings.
3.04 CLEANING AND REPAIR
I A. Remove and replace stone units which are loose, broken, stained, or otherwise
damaged. Provide new matching units, installed as specified.
I B. Upon completion of the work, remove from site all excess materials, debris, tools,
and equipment. Repair damage resulting from stone masonry work operations.
I 3.05 INSTALLATION OF ENGINEERING FABRIC
A. Engineering fabric shall completely encase granular backfill material and shall
. overlap one (1) foot minimum at the top of the wall.
3.06 INSTALLATION OF GRANULAR BACKFILL ,
,
I A. Minimum width of granular backfill material placed behind the limestone walls
shall be one (1) foot.
I "
3.07 INSTALLATION OF COMPACTED GRANULAR SUBBASE
A. Compacted to 95% Standard Proctor Density.
. B. See detail drawings for dimensions.
I "
,~
,.
~J 04462 - 3
.
-
I
~
PART 4 MEASUREMENT AND PAYMENT I
A. MEASUREMENT I
1. All retaining walls shown on the drawings are measured in square feet of
exposed limestone wall surface. Exposed wall surface is that portion of
the wall constructed above the earth shoulder elevation at the base of the
wall. I
2. The exposed wall surface areas are shown on the drawings in the wall
tables and the total exposed wall surface area for each wall type is shown
on the Bid Form. I
B. PAYMENT
1. The contractor will be paid a per square foot unit price for completed, I
exposed limestone wall surface area. This payment will be made for both
wall types shown on the drawings.
2. All work associated with the walls is included in the unit price. This work I
includes materials delivery to the site; site preparation; all materials
(stone, granular backfill, granular subbase; engineering fabric);
excavation, additional stabilization procedures and methods; installation; I
accessories; equipment and tools; and cleaning and repair.
END OF SECTION
I
I
I
I
I
I
I
I
I
I
04462 - 4 (
I Shoe~1le1
& aaand~~ Letter of Transmittal
160 Holiday Road Date --JU l 'to Job No. 0<.005
O\.-
Attention
Coralville lA, 52241 RE
319-351-7150
~<< It-
r1 ~f?vvt ,
To:
~'~ C/~(L---
I"t '/0. C. ~A.Ale, The following items:
We are Sending you: [ ] Attached [ ] Under separate cover via
[ ] Shop drawings [ ] Prints [ ] Plans [ ] Samples J>4J Specifications
[ ] Copy of letter [ ] Change order [ ]
Copies Date No. Description
I ew;~eA l~eC b1.'J/L -
,
r......)
Q =
e-"
~
)-;~ c-.
c::
, -
C) '. N . 'J
=:iI', .:;- i-
,c<r-- m
rll "
~ - ,
s!~ \...J
'- ~
....
-!:"'
These are Transmitted as checked below:
[ ] For approval [ ] Furnish as submitted [ ] Resubmit copies for review
~For your use [ ] Furnish as noted [ ] Submit copies for distribution
As requested [ ] Returned for corrections [ ] Return corrected prints
[ ] For review and comment [ ]
[ ] For bids due 20 - [ ] Prints returned after loan to us
Remarks !l1 {A/r {}.Ih :
A a ciUutf
r
Copy to: Signed:
I
I
I
I
I
I ~~
I CITY OF IOWA CITY
I '"
=
0 =
>0 en
'--
:f;- c-.:: 1]
DEPARTMENT OF PUBLIC WORKS O~ ...
I N
ENGINEERING DIVISION --Ie) ....- ,--
'-rj
.:-<i -0 \ I
1"""--'
., r-1
;:=;:::0 :::r '-...J
I ----) ......-.
;?/'-. W
)> -
-, .s:-
I PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
SITE IMPROVEMENTS - BROOKLAND PARK
I IOWA CITY, IOWA
I -
I I hereby certify that this landscape architectural document was prepared by me or under my direct
I personal supervision and that I am a duly licensed Landscape Architect under the laws of the
State of Iowa. "
SIGNED: \\\\1111111//
DATE: ,""\.:~E OF l JJJIII
I .-- ''0.... .......... 0"" I
,'.0 00...,
~LUJ(~ $' '* .... 0.,,:9 ~
j 2~"" STEVENS.\*~
I A ti ~: FORD ~'U~
( 11 ~ 'K,:-
Steven S. Ford, ASLA ~ :: ~~ NO, : _ =
Iowa Reg. No. 274 ~i' 274 /(Jj
,,00 .'~'"
I ....~ (? -0. .0" ~ ,~
" ~"""""",<(;. "
My license renewal date is June 30, 2008. '/'/1 Nose!': \ \ \"
II"fllIl\\\\
I
--- --------
.
I
I
I PROJECT MANUAL
FOR
I SITE IMPROVEMENTS - BROOKLAND PARK
IOWA CITY, IOWA
I
I
I PRE-BID CONFERENCE: 2:00 p.m.. Central Time. Auaust 17. 2006
Civic Center
I 410 East Washington Street ,,~
Iowa City, Iowa <5 =
=
:2:=0 ""
"--
):>--1 c::; Il
I C) -<.: r-
""
=--lC") .&:'"
,~' m
':-'1
lT1 -u ....
I c.) ;52 2 U
BID DUE: 2:00 p.m.. Central Time. Auaust 24. 2006 <:..~ /'-. W
)> -
City Clerk ~
I
Civic Center
410 East Washington Street
I Iowa City, Iowa 52240
I
I
I
I
I
I
I
I
I
TABLE OF CONTENTS
I Paoe Number
I TITLE SHEET
TABLE OF CONTENTS
I ADVERTISEMENT FOR BIDS .........,...................................................................... AF-1
I NOTE TO BIDDERS ............................................................................................... NB-1
FORM OF PROPOSAL .............................................................,............................. FP-1
I BID BOND ....................................................................................................... ........ BB-1
FORM OF AGREEMENT ..........,...............................................................,............. AG-1
I PERFORMANCE AND PAYMENT BOND ....................,......................................... -PB-1 ",
0 <=
C~
- ""
'I CONTRACT COMPLIANCE ~ ~ 2::
(ANTI-DISCRIMINATION REQUIREMENTS) ................................................... ~1 ,- Il
_ N
-! (J +:- ~
, I GENERAL CONDITIONS........................................................................................ --<GC-1 "'tJ iT]
III
--.......-! ~.. .-.
0...1..; -- .......J
SUPPLEMENTARY CONDITIONS ................................,........................................ :SSC-1 ~
I j;; ~
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID .c-
PROJECTS.................,...........,.......................................................................... R-1
I SPECIFICATIONS
I DIVISION 1 - GENERAL REQUIREMENTS
Section 01010 Summary of the Work ..............................,.......................... 01010-1
Section 01015 Altemates ...............,..................................,......................... 01015-1
I Section 01021 Cash Allowances ................................................................. 01021-1
Section 01025 Measurement and Payment ................,..,............................ 01025-1
Section 01300 Submittals and-Substitutions ............................................... 01300-1
I Section 01310 Progress and Schedules ..................................................... 01310-1
Section 01570 Traffic Control and Construction Facilities........................... 0157<J.-1
Section 01640 Product Handling ................................................................. 01640-1
I Section 07137 Pollution Prevention Plan..................................................... 01737-1
DIVISION 2 - SITE WORK
I Section 02015 Constnuction Staking ........................................................... 02015-1
Section 02050 Demolitions, Removals and Abandonments........................ 02050-1
I Section 02100 Site Preparation.,................................................................. 02100-1
Section 02210 Site Grading......... .............................,.................................. 02210-1
Section 02212 Subgrade Preparation and Repair....................................... 02212-1
I Section 02220 Earth Excavation, Backfill, Fill and Grading......................... 02220-1
Section 02270 Slope Protection and Erosion Control.................................. 02270-1 I
Section 02518 P.C. Concrete Pavers - Bituminous Setting Bed ................. 02518-1
Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 I
Section 02524 Curb Ramps ........................................................................ 02524-1
Section 02660 Water Distribution................................................................ 02660-1
Section 02665 Water Service Work For Contractors .................................. 02665-1 I
Section 02700 Sewers................................................................................. 02700-1
Section 02710 Subdrain System ................................................................. 02710-1
Section 02900 Landscaping ........................................................................ 02900-1 I
DIVISION 4 - MASONRY
Section 04462 Limestone Retaining Wall.................................................... 04462-1 I
I
I
I
I
I
l/')
<'\I ~ I
r', M ,... :s:
<-..' L'~ ;0,-=0
I' . JJ --
~-.!- -' -J (-' I
-- -:1' ~) ',~~
L'_ '" /-0
,
:..:, ,.= :0:(
--, O;C' I
,~ ~
,-~ 0
<-'>
,,,
I
I
I
I
I
I
I
ADVERTISEMENT FOR BIDS
I BROOKLAND PARK DEVELOPMENT PROJECT
Sealed proposals will be received by the City
I Clerk of the City of Iowa City, Iowa, until 2:00
P.M. on the 24th day of Auoust ,2006, or at
a later date and/or time as determined by the
Director of Public Works or designee, with notice
I of said later date and/or time to be published as
required by law, Sealed proposals will be opened
immediately thereafter by the City Engineer or
I designee. Bids submitted by fax machine shall not
be deemed a "sealed bid" for purposes of this
Project, Proposals will be acted upon by the City
Council at a meeting to be held in the Emma J.
I Harvat Hall at 7:00 P,M. on the -9!!L day of
Seotember. 2006, or at such later time and place
as may be scheduled.
I The Project will involve the following:
The develooment of a new Dark located at
Melrose Court and Greenwood Drive. This shall
include clearino and orubbino. demolition (shelter. ",
I olav areas. concrete walk and steos!. earthwork 0 =
=
and oradino. construction shelter Dad. olavoround, c'
::C:O <-
PCC walk. trail. landscaoino. reoradino of ditch. J..""> --l c:: -n
r-
I installation of culverts and surface restoration. 0-< N -
----f(-) ..,.. r-
Ail work is to be done in strict compliance with .:-<r iT]
rp "
the plans and specifications prepared by -" :l;: '-'
I 0--'; \..J
Shoemaker & Haaland Professional Enoineers , -s:^ w
of Coralville , Iowa, which have heretofore been )> -
approved by the City Council, and are on file for C"
I public examination in the Office of the City Clerk.
Each proposal shall be completed on a form
fumished by the City and must be accompanied in
I 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,
I 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
I 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
I 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
I 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
I of the contract, or until rejection is made, Other
bid bonds will be retumed after the canvass and
tabulation of bids is completed and reported to the
I City Council.
The successful bidder will be required to furnish
II AF-1
a bond in an amount equal to one hundred I
percent (1 00%) of the contract price, said bond to
be issued by a responsible surety approved by the I
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 I
any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of one to five year(s) from and after its completion I
and formal acceptance by the City Council.
The following limitations shall apply to this
Project: I
Specified Start Date: September 18. 2006
Completion Date: November 13. 2006
Liquidated Damages: $200.00 per day
The plans, specifications and proposed contract I
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 I
the Office of Shoemaker & Haaland Professional
EnQineers. 160 Holidav Road. Coralville, Iowa, by
bona fide bidders,
A $40.00 non-refundable fee is required for each I
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 Shoemaker I
& Haaland Professional EnQineers.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors I
lr> and subcontractors on City projects. A listing of
"" minority contractors can be obtained from the
M :s:: Iowa Department of Economic Development at
r 'v' ::s: (515) 242-4721 and the Iowa Department of I
'- tEO
,-;- a: ---L1 Transportation Contracts Office at (515) 239-
~___' -.1 ;>--' 1422.
-, -::t' ' ,
I-i "" '..,1'- Bidders shall list on the Form of Proposal the
.0 II
~.'- ,....j .~ . names of persons, firms, companies or other
:-:'J u~
--, parties with whom the bidder intends to subcon-
,~ 0 tract. This list shall include the type of work and .:
"--0
r-, 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, I
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and I
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 I
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive I
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK I
AF-2 I
I
I NOTE TO BIDDERS
I 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to
award three references involving similar projects, including at least one municipal
I 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.
I 2. References shall be addressed to the City Engineer and include the name, address and
phone number of the contact person, for City verification.
I 3. Bid submittals are:
Envelope 1: Bid Bond
I Envelope 2: Form of Proposal
. 0 "",
"""
=,
>0 CT~
I ,~ ' '-
p- c
--J ,- 11
0-< N
-I':) .:=- ~
~-< 1:- I
,. f'Tl CI iTl
....-).:r.:J -- !J
~~ o..J
! w
):; --
I I -
I
I
I I
I
I
I
I
I NB-1
I
I FORM OF PROPOSAL
SITE DEVELOPMENT - BROOKLAND PARK
I CITY OF IOWA CITY, IOWA
NOTICE TO BIDDERS:
I PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE
CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT.
I Name of Bidder
I Address of Bidder
TO: City Clerk
I City of Iowa City
Civic Center
410 E. Washington St. - :;;~
I Iowa City, IA 52240 Q ~
<:() L...
):::.> =:i c::
The undersigned bidder submits herewith bid security in the"amoum of I I
I $ in accordance with the terms set forth in the "Project S~j!!:cati~S." ;._-:
-'hl -0 ill
The undersigned bidder, having examined and determined the scope ot.Jl1f1l' COiifractC:J
I Documents, hereby proposes to provide the required labor, services, materials ~equifnnent
and to perform the Project as described in the Contract Documents, including Adqenda
, , and , and to do all work at the prices set forth herein.
I We further propose to do all "Extra Work" which may be required to complete the work
contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work.
I ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
I ~ Mobilization ~ 1 $ $
I 2. ~~~oo ~ 1
3. Clearing and Gnubbing LS 1
I 4. GradinglEarthwork CY 550
I 5. Subgrade Repair CY 10
6. Imported Earthen Fill CY 450
I 7. Imported Topsoil CY 70
I 8. Class 0 Revetment Stone Ton 250
I FP-1
I
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT I
9. 36" RCP Culvert LF 28 I
10. 27 x 44 RCP Pipe LF 20
11, 6"0 Plastic Pipe LF 30 I
12. 36" RCP Apron EA 6
13. 27 x 44 RCP Apron EA 2 I
14. 4"0 Subdrain Pipe LF 120 I
15. 1"0 Water Service Line LF 130
16. Relocate Yard Hydrant EA 1 I
17. 6" Thick PCC Shelter I
Pavement SY 78
18. 6" Thick PCC Trail SY 675 I
19. Park Sign EA 1
20. Concrete Pavers SY 50 I
tr)
21. ~teel ~drail- 8' Trail LF 120
r' C") v$ I
;-'f2. ;,: St~~ Handrail- 10' Trail LF 20
,- - .... ~
:-23. ~ Li~Jlt~ne Seat Wall TON 33 I
L'_ ,ee' >U
~ -.-
24. J Ti~er,Seat Wall SF 225
'-" So I
" 0
25. ~ Limesfone Boulders TON 11
26. Limestone Trail TON 200 I
27. Relocate Grill EA 1
28. Safety Surface Edging LF 225 I
29. Safety Surface Material SY 250 I
30. Silt Fence LF 500
31. Erosion Control Matting SY 800 I
I
FP-2 I
I
I ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
I 32. Turf Reinforced Matting SY 1,184
I 33. Landscape Planting
Package LS 1
I 34. Final Grade/ Seed I Mulch SY 5,400
1,000
35. Constnuction Fence IF
I 36. Construction Staking LS 1 $ 3,800 $ 3.800
(Allowance)
I 37. Traffic Control LS 1
I TOTAL EXTENDED AMOUNT = $
I ,....,
0 =
=
~O ""
<-
c:
- -'J ,- il
I n-,,-.... N -
:.:::j(-) ~ ~
.. J
,-(r' m
<:1 -0
022 - ,..,
I -. \......J
'$/' w
)> -
.::-
I
I
I
I
I
I
I
I FP-3
The names of those persons, firms, companies or other parties with whom we intend to enter into I
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows: I
I
I
I
NOTE: All subcontractors are subject to approval by City. I
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract I
Documents and agrees that, in the event of any discrepancies or differences between any
conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the I
more specific shall prevail.
Firm: I
Signature: I
Printed Name: I
f.(')
N <( Title:
M -,.; I
'.c:: :s-
.....- - .-.-0
,-, c.: I-~-
" .
, , ~,>-"
..s Address:
- ,--"I::": I
N ,-_0
!..L hJ
=:J ...::.:r:
-, U-.
-,.., S
, 0 I
,--'
<"
Phone:
Contact: I
I
I
I
FP-4 I
-------------
I BID BOND
I ' as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
I hereinafter called "OWNER," in the sum of
Dollars ($ ) to pay said sum as herein
I provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
I conditioned on the Principal submission of the accompanying bid, dated August 10, 2006 for
Site Improvements - Brookland Park Project.
I NOW, THEREFORE,
I (a) If said Bid shall be rejected, or in the aitemate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract
I in the form specified, and the Principal shall then fumish a bond for the Principal's
faithful performance of said Project, and for the payment of all persons performing
labor or fumishing materials in connection therewith, and shall in all o~r res~s
I perform the Project, as agreed to by the City's acceptance of said Bid, <; 0 ~~
<'-. '--
then this obligation shall be void. Otherwise this obligation shall remain in full for~;;ci e~, -n
I provided that the liability of the Surety for any and all claims hereunder shall, in no e~pexceed ~
the amount of the obligation stated herein. - ~ m -0 ri-;
O~ :?: '_J
By virtue of statutory authority, the full amount of this bid bond shall be fo!ted to~e
I Owner in the event that the Principal fails to execute the contract and provide t e bond;as
provided in the Project specifications or as required by law.
I The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time within
which the Owner may accept such Bid or may execute such contract documents, and said Surety
I does hereby waive notice of any such time extension.
The Principal and the Surety hereto execute this bid bond this day of
I ' AD., 2006.
I (Seal)
Witness Principal
I By (Title)
(Seal)
I Surety
By
Witness (Attorney-in-fact)
I Attach Power-of-Attomey
I BB-1
I FORM OF AGREEMENT
I THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and ("Contractor") .
I Whereas the City has prepared certain plans, specifications, proposal and bid documents
I dated the _ day of , 2006, for the Site Improvements - Brookland
Park Project ("Project"), and
I Whereas, said plans, specifications, proposal and bid documents accurately and fully
I describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
I 1. The City hereby accepts the attached proposal and bid documents of the
Contractor for the Project, and for the sums listed therein.
I 2. This Agreement consists of the following component parts which are incorporated
"-"
I herein by reference: 0 =
=
;Eo m
L...
.J> -- c::
a. Addenda Numbers ,:::I r- 11
I 0' N -,
b. "Standard Specifications for Highway and Bridge Constnu~P Se:;s Jtn
f'l '~1 l
- " --- r---t
0* -U. \.J
I 2001, Iowa Department of Transportation, as amended; ~ /" C!.'
)> -
-<="
c. Plans;
I d. Specifications and Supplementary Conditions;
I e. Advertisement for Bids;
f. Note to Bidders;
I g. Performance and Payment Bond;
I h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects;
i. Contract Compliance Program (Anti-Discrimination Requirements);
I j. Proposal and Bid Documents; and I
k. This Instnument.
I The above components are deemed complementary and should be read together. In the
I event of a discrepancy or inconsistency, the more specific provision shall prevail.
I AG-1
- -- ---------- ---------- ~
3. The names of subcontractors approved by City, together with quantities, unit I
prices, and extended dollar amounts, are as follows (or shown on an attachment): I
I
I
I
4. Payments are to be made to the Contractor in accordance with the Supplementary I
Conditions. I
DATED this day of ,2006. I
City I
Contractor
Bv Bv I
(Title) I
Mayor I
ATTEST: ATTEST:
(Title) I
City Clerk (Company Official)
Approved By: I
U")
,..... :;:( I
C') ,/:::;
r -. , - ,,,0
~._-" . - L1-
L'_i ..... ...J'': City Attomey's Office
.s :.) t -= I
-" N >_0
U_ -' '- -
:,,:-.J . -
-, c3~
~-, 0 I
~,
"-'" -
......
I
AG-2 I
_ __mn___________
I
I PERFORMANCE AND PAYMENT BOND
, as
I (insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and
(insert the legal title of the Surety)
I ' as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
I called the OWner, in the amount of Dollars
($ ) for the payment for which Contractor and Surety
I hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally.
I WHEREAS, Contractor has, as of , entered into a
(date)
written Agreement with oWner for Site Improvements - Brookland Park Project; and
I WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications _prepared, by
I o 25
Shoemaker & Haaland Professional Enaineers , which Agreement is by ref~~ mr~e a
_, c::
part hereof, and the agreed-upon work is hereafter referred to as the Project. C) -( ~ Jl
I NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ari~(;h tl1at, h
.. I I I
Contractor shall promptly and faithfully perform said Agreement, then the obligati~ ~ thiSibono
I shall be null and void; otherwise it shall remain in full force and effect until satisfa~ com.'getion
of the Project. ,l:-
I A. The Surety hereby waives notice of any alteration or extension of time made by the
OWner.
I B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the OWner having performed OWner's obligations thereunder, the Surety may
I promptly remedy the default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
I Agreement, or
2. Obtain a bid or bids for submission ,to OWner for completing the Project in
I 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
I 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
I 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
t
exceeding the amount set forth in the first paragraph hereof. The term "balance of I
the Contract Price," as used in this paragraph, shall mean the total amount I
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to I
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for the following periods of time from the date of I
formal acceptance of the improvements by the Owner.
1. Paving - 5 years I
2. Landscaping - 1 year
D. No right of action shall accrue to or for the use of any person, corporation or third party I
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner. I
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 I
corporations having contracts directly with the Principal, including any of Principal's Oubcontract-
tors, all claims due them for labor performed or materials furnished in the performance of the I
Agreement for whose benefrt this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part ofthis bond to the same extent as if it were expressly set out herein. I
SIGNED AND SEALED THIS DAY OF ,2006. I
IN THE PRESENCE OF:
(Principal) I
u, it'itness (Title) I
I ",
(") '-/:-:- .
r' , . -':;C) I
,-' '--
t~i "'- .I (Surety)
-;I>"
-. ..::r ~.
II'. N ._0
, I
- ,:::;: ::'iiVitness (Title)
- ,
,~ 0::>
c"" 0
=>
"" I
(Street)
(City, State, Zip) I
(Phone) I
PB-2
J
- - --
I.
I
I
I
II
I
I Contract
I Compliance Program
.
I 0 ""
=
=
s;: '"
,-~O <-
.J>- c:-:-
I -j -co
Cl-<'::" i 1
-i0 .&;- r-
--< r- r-n
I n ." ,11
o :JJ =t r--t
~;:.~ W \..,J
)> .:
I .r:-
I ~~
I CITY OF IOWA CITY
I
I
I
I
I
II
I SECTION 1- GENERAL POLICY STATEMENT
I It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure
I that applicants seeking employment with them and their employees are treated equally without regard to
. I 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
I and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
f __ t~
I PROVISIONS: ~ ~
<c,:,(') L
1. All contractors, vendors, and consultants requesting to do business with the C(fV; ffi:~st ~ijbmir.m.
! I Equal Opportunity Policy Statement before the execution of the contract. _~ ~ ~ r, 1
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (~~ if requirea.1,.!.
I another governmental agency) must abide by the requirements of the City's C met CQ61plia'rn?e
Program. Emergency contracts may be exempt from this provision at the di~tion aOhe City.
Regardless of the value of the contract, all contractors, vendors, and consultants are subje"ct to the
City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
I 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants
are made aware of the City's Contract Compliance Program reporting responsibilities and receive the
I appropriate reporting forms. A notification of requirements will be included in any request for proposal
and notice of bids.
I 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on
pages CC-2 and CC-3) or other required material must be received and approved by the City.
I 5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
I 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
I 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code
I section 2-3-1.
I
I
I
I C~1
I
SECTION II - ASSURANCE OF COMPLIANCE I
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 I
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: I
(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 I
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 Ii
payor 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 I
contractor, state that it is an equal opportunity employer. I
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. !i 1608 et ~.) and relevant orders of the U.S. Secretary of I
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. Ii
Where is this statement posted?
I
4. What is the name, telephone number and address of your business' Equal Employment Opportunity I
Officer?
(Please print) I
Phone number Address I
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by I
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters. I
lD
'" ~
M <,-
'oJ __
r-' . - ice
,-- G: L.:.J I
: I
,-,-, --1>-"
( ~ '--
- ~ ... '.--
'" '>- C)
u_ : - -.r' I
-, U5:
.-,
,~ 0
~
..-.J I
CC-2 I
I 6. How does your business currently inform applicants, employees, and recruitment sources (including
I unions) that you are an Equal Employment Opportunity employer?
I
I
I The above responses to questions 1 through 6, are tnue and correctly reflect our Equal Employment
II Opportunity policies.
""
0 e:"~
I Business Name Phone Number (...)
~O ""
'-
J-'~ c:
......-..., --<~ ,. --n
'- f,) '-
I Signature Title ;0 .c- r--
.:.-<t-.- r-n
r-:""1 -0
--,.-, ::;: r-,
,.-,~.I \........J
-""
Print Name Date ~ w
II ..
-
.&-
I
I
I
I
II
I
I
I
I
I CC-3
I
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES I
1. COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post I
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 I
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
I page postings, employee handbooks, and advertising. I
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of I
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. I
3. INSTRUCT STAFF
YO~taff should be aware of and be required to abide by your Equal Employment Opportunity program. All I
em ) yees ~orized to hire, supervise, promote, or discharge employees or are involved in such actions
shotltsl be Jr~loed and required to comply with your policy and the current equal employment opportunity
r--'I . _ " I
L_' aws.:- I .:: "-'
L. "- '.J
_J ~_~
4. _ 'RECRUITM!:NT
~--=-...: ('-I (-~
U_ .-1 ;-- I
(a)~: ~Plltential employees know you are an equal opportunity employer. This can be done by
I ; '; i ~ing yourself on all recruitment advertising as "an equal opportunity employer".
I (b)~ Use- cruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recnuitment I
I will only perpetuate the current composition of your workforce. Send recruitment sources a letter
I 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 I
barriers.
(d) Select and train persons involved in the employment process to use objective standards and to
support equal employment opportunity goals. I
(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. I
(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. I
(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. I
(h) Improve hiring and selection procedures and use non-biased promotion, transfer and training
policies to increase andlor improve the diversity of your workforce representation. Companies
must make sure procedures for selecting candidates for promotion, transfer and training are
based upon a fair assessment of an employee's ability and work record. Furthermore, all I
companies should post and otherwise publicize all job promotional opportunities and encourage
all qualified employees to bid on them.
I
CC-4 I
I I ~ 1
-...= -~
~~~~tt
II ~""'''IIII'~
.......
~ Cltll of ~
I ~ C~
,.
! I
I
I Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa
.--.>
City Code of Ordinances which prohibits certain discriminatory Q =
=
c"'\
I ~o <-
practices in employment. Please note that the protected :1> =i c:
~J-< ,..... II
N -
characteristics include some not mandated for protection by Fe~!E1 ~ i-
I "" .-..., rn
or State law. As a contractor, consultant or vendor doing busin~;' ~ r-'
s/'" W '_J
I with the City of Iowa City you are required to abide by the proviSk>ns ::..
.s:-
of the local ordinance in conjunction with your performance under a
I contract with the City.
I
I
I
I
I
I
I
I CC-5
I
2-8.1 2-3-1 I
CHAPTER 3 I
DISCRIMINATORY PRACTICES I
SECTION: C, It shan be unlawful for any employer, I
employment agency, labor organiza-
2-3-1: Employment; Exceptions tion or the employees or members
2.3.2: Public Accommodation; thereof, to directly or indirectly adver- I
Exceptions tise or in any other manner Indicate or
2-3-3: Credit Transactions; Exceptions publicize that Individuals are unwel-
2-3-4: Education come, objectionable or not, solicited
2.3.5: Aiding Or Abetting; Retaliation; for employment Of membership be- I
Intimidation cause of age, color, creed, disability,
gender Identity, marlfal status, nation-
al origin, race, religion, sex or sexual I
orientation. (Ord. 95-3697, 11.7-1995)
2-3-1: EMPLOYMENT; EXCEPTIONS:
D. Employment policies relating to preg-
A. It shall be unlawful for any employer nancy and childbirth shall be govemed I
I to refuse to hIre, accept, register. by the followfng:
classify, upgrade or refer for employ-
ment, or to otherwise discriminate in 1. A written or unwritten employment I
employment agaInst any other person policy or practice which excludes from
or to discharge any employee be- employment applicants or employees
cause of age, color, creed, disability, because of the employee's pregnancy
gender Identity, marlfal status, naUon- Is a prima facie violation of this TItle. I
al origin, race, religion, sex or sexual
orientation. 2. Disabilities caused or contributed to
by the employee's pregnancy, mlscar- I
B. It shall be unlawful for any labor orga- rlage, childbirth and recovery there-
nlzation to refuse to admit to member- from ara, for all job-related purposes,
ship, apprenticeship or training an temporary disabilities and shall be
applicant, to expel any member, or to treated as such under any health or I
otherwise discriminate against any temporary dlsabllfly Insurance or sick
applicant for membership, apprentlce- leave plan available In connection with
ship or trainIng or any member in the employment or any written or unwrlt- I
privileges, rights or benefits of such ten employment policies and practices
membership, apprenticeship or traln- involving tenns and conditions of
Ing because of age, color, creed, employment as applied to other tem-
dlsablllty, ,gender Identity, marital porary dIsabilitIes. I
status, national origin, race, religion,
If') selt or sexual orientation of such ap- E. It shall be unlawful for any person to
('oJ plicSnt or member. solicit or require as a condition of
F) ,......-> employment of any employee or pro- I
~~ :':0
. -
'--" c.. ::.1
, '
L"_ J>--
-, ..:r :y.= I
N ~_U
L!.... :-.J - ~
--<
-') US: 897
,,, I
,~ 0 Iowa City
~
c'-'
I
CC-6 I
I.
'I 2-3-1 2-3-1
I spective employee a test for the pres- 2. An employer or employment agency
ence of the antibody to the human which chooses to offer employment or
immunodeficiency virus. An agree- advertise for employment to only the
ment between an employer, employ- disabled or elderly. Any such employ-
I ment agency, labor organization or ment or offer of employment shall not
their employees, agents or members discriminate among the disabled or
and an emPloyee or prospective em- elderly on the basis of age, color.
II ployee concerning employment, pay creed, disability, gender identity, mari-
or benefits to an employee or pro- lal status, national origin, race, reli-
spective employee in return for taking gion. sex or sexual orientation. (Ord,
a test for the presence of the antibody 95-3697, 11-7-1995)
I to the human immunodeficiency virus,
Is prohibited. The prohibitions of this 3. The employment of individuals for
subsection do not apply if the State work within the home of the employer
I epidemiologist determines and the if the employer or members of the
Director of Public Health ,declares family reside therein during such em-
through the utilization of guidelines ploymen!.
established by the Center for Disease ,..,
I Control of the United States Depart- 4. The employment ~ Indiv~als to
ment of Health and Human Services, render personal se~ the.person
that a person with a condit/on related of the employer or ;E,i~be.;s; of t'r1
I to acqUired Immune deficiency syn- employer's family. ,,-~" N =
drome poses a significant risk of --In .::- ,
_-< r-'c- . f-r-l
transmission of the human immunode- 5. To employ on the"..ba~ls 2!' se~ 'IQ
ficiency virus to other persons in a those certain Instan~~hertnleX 'l\;ji\
I specific occupation. bona fide occupa~al qUaflficatlon
reasonably necess to the- normal
=
F. The following are exempted from the operation of a particular business or
I provisions of this Section: enterprise. The bona fide occupational
qualification shall be interpreted nar-
1. Any bona fide religious Institution or rowly.
Its educational facility, association,
I corporation' or society with respect to 6. A State or Federal program de-
any qualifications for employment signed to benefit a specific age class 1-
based on religion when such qualifica- flcation which serves a bona fide pub-
I tions are related to a bona fide rell- Iic purpose.
gious purpose. A r~liglous qualifica-
tion for Instructional personnel or an 7. To employ on the basis of disability
administrative officer, serving in a In those certain Instances where pres-
. supervisory capacity of a bona IIde ence 01 disability Is a bona fide occu-
religious educational facility or rell- pational qualification reasonably nec-
gious Institution shall be presumed to essary to the normal operation of a
I be a bona fide occupational qualifies- particular business or enterprise. The
tion. (Ord. 94-3647,11-6-1994) bona fide occupational qualification
shall be interpreted narrowly. (Ord.
I 94-3647, 11-6-1994)
I 897
I Iowa City
I CC-7
I
I GENERAL CONDITIONS
I
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
I "Standard Specifications for Highway and Bridge Constnuction," Series of 2001, as amended,
I shall apply except as amended in the Supplementary Conditions.
I
I '"
0 =
=
<: ""
I );0 '-
('..::
-I r- 11
("-. -< '" -
-,je) .::- r-
_/~ rn
I - "
rn -'J
~- j--!
u-"',' ......._.1
s;;~ W
I :3> -
.::-
I
I
I
I
I
I
I
I
I GC-1
I,
I SUPPLEMENTARY CONDITIONS
I ARTICLES WITHIN THIS SECTION
I S-1 Definitions
S-2 Limitations of Operations
I S-3 Insurance
S-4 Supervision and Superintendence
S-5 Conceming Subcontractors, Suppliers and Others
I S-6 Compliance with OSHA Regulations
'"'"
S-7 Employment Practices 6 ~'"
=
S-8 Contract Compliance Program (Anti-Discrimination Requirements) ~O ~-,
'-
I S-9 Measurement and Payment )>::.::; c-= II
-< r-
S-10 Taxes 0 N -
::'::;0 ~ r-
S-11 Constnuction Stakes c-<, fT]
S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects rn -0
I aT; --.- ,-1
\......'
$^ w
Caotion and Introductorv Statements j> -
CJ1
I These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
Transportation "Standard Specifications for Highway and Bridge Constnuction," Series of 2001, as
I 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.
I ADD to or CHANGE the following definitions within 1101.03 of the lOOT STANDARD
SPECIFICATIONS.
I "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his
authorized representative.
I "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council
and duly authorized agents.
I "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY"
I shall mean the CITY.
I "lOOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Constnuction," Series of 2001, as
II amended.
S-2 LIMITATIONS OF OPERATIONS.
I Add the following paragraph to 1108.03 of the lOOT STANDARD SPECIFICATIONS:
I 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.
I SC-1
S-3 INSURANCE. I
A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION I
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for I
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. I
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. I
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 andlor to halt work on the I
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 hislher I
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts: I
Lf')
('J <c Tvoe of Coveraae
-- I
i:, CQm~hensive General Liability Each Occurrence Aaareaate
r-. . - -,--./
- . a~~lly Injury & Property Damage' $1,000,000 $2,000,000
- l..-
I' ..::; Auidn'iobile Liability Combined Sinale Limit
.--'--
-- ~ :~&!!IY Injury & Property Damage $1,000,000 I
L'_ '" Ex@~!,iability $1,000,000 $1,000,000
UWOrk~ Compensation Insurance as required by Chapter 85, Code of Iowa. I
~'"
'Property Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable. I
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 I
respect to insurance coverage:
1. The entire amount of Contractor's liability insurance policy coverage limits, identified in I
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 I
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. I
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured I
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self-insured retention.
3. If Contractor's liability insurance coverage is subject to any special exclusions or I
SC-2 I
-------------
I limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
I 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
I Contractor must comply with the following requirements:
a. If the Contractor changes insurance carriers, or if Contractor's insurance
I 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.
I 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
I obligation hereunder.
c. If, during said period, Contractor voluntarily changes insurance carriers or is
I required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for..a minil'l!u,m of
two years after City Council acceptance of the work, or (2) purct/8Se "priar,::acts"
I insurance coverage from its new carrier, covering prior acts during thi:l p@d of
this Contract from and after its inception. 0 :;;J ~ i I
:::; r-\ .c- r-
d. "Tail" or "prior acts" coverage so provided shall have the same coV6~~ge, Wi!h tHen
I same limits, as the insurance specified in this Contract, and shall @t;~ subject @J
any further limitations or exclusions, or have a higher deductibl~fself.lir:isured
retention than the insurance which it replaces. )>-
I U1
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
I 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.
I 6. In the event that any of the policies of insurance or insurance coverage identified on
Contractor's Certificate of Insurance are canceled or modified, or in the event that
I Contractor incurs liability losses, either due to activities under this Contract, or due to
other activities not under this Contract but covered by the same insurance, and such
losses reduce the aggregate limits of Contractor's liability insurance below the limits
I required hereunder, then in that event the City may in its discretion either suspend
Contractor's operations or activities under this Contract, or terminate this Contract, and
withhold payment for work performed on the Contract.
I 7. In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
I 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
I 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
I officers, employees, and agents from any and all liability, loss, cost, damage, and
expense (including reasonable attomey's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upon or alleging
I SC-3
bodily injury, including death, or property damage rising out of or resulting from the I
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 I
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of I
Iowa City, Iowa.
S-4 SUPERVISION AND SUPERINTENDENCE. I
Add the following paragraph to 1105.05 of the lOOT STANDARD SPECIFICATIONS:
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per I
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 I
individual.
S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the lOOT STANDARD SPECIFICATIONS: I
Bidders shall list those persons, firms, companies or other parties to whom it I
I2Wposeslintends to enter into a subcontract regarding this project as required for approval
IilYithe Ci!lt<md as noted on the Form of Proposal and the Agreement.
'. :::> I
r' Cf') ,......>
~ If::nomioority business enterprises (MBE) are utilized, the CONTRACTOR shall fumish
- 8lJcunl~$tion of all efforts to recnuit MBE's.
...... ~ "1>- I
;,~~-G ~MP!.~A+lCE WITH OSHA REGULATIONS.
'- --
n_. ~_ <,
Add ~ fOIIo~g paragraphs to 1107.01 of the lOOT STANDARD SPECIFICATIONS: I
r-.J -
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 I
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 I
the Project Engineering prior to the start of constnuction 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 I
laws regarding hazardous chemicals and right-to-know.
S-7 EMPLOYMENT PRACTICES. I
Neither the Contractor nor hislher subcontractors, shall employ any person whose physical or
mental condition is such that hislher employment will endanger the health and safety of them- I
selves or others employed on the project.
Contractor shall not commit any of the following employment practices and agrees to include the I
following clauses in any subcontracts:
To discriminate against any individual in terms, conditions, or privileges of employment
because of sex, race, color, religion, national origin, sexual orientation, gender identity, I
marital status, age or disability unless such disability is related to job performance of such
SC-4 I
I person or employee.
I 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.
I S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS).
I 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.
I Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines
all pay items and methods of measurement. The provisions of this section will supersede
I applicable sections in the lOOT STANDARD SPECIFICATIONS.
S-10 TAXES.
II Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with local law as outlined in 1109.07 of the lOOT Standard Specifications. The City of
I Iowa City does issue tax exemption certificates to preclude the payment of sales tax. The
Contractor shall submit the information necessary for the certificates to be issued. If tax
exemption certificates are not issued, prior to project acceptance by the Ci~ounci~'the
I Contractor shall submit to the Engineer a statement of taxes paid, including ~ornillion
required by the State of Iowa for reimbursement of taxes. The City will reimburSiontr~ctor
for taxes approved and reimbursed by the State of Iowa. Reimbursement to ~-Con(~ctor IJ
I will occur within 30 days of the City receiving reimbursement from the State. 1:aX;:Statements~-
submitted after the project has been accepted will not be accepted or reimbursed. ~ rn -0 iT)
():D ::it:' j-!
.<:::;:" 1....-1
I 5-11 CONSTRUCTION STAKES. ~ ~
U1
None
I 5-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS.
The Contractor awarded the project together with all Subcontractors shall be required to complete
I the form included with these specifications (and entitled the same as this section) and submit it to
the Engineer before work can begin on the project.
I Note that these reauirements involve only highway Droiects not funded with Federal
monies.
I
I
I
I
I SC-5
I
I RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS
I PROJECT NAME: Site Improvements - Brookland Park
I TYPE OF WORK:
DATE OF LETTING: Auaust 24, 2006
I
A resident bidder shall be allowed a preference as against a non-resident bidder from a state or
I foreign country which gives or requires a preference to bidders from that state or foreign country.
That preference is equal to the preference given or required by the state or foreign country in
which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to
I transact business in this state and having a place of business within the state, and has conducted
business for at least six months prior to the first advertisement for the public improvement. In the
case of a corporation, the above requirements apply as well as the requirement that the
I corporation have at least fifty percent of its common stock owned by residents of this state.
This qualification as resident bidder shall be maintained by the bidder and hislher contractors and
I subcontractors at the work site until the project is completed.
I hereby certify that the undersigned is a resident bidder as defined above and wilBemain~ch
I from the start of the project until its completion. :;E 0 ;:
P=:; c::
COMPANY NAME: 0 -<' :::; 2J
-jt) .c- ;-
,-,j- IT)
I CORPORATE OFFICER: iTl -0
,"J~ ::r: r-.
<:" w '--..I
TITLE: ~ ..
-
I Con
DATE:
I
I 7/06
data on citynt/EnglMasterSpecs/fr041tend.doc
I
I
I
I
I R-1
1.-
~ I
I
I
I
I
I
, I DIVISION 1
I
'"
I GENERAL REQUIREMENTS ~~ ~
,., -< r- Il
...~, N-
I =--;r-\ + ,-
... "- '" .
--...r III
ITI -0
-:J:J :n: '-l
0--- '.J
;?:"" W ~
I )> ..::.
c.n
I
I
I
I
I
I
I
I
I
I SECTION 01010
SUMMARY OF THE WORK
I
I PART 1 - GENERAL
General description, not all inclusive.
I A. Base Bid Work:
I 1. Demolish
. PCC walks and steps.
. Picnic shelter and slab.
I . Playground equipment, safety surface and edging.
. Existing trail paving (granular).
. RCP culverts.
I 2. Clearing and grubbing - remove trees, brush, shrubs, fence and debris
from the site..
I 3. Earthwork and grading including imported engineering fill and topsoil.
- '"
0 =
c"'
4. PCC Trail - construct six (6) inch thick PCC Trail and pip~i{TJ:draiL
I --1 c:
~_' r- Ii
5. PCC shelter pavement - construct PCC shelter pad and MJ~CentN
courtyard. ,=<! >) .c- 1-
r~ -u m
I I '.
6. Trail - construct limestone aggregate surfaced trail. oX! .::rr "
:;O;:^ ~ \.J
):> -
I 7. Construct limestone seat wall and timber retaining wall. CJ1
8. Install limestone outcropping stone for seat wall.
I 9. Furnish and install RCP culverts and aprons as shown.
10. Safety Surface - Install safety surface provided by Owner.
I
11. Safety Surface Edging - furnish and install 6x6 treated wood edge.
I 12. Limestone Boulders - fumish and install where shown on plans.
13. Water Service - Install1"12l water service line from existing water service
II to yard hydrant.
14. Landscaping - furnish and install trees, shrubs and mulch.
I 15. Seeding - final grade, seed and mulch all disturbed areas.
I 16. Steel pipe handrails.
01010 - 1
I
I
17. Drainage channel relocation including new channel lining and restoration, I
weirs and adjacent old channel filling and reshaping.
18. Concrete pavers. I
19. Park Entry Signage.
20. Silt fence and erosion control. I
21. Construction fence. I
22. Grill removal and relocation.
23. Timber seat wall. I
B. Alternate Bid Work:
1. None at this time. I
I
END OF SECTION
I
If') I
N '/~
M I
r-- c,-C
'- 0::
'--' .....;
__lr-
_.! ~ ',) ~::
LL N ,_0 I
-' I_~
:::0
-J u-
~~ s:
~, Q
''-' I
,~
I
I
I
I
I
01010-2
I
I
I SECTION 01015
I ALTERNATES
I PART 1 - GENERAL
1.01 SUMMARY:
I A. Provide alternate bides) to be added to the amount of the Base Bid if the
corresponding change in scope is accepted by the City of Iowa City.
I B. Include within the alternate bid prices all costs, including materials, installations,
and fees.
I C. Show the proposed alternate bid prices opposite their proper description on the
Form of Proposal.
I D. No additional working days will be granted with the inclusion of the altemate ,t>ld(s).
=
0 =
1.02 SPECIFIC AL TERNA TES: <~ 0'
'<':::0 '-
I )>=; ~
~-< r= TI
A. Alternate Bid Items ' , I',) !
=iC) +' hl
c<~'
- , "
I 1. None at this time rr:
" r-j
02,2 :2: .~
-. /' W
<:
)> -
I END OF SECTION Ul
I
I
I
I
I
I I
I
I 01015-1
I
I SECTION 01021
I CASH ALLOWANCES
PART 1 GENERAL
I 1.1 SECTION INCLUDES
I A. Cash allowances.
1.2 CASH ALLOWANCES
I A. Costs Included in Allowances: Cost of Construction Staking to Contractor or
Subcontractor.
I B. Costs Not Included in the Allowance, but included in the Contract Sum/Price:
Contractor's overhead, mark-up, additional insured and retainage costs. If
Contractors wish to include these items it shall be included in the mobilization bid
I item.
0 ....,
C. Engineer Responsibilities: =
=
""
I 1. Consult with Contractor for scheduling consideration. ~ 0 '--
c::
2. Prepare Change Order if allowance is not fully consumed. ,..:; r- il
, -
- - N
-in .c- r-
I D. Contractor Responsibilities: ,-<r- iT!
rn u
1. Coordinate a schedule for construction staking services. --.'-r :!i: ~-,
Od.~ ~.J
$/' w
I E. Differences in costs will be adjusted by Change Order. p: -
U',
F. Cash Allowances:
I 1. Section 02015 - Construction Staking: Include the stipulated sum of
$3,800 for Construction Staking Services.
I PART 2 PRODUCTS
A. Not used.
il PART 3 EXECUTION
'I A. Not used.
I END OF SECTION
, I
I
I 01021-1
I
I
I SECTION 01025
I MEASUREMENT AND PAYMENT
I PART 1 - GENERAL
1.01 SUMMARY:
I A. Procedures and submittal requirements for schedule of values, applications for
payment, and unit prices.
I 1.02 STANDARD OF MEASUREMENTS:
A. Work completed under the contract shall be measured by the Engineer. Payment
I will be based on the actual quantity of work performed according to the various
classes of work specified unless noted in Part 3 of this Section. The Contractor will
be given an opportunity to be present during measurement.
I 0 .....,
=
1.03 SCOPE OF PA YMENT: =
- ".~
:?-'O <-
..J~::::)" c::
I A. The Contractor shall accept the compensation as herein provided l.~ 'full ~merit71
for furnishing materials, labor, tools and equipment and for perforn1$p}'lo nd~r==:
the contract; also, for costs arising from the action of the element$r;qr frtlfJ1 ar;tYil
I unforeseen difficulties which may be encountered during the exec~70f tFie wo[l<.J
and up to the time of acceptance. ;; ~
B. c.n
I Construction items may be bid as a lump sum or as itemized work, which will be
paid on a unit cost basis. In either case, some work may be required for which a
separate pay item is not provided. Completion of this work is required. If a separate
I pay item is not provided for this work, it is to be considered incidental to the project
and no separate payment will be made.
I PART 2 - PRODUCTS
2.01 NONE
I PART 3 - EXECUTION
3.01 PROCEDURE:
I A. Payment under this contract shall occur no more than once per month for work
I completed by the Contractor. Payment is based on an estimate of the total amount
and value of work completed minus 5% retainage. It is not the City's policy to pay
for materials and equipment stored or fumishings fabricated off site.
I The 5% retainage will be released 31 days after the project is accepted by the City
Council, provided no claims against the project have been filed within 30 days of
project acceptance. Chapter 573 of the Code of Iowa will govem the release of
I retain age and resolution of claims.
I 01025-1
I
3.02 BID ITEMS: I
A. GENERAL I
The following subsections describe the measurement of and payment for the work
to be done under the items listed in the FORM OF PROPOSAL.
Each unit or lump sum price stated shall constitute full payment as herein speCified I
for each item of work completed in accordance with the drawings and
specifications, including clean up. I
It is the Contractor's responsibility to identify the locations of public and private
utilities. No additional compensation will be made for any interference or delay I
caused by the placement andlor relocation of said utilities. No additional
compensation will be made for repair costs to fix damage caused by the Contractor
or his/her Subcontractors. I
Work associated with existing items on private andlor public property that are to be
protected, removed, relocated, replaced, reinstalled or modified is considered I
incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing
items damaged or unsuitable for relocation or reinstallation will be replaced with
like item and painted, if necessary, at the Contractor's expense. I
All trees and shrubs shall remain and be protected from damage unless specifically
..:7
N ~oted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as
,") :::0:; ~therwise directed by the Engineer. The prices for those items which may have I
r-- .-
- r ~: -any impact on existing trees and shrubs shall include compensation for special
, , c_
..~ :) ~recautionary measures required to prevent injury or damage to said tree, shrub or
-. ...:t I
-,- N . .. (Joot system.
iL -'
- "-.\..
-'-J W 3;:The prices for those items which involve grading or excavation shall include
,~ Qompensation for top soil removal and replacement (unless it is listed as an item in I
~
,- the FORM OF PROPOSAL), disposal of surplus excavated material, handling
water, installation of all necessary sheeting, bracing and temporary fencing around
all open excavations and supply, placement and compaction of specified backfill. I
The prices for those items which involve surface removal adjacent to buildings or
vaults shall include compensation to protect exposed surfaces from water which I
may leak or seep into vaults andlor basements.
All labor, materials and equipment required to bring surfaces to the proper I
elevation and density including loading, hauling, and disposal of unsuitable
material, below grade excavation, borrow and hauling, placing, forming, drying,
watering and compaction of fill material, and all such work as may be required to I
make the grading work complete with a uniform surface free of rock, broken
concrete, tree roots, limbs and other debris is incidental to this project unless it is
listed as an item in the FORM OF PROPOSAL. I
The Contractor must pay for all parking permit fees, meter hoods, lot and ramp
fees, and parking tickets. The Contractor must figure these costs into their bid I
01025-2
I
~I
I prices. The City will not waive parking fees or fines. Permits paid for by the
Contractor will be issued only for construction vehicles, not personal vehicles.
I The Contractor shall be responsible for continuous cleaning of mud and debris off
I adjacent driveways, streets, sidewalks and private property, when mud and debris
I I is deposited there as a result of any construction activity. The cost of clean up shall
be incidental.
I B. SID ITEM DESCRIPTIONS
1. Mobilization, LS
I The unit price of this item will be paid based upon the percent of the
completed project. This shall include bonds, retainage, the planning,
II organization and assembling of all labor, material and equipment on-site as
necessary for the construction of the project. Also included is the set-up of
office and sanitary facilities, storage areas, barriers and barricades. The unit
price shall include demobilization which consists of remo~ of alGlabor,
I materials and equipment from the site. :;E 0 ~
)> ....j c::
2. Miscellaneous Demolition and Removal, LS C) -< ;:; 11
I 3C; -1-- I
C-' ,
The unit price for this item includes the demolition and removal oft, site 1)j pci5l
walks and steps, ACC Pavement, playground equipment, pi~i9.i>heiter ar\dJ
I PCC paving, safety surface and edging, existing aggrega~rail aM RCP
pipes, all as shown on the plans. This shall also include full epth sa'l'Uiutting
and removal of PCC and HMA pavement.
I 3. Clearing and Grubbing, LS
I The lump sum price for this item includes all work required to cut, remove and
dispose of trees, stumps, roots, logs, down timber, hedges, bnush, shnubs,
vegetation, nubbish and fence within the construction limits as shown on the
I plans and/or as directed by the Engineer.
4. Earthwork/Grading, CY
I The unit price for this item will be paid based on the plan quantity for 550
cubic yards of on site earthwork. Included with this item is all the work
I required to bring the site to the proper subgrade elevations and density all
PCC paving, aggregate trail, playground areas and the final grading of the
site. Also included is the excavation of the new channel and backfilling of
I existing channel. All earthen material shall be graded on site and shall not be
hauled off site. Topsoil shall be stripped / stockpiled / and respread in areas of
fill. Also included is hauling, placing, forming, drying, watering and compaction
of fill material. There will be no payment for overhaul.
I 5. Subgrade Repair, CY
I The unit price for this item will be paid based on the cubic yards of unsuitable
I 01 025-3
"
I
, : ,~ ...... ' , . . ,l. . ',:_' " .. , ';';'.," ' .'., .'~' .-:C.;V"(:.
"
, , I
. ~. , .' - , , ; ,
material repaired and includes removal and disposal of unsuitable material
and sypp!y, placement and compaction of Class A Roadstone. This item shall
be used'only at the direction of the Engineer. Measured quantity may vary I
with no unit price adjustment. Acceptilble subgrades Y;'hich beC:Qrn~
; . . .. . ,,' ~..;o .
unsuitable due to the Contractor's sequence of operations shall be repaired at
no expense to the Owner. I
6. Imported Earthen Fill, CY
The unit price for this item will be paid based on the cubic yards of earthen I
material that is furnished, placed and graded as required to bring the site to
the proposed grades shown on the plans. This shall include supplying,
hauling, dumping, placement, compaction and grading of approved earthen I
material.
7. Imported Topsoil, CY I
The unit price for this item will be paid based on the cubic yards of topsoil
furnished and placed on-site. This shall include supplying, hauling, dumping, I
placement and grading of topsoil on site as directed by the Engineer.
8. Class 0 Revetment Stone, TON I
The unit price for this item will be paid based on the number of tons of stone
-s
('>-.I ~ placed as shown on the plans and as directed by the Engineer. All stone shall I
cry V" .::> be placed on engineering fabric which shall be considered incidental to the bid
r-" ."- ::0 item. Also included is excavation, subgrade preparation and shaping, supply
- ' c:: ~'J
~- -l '-' and placement of engineering fabric and rock, and provisions to keep rock
-s ur:.:. from being contaminated with soil during subsequent construction activities. I
-- N >U
I, Crest stone shall be hand selected from the Class 0 stone and placed in the
L.'_ -' L -=:':-t
0-' weir.
-, 0->
'.-J 6 I
r'_-,
'-" 9-11. RCP Culverts and Pipes, LF
,-
The unit prices for these items will be paid based on the number of linear feet I
installed. Length will be measured for each size and type of pipe along the I
pipe center line. Measurement shall exclude aprons.
The following items shall be considered incidental unless they are included I
with other items listed in the FORM OF PROPOSAL:
a. Trench excavation including furnishing necessary equipment. I
b. Trench boxes required for safety and to minimize disturbance to I
features to be saved.
c. Exploratory digging required to determine location of existing structures I
or potential conflicts.
d. Furnishing pipe, tees, fittings, joint materials, and appurtenances. I
01 025-4 I
- --
I
I
e. Supply, placement and compaction of specified pipe bedding material
I and standard or select material within the pipe envelope.
f. Supply, placement and compaction of standard backfill and granular
I backfill material. Granular backfill material shall be used in trenches
under or within 5 feet of pavement or as otherwise indicated or
specified on the plans and by the Engineer.
I g. Dewatering trenches and excavations for pipe, intakes, manholes and
associated stnuctures including furnishing pumps, piping, well points,
etc., as required.
I h. Temporary connections, piping, and pumping for bypassing sewage
flows as required to construct pipe and associated structures.
I i. Frost excavation, frost ripping, frost blankets, or toher activities
associated w~h cold weather.
I - .'-0
o 5
j. Testing of sewers as required. ;E 0 ::
-1> u_j c:: _
.... .. Tl
I k. Temporary support of existing utility mains and service li~~ ~ ,.:
I. Repair or replacement of utility services damaged by co~~or. ;E r!
I ;E ...., ~~
m. Permanent connections and stubs with caps for sump pmnp, dr~age,
and field tiles of various sizes, including backfill as specified ~ the
I Engineer.
12-13. Aprons, EA
I The unit prices for these items will be paid based on the number installed for
each size and type and includes excavation, shaping of subgrade and
I hardware. Apron guards shall be installed on all upstream aprons and shall be
considered incidental to the unit price. The last two pipe joints before the
apron shall be tied and is incidental to this item.
I 14. 4"0 Subdrain, LF
I The unit price for longitudinal subdrain will be paid based on the number of
linear feet placed.
Included with these items is trenching, disposal of excess excavated material,
I furnishing and placing blind ends, elbows, tees, and C.M.P. outlets with rodent
guard, speCial connections, drilling or forming into drainage facilities,
fumishing and placing porous backfill, and finishing the surface as directed by
I Engineer.
I
I 01025-5
I
15, 1"0 Water Service Line, LF I
The unit prices for constnuction of water services will be paid based on the I
number of linear feet of each size and type installed. Length will be measured
along the pipe centerline with no deductions for fittings.
The following items shall be considered incidental unless they are included I
with other items listed in the FORM OF PROPOSAL. Reference Section
02665, Part 2.01 and Part 3.03 for City provided parts and services. I
a. Furnishing and installing pipe, joint materials and fittings.
b. Furnishing and installing tapping sleeves, corporation cocks, tapping
services, curb shut-off valves and boxes, couplings for connections to I
existing water services, and removal of abandoned service valve boxes.
c. All trench, mole, exploratory, and hand excavation. I
d. Supply, placement and compaction of specified pipe bedding material
and standard or select material within the pipe envelope. I
e. Supply, placement and compaction of standard backfill and granular
backfill material. I
f. Dewatering trenches including furnishing pumps, piping, well points,
..s etc., as required. I
N ::f
C') ,...5- g. Temporary plugs or connections, to provide full pressure water service
(--, :;.:0
'-, . - as necessary.
I, c: ,- I
l_'--, -..""-.....:
-- -, ,~ h. Frost excavation, frost ripping, frost blankets, or other activities
c-J ./-
'C
L'_ --J r:: associated with cold weather.
:_1 --< I
~, Us
,~
c> 0 i. Testing and disinfection of water mains and water services as required.
t.;;:;)
'"
j. Dechlorination of flushed water entering storm sewer system. I
k. Temporary support of existing utility mains and service lines.
I
I. Repair or replacement of utility services damaged by Contractor.
m. Protection of existing valves so they are fully operational and accessible I
during construction.
16. Relocate Yard Hydrant, EA I
The unit price for this item will be paid based on the number of yard hydrants
that are relocated. This shall include excavation, plugging of existing service I
line, disconnection, removal and installation of yard hydrant. Connection to
new service line, furnishing and placing backfill material, and the flushing and
I
01025-6 I
I
I testing of hydrant.
I 17-18. Portland Cement Pavement, SY
The unit prices for these items will be paid based on the number of square
I yards of Portland Cement concrete trails, and shelter pads constnucted at the
specified widths, thicknesses and mix designs. Also included with these items
is excavation to place forms and pavement at required elevations, supply,
I placement and compaction of subgrade material under trails and shelter pads,
forming, supply, placement and finishing of concrete, special concrete mixes,
reinforcement, curing, jointing and joint sealing, grading to establish a uniform
I grade and backfilling at trail edges and shelter pad edges and parking lot
edges. Includes boxouts for six (6) shelter footings.
I Aggregate durability class for all P.C. Concrete paving shall be Class 3.
19. Park Sign, EA ,..~
0 =
=
..- ~
I The unit price for this item will be paid based on the number p1 &;gns Install~
where shown on the plans. This shall include excavation, reil(!f9rcem~, pee]
foundation forming, backfilling and compaction and disposal \:of al~xcess
I material, fumishing and installing limestone sign as shown on1il~lplans.~ fT!
0;9 ::Ii: t_..J
- /'. L.>
I 20. Concrete Pavers, SF ~ ..:.:.
U1
The unit prices for these items will be paid based on the number of square
feet installed as shown on the project plans and as directed by the Engineer.
I Work includes fumishing new concrete pavers, subgrade preparation and
compaction, subgrade treatments, P.C.C. base, bituminous setting bed, joint
fill, expansion material with sealant, cutting and placement of brick paving and
I removal of excess material.
Handrail, LF
21-22.
I The unit price will be paid based on the linear feet of railing installed as shown
on the plans. This shall include all labor, material and equipment to fabricate,
I fumish and install handrail, priming and finish painting, shimming, and
anchorage of rail to trail.
I 23. Limestone Seat Wall, TON
The unit price for this item will be paid based upon the number of tons of
I stone seat wall constnucted. Included in this item is all site preparation (strip
sod and topsoil) earthwork, subgrade compaction, drainage stone and drain
tile, placing limestone, leveling and backfilling crevices with gravel. Work
I includes providing all materials and labor to constnuct the seat wall as shown
on the plans.
I.
I 01025-7
I
I
24. Timber Seat Wall, SF I
The unit price for this item will be paid based upon the square foot (SF) of 6' x I
6' timber retaining wall constructed above and below grade. Included in this
work item is all the site preparation (strip sod and strip topsoil), earthwork and
grading, bedding material, subgrade compaction, drain tile, granular drainage, I
treated wood timbers and all fasteners. This includes all materials and labor to
constnuct the timber wall complete as shown on the plans.
25. Limestone Boulders, TON I
The unit price will be paid for providing all materials and labor to furnish, haul
and install the boulders as shown on the plans. This includes all site I
preparation, adjusting, final placement of stone as directed by Owner's
representative, and backfilling and finish grading as required.
26. Limestone Trail, TON I
The unit price for this item will be paid based on the tonnage of limestone
installed for the limestone trail. This shall include grading, subgrade I
preparation and compaction, furnish and installation of limestone, compaction
of limestone, backfilling along edges of trail and removal of excess material.
The installation of water bars shall be included in this unit price. I
27. Relocate Grill, EA
..::1' This unit price will be paid based on providing all materials and labor to I
N ~ relocate the grill as shown on the plans. This includes cutting grill support at
Cry ..../-... concrete base, removing and backfilling hole, fabricating and installing sleeve I
r" - -'-,
, - . ,-, onto grill base, mounting grill into ground and backfilling with concrete.
,-- ,--
Co. "J
L_ i'--
.. - ...:r : 'f38. Safety Surface Edging, LF
N I
l'..... ...J --
~~
,-" +-......... The unit price will be paid based on the linear feet of safety edge installed.
, Us
..., This shall include excavation, preparation of bedding, furnish and install
,- 0
~:..:: I
"- edging material and backfilling along the edges.
29. Safety Surface Materials, SY
The unit price shall be paid based on the square yards of safety surface I
material installed at locations indicated on the plans or as directed by the
Engineer. This shall include subgrade preparation and compaction, pea gravel I
base, filter fabric, and installation of safety surface material. Owner will
provide safety surface material to site for contractor to install.
30. Silt Fence, LF I
The unit price for silt fence will be paid based on the linear feet i'nstalled as I
directed by the Engineer and includes installation, maintenance and removal
upon establishment of ground cover. Silt fence installed to protect areas
disturbed by careless actions of the Contractor shall be at the Contractor's I
01025-8 I
II
I expense.
I 31-32. Matting, SY
i The unit price for matting shall be paid based on the square yards of actual
II area covered and includes supply and placement of specified material, anchor
slots, junction slots, check slots, terminal folds, lap joints and maintenance.
Matting installed to protect areas disturbed by careless actions of the
I Contractor shall be at the Contractor's expense.
33. Landscape Planting Package, LS
I The lump sum price for this item includes supplying, removal of excavated
material, installation of plant materials, mulch and watering and a one year
i I warranty. The price shall be based on the plant schedule as indicated in the
plans. The Contractor shall furnish a unit price breakdown for each type and
size of plant material listed. Final location of plants to be 8rectect9y the
I Engineer. ~ (') ::
->>_1 c::.:
34. Final Grade / Seed I Mulch, SY (') -( ;:; 11
-.JO ~ i-
I The unit price for this item will be paid based on the square' yards ~edea.J
fertilized, and mulched and includes preparation of seed :o.e~ supply a!jgl
application of seed, fertilizer, mulch, and water, and all up~p as Specified,
I including a one-year guarantee. No distinction in unit price iilall be t'!JIlde for
various seed mixtures specified.
Only disturbed areas not replaced with pavement shall be seeded unless
I noted on the plans or directed by the Engineer.
35. Constnuction Fence, LF
I The unit price for this item will be paid based on the linear feet of constnuction
fence as required to protect the project site. This shall include supply,
I placement and removal of constnuction fence.
36. Constnuction Staking (Allowance), LS
I The lump sum price for this item will be paid based on the percent complete of
the project. This includes all costs associated with the site layout and
I construction staking. See Construction Staking Specification section for
Scope of Staking Services.
I 37. Traffic Control, LS
The lump sum price for this item will be paid based on the cost of providing
I safety fence, cones, barricades, signage, and/or f1aggers that may need to be
used to protect the public from constnuction operations. Also included are
sidewalk closed signs.
I END OF SECTION
I 01025-9
I
I SECTION 01300
I SUBMITTALS AND SUBSTITUTIONS
PART 1.00 GENERAL
I 1.1 DESCRIPTION:
A. To ensure that the specified products are furnished and installed in accordance with
I the design intent, procedures have been established for advance submittal of design
data and for its review and approval or rejection by the Engineer.
lB. Construction Schedule: Within two weeks after award of contract, the Contractor
shall submit to the Engineer four copies of a constnuction progress schedule showing
the dates on which he anticipates starting and completing the various phases of the
I work. Cooperate with the Owner's Representative.
1.2 SUBMITTALS:
- ",
o is
I A. Shop Drawings and Samples: Shop Drawings for all equipmen~(Ig m~rials.
Samples for masonry block, floor covering and paint. ):> =.:j ~
,.-.., -< j'1
.:::...~ ~.~
lB. Submittal Schedule: _=< p .c- r
Submittals required by the various Sections of the Specifications._ rr-J '"U n-l
O~ :7r r-l
~/'. "'--"
I 1.3 SUBSTITUTIONS: );: ~
A. In general, no substitutions will be allowed. The Contract is based on the materials,
I equipment and methods described in the Contract Documents.
B. Substitutions will be considered only when one of the specified materials, equipment
or methods cannot be supplied at all or in time for completion of the Project on
I schedule; in which instance the Engineer will consider proposals for substitution of
materials, equipment, and methods only when such proposals are accompanied by
full and complete technical data and all other information required by the Engineer to
I evaluate the proposed substitution.
END OF SECTION
I
I
I
I
I
I 01300-1
I
I SECTION 01310
I PROGRESS AND SCHEDULES
PART 1 - GENERAL
I 1.01 SUMMARY'
I A. Prepare, submit and update as necessary a schedule of the work.
B. Time is of the essence. Minimizing inconvenience, disruption and duration of
I disnuption to residences and businesses is a high priority. Scheduling of work shall
be planned with this in mind.
I 1.02 SUBMITTALS:
A. The Contractor shall submit prior to the Pre-Construction meeting a detailed
I schedule of the proposed work with the controlling operation identified. The
schedule shall include proposed dates and durations of street closings. Work may
not begin until the schedule is approved by the Engineer. N
o :3
I B. The Contractor shall submit updated constnuction schedules at twci';,€,~k i{'wvals
throughout the project. - =::J r"" Il
0""" N -
I :::Orj -"'" r-
PART 2 - PRODUCTS",( ~ ~ iT]
. n oJ
--,......, -"., j-1
02:.l .....>... \,J
I None. -S;:"-" w
I ~ ..
)> -
PART 3 - EXECUTION U1
I 3.01 MEETINGS PRIOR TO CONSTRUCTION:
A. A Pre-Bid meeting will be held on August 17, 2006, at 2:00 p.m. at Civic Center,
I 410 East Washington Street, Iowa City, Iowa.
B. A Pre-Constnuction meeting will be held prior to beginning work.
I I 3.02 PROGRESS OF WORK:
I A. All work shall be completed by November 13, 2006. Work will be limited to 45
working days. Saturdays will not be counted as working days. The specified start
date is September 18, 2006 . liqUidated damages of $ 200.00 per day will be
I charged on work beyond November 13, 2006.
B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the
I approval of the Engineer, with the exception of saw cutting freshly poured
concrete.
I C. Work will proceed in a well organized and continuous manner to minimize the
I 01310-1
I
disruption to the general public (both pedestrian and vehicular) and the local I
businesses and residents. Access to businesses and residences shall be
maintained at all times. I
D. Construction will proceed in phases. The particular phasing sequence is outlined
in the project plans. Prior to advancing to the next phase or sub-phase, the I
existing phase or sub-phase shall be sufficiently complete to allow reopening to the
public, as determined by the Engineer.
E. Restoration activities such as pavement replacement will follow closely behind the I
work even if multiple mobilizations are necessary.
F. The Contractor will become an active partner with the City in communicating with I
and providing information to concerned residents and businesses.
G. Work will be staged to minimize the length of time parking spaces and parking I
revenue are lost.
3.03 COORDINA T10N WITH UTILITIES AND RAILROADS: I
A. It is anticipated that many utility conflicts will occur which cannot be taken care of
ahead of time. The Contractor shall work closely with the utility companies to aid in I
these relocations to keep the project on schedule.
B. The Railroads will provide all labor, materials and equipment for railroad facility I
removal, excavation, disposal, sub-drainage, ballast, sub-ballast and trackage
renewal.
C. The Railroads have certain time limitations on when the above mentioned work I
must take place. It shall be the Contractor's responsibility to coordinate and be
available to meet the Railroads' schedule. Any costs associated with train
rerouting due to circumstances caused by the Contractor shall be at the expense I
of the Contractor.
..::;- END OF SECTION I
~~ :<'C
M , ./ :=s.~
;--.. . . - .-."
I. ._ -',,--'
L_ L .,- I
-~
-l "'>-~"
-, ..s '_J1 :..:
c" ,. ,
l',_ -_I )- '-'
- - I
-., -<.'
U-'
'"-' :>
, -, 0
C~
""
I
I
I
01310-2 I
I
I SECTION 01570
I TRAFFIC CONTROL AND CONSTRUCTION FACILITIES
PART 1 - GENERAL
I 1.01 SUMMARY:
A. Furnish, install and maintain traffic control and construction facilities required for
I the work. Remove when work is completed.
1.02 REFERENCES:
I A. lOOT Standard Specifications.
lB. U.S. Department of Transportation Federal Highway Administration "Manual on
Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as
revised. ""
- <:--"
o =
I --- C.P
C. Traffic Control Notes on project plans. :,?::?' t:
, r- -n
n-< '"
I 1.03 SUBMITTALS: :j s::: ..,.. r-
~ "~'l ~ rrl
A. Submit a traffic control plan for all activities requiring traffic control 51i::s'peclfiCaIlY....~}
I addressed by the project plans. :::E .^ ~
)> -
PART 2 _ PRODUCTS U1
I 2.01 MATERIALS:
A. Traffic control devices may be new or used, but must meet the requirements of the
I lOOT Standard Specifications.
B. All construction fence shall be new and securely fastened to approved posts and
I installed as directed by the Engineer.
2.02 EQUIPMENT:
. A Portable generators may not be used to power traffic control devices within 300
feet of residential dwellings, including apartments, between the hours of 10:00 p.m.
. and 7:00 a.m.
PART 3 - EXECUTION
I 3.01 TECHNIQUES:
I A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the lOOT Standard Specifications:
I
. 01570-1
------
I
Division 11. General Requirements and Covenants. I
Section 1107.09. Barricades and Waming Signs.
Division 25. Miscellaneous Construction. I
Section 2528. Traffic Control.
3.02 NO PARKING SIGNS: I
A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles
ahead of scheduled work. The Contractor is responsible for installation and I
maintenance of the signs 48 hours in advance of when the vehicles must be
removed.
3.03 MAINTENANCE OF FACILITIES: I
A. The Contractor shall monitor the condition of traffic control and constnuction I
facilities at all times, including non-work hours. Repair, replace and maintain as
necessary.
B. Pedestrian access to homes and businesses shall be maintained at all times. I
Temporary gravel surfaces shall be provided as directed by the Engineer.
3.04 EXCA VA T/ONS: I
A. All excavations shall be fenced. I
3.05 ADDITIONAL FACILITIES:
A. All signs, barricades and fences within and beyond the project area deemed I
appropriate by the Engineer shall be the responsibility of the Contractor.
END OF SECTION I !
..:;- .1
'" ~ I
M ""'::".
.......>
,. .~C II
- "'J-
..l...
,-. ---->-=- Ii
-. N '..) :.=:
CL ,U
, J c::""
---J u--
,~ 6
r~
.C"~
, 4 I
I
I
01570-2 I
I
I SECTION 01640
I PRODUCT HANDLING
PART 1 - GENERAL
I 1.1 DESCRIPTION
II A. Work included: Protect products scheduled for use in the Work by means including,
but not necessarily limited to, those described in this Section.
I B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
I limited to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
2. Additional procedures also may be prescribed in other Sections of these
Specifications.
I 1.2 QUALITY ASSURANCE 0 ~
::? 0--.
I A. Include within the Contractor's quality assurance pr?gram such prore&?res ,~ are
reqUired to assure full protection of work and matenals. () -< N IJ
=:J C") .::- ,--.-
I 1.3 MANUFACTURERS' RECOMMENDATIONS ;$ ~ \~ 'i
:::::;;j ............ '-"
A. Except as otherwise approved by the Engineer, determine alJ',l compLy with
I manufacturers' recommendations on product handling, storage, arfd prote~n.
1.4 PACKAGING
I A. Deliver products to the job site in their manufacturers' original containers, with labels
intact and legible.
I 1. Maintain packaged materials with seals unbroken and labels intact until time
of use.
2. Promptly remove damaged material and unsuitable items from the job site,
I and promptly replace with material meeting the specified requirements, at no
additional cost to the Owner.
lB. The Engineer may reject as non-complying such material and products that do not
bear identification satisfactory to the Engineer as to manufacturer, grade, quality,
and other pertinent information.
I 1.5 PROTECTION
A. Protect finished surfaces, including jambs and soffits of openings used' as
I passageways, through which equipment and materials are handled.
B. Provide protection for finished floor surfaces in traffic areas prior to allowing
I
I 01640-1
~--_.__._..-
I
equipment or materials to be moved over such surfaces. I
I
C. Maintain finished surfaces clean, unmarred, and suitably protected until accepted by
the Owner. I
D. All stored equipment shall be protected from the weather conditions and constnuction
debris with a protective covering securely tied in place. I
E. All electrical equipment, motors, controls, switchgear and any equipment which may
be subject to damage by moisture or dust shall be stored indoors and protected with I
covering until the time the equipment is to be installed in the building.
F. All installed equipment shall be protected from moisture and dust until the Owner I
accepts responsibility through the Certificate of Substantial Completion.
1.6 REPAIRS AND REPLACEMENTS
A. In event of damage, promptly make replacements and repairs to the approval of the I
Engineer and at no additional cost to the Owner.
B. Additional time required to secure replacements and to make repairs will not be I
considered by the Engineer to justify an extension in the Contract Time of
Completion. I
END OF SECTION
I
I
~ I
c'"' ~
(', ~. I
' /-"
" . - '---=.'"'
L -~
, I ~'- ..,
~
L..i_' J' -
,"
-, -:t' ........... :..:: I
L I ' N >w
___.1
-:; =~~
- ) 0--
<--
,~ ~
~; .) 0 I
' ~
~-J
I
I
01640-2 I
I
I
I SECTION 01737
I STORM WATER POLLUTION PREVENTION PLAN
I PART 1 - GENERAL
1.1 DESCRIPTION
I A. This Storm Water Pollution Prevention Plan (SWPPP) has been prepared to
satisfy the requirements of the Iowa Department of Natural Recourses (Iowa
I DNR), General Permit No.2, for "Storm Water Discharges Associated with
Industrial Activity for Construction Activities."
B. Contractor shall be responsible for implementation of the SWPPP within the
I contract limits identified on the Erosion Control Plan.
",
I C. In addition to the requirements of this Section, Contractor shall ~mply ~h all
requirements of the General Permit NO.2 and with applicable 10~l9i\IR ~d US
EPA regulations. r:~ r= 11
-...,.1 N
:::J 11 +:- ;:--=:
'" J i
I 1.2 SITE DESCRIPTION ,< F':: rn
'I v I
C);;J2 ::r: (l
A. The site consists of approximately 2.8 acres, and is located in: tile notl.hea'st-'
I quarter of Section 16, Township 79 North, Range 6 West of .me 5th I2iincipal
Meridian in the City of Iowa City, Johnson County, Iowa. The site is a city paR<.
I B. The project consists of site grading for the construction of park improvements. It is
anticipated that approximately 1.7 acres of the site will be disturbed during
construction activities. The pre-development runoff curve no. is 62 and it is
I expected that the post-development runoff curve no. will be 61 based on rational
formula runoff coefficients.
I C. The Erosion Control Plan included with this plan shows the following:
1. Drainage patterns.
I 2. Approximate slopes after major grading.
3. Areas of soil disturbance.
I
4. Locations of structural controls.
I 5. Locations of non-stnuctural controls.
6. Locations of areas to be stabilized.
I 7. Surface drainage ways.
I 8. Storm water discharge location.
I 01737-1
I
I
I
D. Storm water runoff from the site will continue to discharge into a downstream
I public waterway, then into the Iowa River.
E. No soils information is available from soil borings.
I F. No runoff water quality data is available for this site.
I 1.3 CONTROLS
A. Soil disturbing activities include rough and final grading, and soil preparation for
I seeding. For these activities, the erosion control measures, both structural and
non-stnuctural, and implementation of these controls is described herein or is
shown on the Stormwater Pollution Prevention Plan.
II 1.4 POST-DEVELOPMENT STORMWATER MANAGEMENT PLAN
A. The post-development storm water management plan consists of improving and
I maintaining the vegetative cover. 0 '"
C-""
~"::;,
:>0 en
PART 2 - PRODUCTS ~~ '-
I ~"'::::i c:
C)~: r- =rJ
NOT USED ~('"-.., N
~"'.1 +- r-
...,!-
IT] ~ ITj
I PART 3 - EXECUTION O~D r-,
, '
-~/~., ~ ---'
~
3.1 GENERAL EROSION CONTROL MEASURES -
I Ul
A. During constnuction activities, the following practices will be observed:
I 1. Ensure proper disposal of construction site waste materials. No waste
materials will be disposed of on-site. The Contractor shall comply with all
applicable local, state, and federal requirements regarding the disposal of
I excess and waste materials.
2. Prevent off-site tracking of sediments and generation of dust. Stabilized
I construction entrances or vehicle washing racks should be installed at
locations where vehicles leave the site. Tracked sediment will be removed
from the streets by the Contractor. Implement dust control measures where
I dust is a problem and / or generated.
3. Treat or dispose of sanitary waste generated on-site in accordance with
I State and Local waste disposal, sanitary sewer, or septic regulations.
4. Identify and prevent contamination of allowable non-storm water
discharges.
I 3.2 DESCRIPTION OF EROSION AND SEDIMENT CONTROLS
I A. Minimum erosion control devices are shown on the plans. It is the Contractor's
I 01737-2
I
I responsibility to control erosion on the site. Additional controls shall be installed as
needed to satisfy this requirement.
I B. Stabilization Controls. Disturbed areas of the constnuction site that will not be
redisturbed for 21 days or more must initiate temporary and permanent
I stabilization measures by the 14111 day after the last disturbance, except as
precluded by snow cover. In the event of snow cover, stabilization measures must
be initiated as soon as practical thereafter. The following stabilization controls will
I be used on the site:
I CONTROL DESCRIPTION METHOD OF USE
Temporary Seeding 50 Ibs. Winter Wheat at a rate The planting of fast growing
and blend as approved by the grasses to hold down soils in
I City of Iowa City. disturbed areas so they are
less likely to be carried off-site
bv storm water runoff or wind.
I Mulching Material free from noxious Placement of material su.Ch as
weeds consisting of cereal, straw or wooct='2:hips ~ soil
grain, straw, unthrashed surface to co~r~d ~Id in
I wheat, oat, or grass hay. place disturbe~~QjI$ (mUfching-
Material may also be wood often accompan~)se~g)'r
fiber cellulose or wood chips .:-< ;.~~ v :-r
I or wood shavinqs. ~ :8 :n: r---
Compost Mature yard trimmings Placement 0!2: 2" to:-:>3"o(
screened to %" to %" in size. material on flat areas- or on
slopes up to 3:1 12 hold
I disturbed soils in place. On
slopes greater than 4:1
provide compost berms
I running perpendicular to the
direction of the slope spaced
every 10' to contain compost
I from runnino off slooe.
Permanent Seeding, Kentucky Blue Grass and
Sodding and Planting Fescue Mix at a rate and Drilling
I blend as approved by the City
of Iowa City.
I
I
I C. Structural Controls. Practices used on the construction site to divert flows away
from disturbed areas, to store flows, or to limit the discharge of pollutants from the
I site to the degree attainable. The following controls will be used on the site:
I 01737-3
I
I
I CONTROL DESCRIPTION METHOD OF USE
Silt Fence Marafi WOX filter fabric stapled Provides locations for
to 3' long wood or steel stakes disturbed soils to accumulate
I spaced 8' apart with 1'-6" of as they flow downhill.
fabric above grade and the
remainder below. Fence is
I stretched parallel along
contour lines.
Construction Entrance Maintain existing PCC Provides a location for mud to
I pavement and granular be removed from tires instead
surface locations as shown on of being tracked onto
plans. surroundinQ roadwavs.
Straw Bales Straw bales set flush on Provides sediment trapping on
I pavement surface as shown paved surfaces that are not to
on olan. be disturbed.
I 3.3 SEQUENCE OF MAJOR ACTIVITIES
I A. The Contractor will observe the following practices during the installation> and
maintenance of all controls, and during all earth disturbing and stab~~ ac@]ties:
-< L.
)S. ::J r.=
I 1. Install down slope and side slope perimeter controls b6fOfl;l ttfe- lanOTl
disturbing activity occurs. ' ~ C ~ r=
,'< F;::; -0 hUI
I 2. Do not disturb an area until it is necessary for construction ~cee<:l; '-'
$/'>.. W \.~-;
~ ..
~
3. Cover or stabilize disturbed areas as soon as possible. -"" -
U'l
I 4. Time construction activities to limit impact from seasonal climate change or
weather events.
I 5. Delay construction of infiltration measures until the end of the construction
project when upstream drainage areas have been stabilized.
I 6. Do not remove temporary perimeter controls until after all upstream areas
are finally stabilized.
I 3.4 INSPECTION
A. The Contractor will inspect all disturbed areas of the site that have not been fully
I stabilized. Inspection is required at least once every seven (7) calendar days and
within 24 hours of the end of a storm of 0.5 inch or greater of rainfall. The Storm
Water Pollution Prevention Plan Inspection Report forms found in Section 01737-B
I shall be completed for all inspections.
B. Disturbed areas and areas used for the storage of materials that are exposed to
I precipitation shall be observed for evidence of, or the potential for, pollutants
I 01737-4
--
I
I entering the drainage system.
I C. All structural and stabilization control measures shall be observed to ensure that
they are operating correctly.
I D. Accessible discharge locations shall be observed to determine effectiveness in
preventing significant impacts to receiving waters.
I E. Locations where vehicles enter or exit the site shall be observed for evidence of
off-site sediment tracking.
I F. The Contractor will prepare an inspection report of the pOllution control measures.
The report will describe the scope of the inspection; provide the name(s) and
qualifications of personal making the inspection; include the date(s) of the
I inspection; identify any damages or deficiencies in the control measures; identify
what actions will be taken to modify pollution control practices; and certified by
signature. The SWPPP Inspection Report form at the end of this section will be
completed for all inspections.
I G. Based on the results of the inspections, the Contractor shall mal<.?. revisiGlos as
required to the SWPPP within seven (7) days to date of such inspeQilOn. ~
I sO L..
r.... ~-..., (_
H. Results of inspections shall be recorded on copies of the inspectioo:(or{n provideCiTl
or other standard format and kept on site at all times until the p~~~ ha~eer--
I completed.--::: i-n " fTI
;;:~:o :z ~-,
S^ ~....J
3.5 MAINTENANCE ~- w
I .J.> -
A. The Contractor is required to maintain records of the construction activitf2n the
site. These records will be used to make sure that areas, where there is no
I construction activity, will be stabilized within the required time frame. The record
will include, at a minimum, the following information:
I 1. The dates when major grading activities occur in a particular area.
2. The dates when construction activities cease in an area, temporarily or
I permanently.
3. The dates when as area is stabilized, temporarily or permanently.
I B. For the SWPPP to be effective, the plan must accurately reflect the construction
site features and operations. When the Contractor observes deficiencies in the
plan or that the plan is not effective in minimizing pollutant discharge from the site,
I the plan must be updated and changed. Any changes that may be required to
correct deficiencies in the SWPPP, noted during inspection, should be made as
soon as practical after an inspection, but in no case later than seven (7) days after
I the inspection. In addition the SWPPP will be updated to:
1. Include contractors identified after the submittal of the Notice of Intent.
These contractors will certify the plan and be identified as co-permittees.
I
I 01737-5
I
I 2. Identify any change in ownership to transference of the permit and permit
responsibilities.
I C. The Contractor will be required to report any spills of substances that may create a
hazardous condition. Iowa law requires that as soon as possible, but not more than
I six (6) hours after the onset of a hazardous condition the IDNR and local sheriff's
office or the office of the sheriff of the affected county be notified.
I D. The Contractor must modify the SWPP within 14 calendar days of a hazardous
condition. The pollution prevention plan shall describe the release and the
circumstances leading to the release. Steps to prevent the reoccurrence of such
I releases are to be identified in the plan and implemented.
3.6 IMPLEMENTATION
II A. The Owner or Contractor is responsible for submitting the Public Notice of
Stormwater Discharge, The Notice of Intent and the Notice of Disc9!'5inuati~ The
I Owner or Contractor shall pay the fees and expenses for these ite~ 0 ~
f,,>- c:::
- --J
B. Contractor is responsible for keeping the NPDES permit up to date.O ~,;:; I, I
;:JO +:- r-
I C. Contractor is responsible for the implementation and maintenance 'Qf ~ m~ure!s~!
identified in this SWPPP. Q 5~ -" LJ
-s w
)> .:.:.
I D. The Contractor and all subcontractors coming on-site to perform soil di~rbing
activities or implementing erosion control measures are required to certify the
SWPPP by signing the following certification statement one (1) week prior to the
I start of construction. The SWPPP Certification Statement form at the end of this
Section shall be completed by all subcontractors, throughout the duration of the
project, before any conducting any work at the site.
I E. The signed certification copies shall be kept with the SWPPP in the Contractors
field office until the project is completed.
I F, The Owner or General Contractor will complete the Notice of Intent (NOI) form.
This form will be submitted to the Iowa Department of Natural Recourses at least
I 24 hours before constnuction activities begin.
G. A copy of the Notice of Intent must be included in the SWPPP.
I H. The Contractor I Subcontractors implementing sedimentation / erosion controls on
site are required to sign the Table of Contractor I Subcontractors Implementing
Erosion Control Measures located in Section 01737-C
I
I 3.7 RETENTION OF RECORDS
A. A current copy of the SWPPP including all reports and certifications will be kept at
I the construction site by the Contractor from the date of project initiation to the date
I 01737-6
~
I
I of final stabilization.
I B. A copy of the SWPPP, including all other reports and certifications required by the
permit, as well as all of the data used to complete the Notice of Intent, will be
retained for three (3) years after the date of final stabilization.
I C. Copies of the SWPPP, all inspection reports, certifications, and Notice of Intent,
I prepared by the Contractor will be forwarded to the Owner.
D. All SWPPP plans and associated records must be made available to the
I Department of Natural Resources and the operator of the municipal storm sewer
system upon request.
E. Provide a copy of any modifications to the SWPPP. all SWPPP Certification
I Statement forms, all SWPPP Inspection Reports and the Table of Contractor /
Subcontractors Implementing Erosion Control Measures to the Owner as they are
prepared.
I 3.8 FINAL STABILIZATION
I A. Final stabilization is reached when all soil-disturbing activities at the site have been
completed. This includes the establishment of a uniform perennial vegetative cover
for unpaved area not covered by permanent structures or equivalent permanem
I stabilization measures (Le. rip rap, gabions, or geotextiles). is g
<::' ~
<:0 f.....
B. Within thirty (30) days after final stabilization has been reached, the OWner wi~ 11
I submit the Notice of Discontinuation (NOD) form to the IDNR. 0;: '" ,-
-~\ '- ) &'"
:<r fT)
END OF SECTION rn -0
n:O ,-I
~~ '_../
I <;;'^ (,,)
5> -
(JJ
I
II
I
'I
I
I
II 01737-7
~
I
I DOCUMENT 01737-A
I I STORM WATER POLLUTION PREVENTION PLAN
CONTRACTOR/SUBCONTRACTOR CERTIFICATION
I NAME OF PROJECT: SITE IMPROVEMENTS-BROOKLAND PARK-IOWA CITY, IOWA
I Certification Statement
I certify under penalty of law that I understand the terms and conditions of the General National
I Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water
discharge associated with industrial activity from the construction site as part of this certification.
Further, by my signature, I understand that I am becoming a co-permittee, along with the
I Owner(s) and other contractors and subcontractors signing such certifications, to the Iowa
Department of Natural Resources NPDES General Permit NO.2 for "Storm water Discharge
Associated with Industrial Activity for Construction Activities" at the identified site. As a co-
permittee, I understand that I, and my company, are legally required under the Clean Water Act
I and Code of Iowa, to ensure compliance with the terms and conditions of the Storm water
Pollution Prevention Plan developed under this NPDES permit and the terms of the NPDES
permit.
I
I Description of construction activity performed by the following Contractor / Subcontractor:
- ""
0 =
=
- ""
:<::0 '-
J>-' ~
I -I i 1
NAME TITLE CJ-::: '"
-IC) .r:- r--
_-<: r- I
m " r-n
I 021 :J;: .-'
..,.-/.... W '-..j
:<::
COMPANY NAME TELEPHONE NO. )> -
I U1
I COMPANY ADDRESS
I SIGNATURE DATE
I
KEEP A COPY OF THIS SIGNED CERTIFICATION WITH THE STORM WATER POLLUTION
I PREVENTION PLAN ON THE JOB SITE. SUBMIT A COPY TO THE OWNER.
I
I 01737 -A-1
I DOCUMENT 01737-B
II STORMWATER POLLUTION PREVENTION PLAN
INSPECTION REPORT
I
I NAME OF PROJECT SITE IMPROVEMENTS-BROOKLAND PARK-IOWA CITY. IOWA.
, NAME OF INSPECTOR
!I DATE OF INSPECTION
I WEEKLY INSPECTION Yes / No
INSPECTION AFTER PRECIPITATION Yes / No AMOUNT OF PRECIPITATION
I DURATION OF STORM
!I Observations of Erosion Control Measures
....,
--
~ =
I "".
~_O '-
:.:-"'" --"\ e- II
/ ,.
Observations of Discharge Locations n-<". N f-
" J r:-
.~ ?"~ :'-1
I 1'--""
'-<I ~ i I
'm r-1
-..,-. ---..J
u~ w
-<
I ""-
)">- -
en
Change in Control
I Observed Erosion Control Measure Clean-up Required? Tvpe Required?
0 Silt Fencing Yes / No Yes / No
I 0 Straw Bales Yes I No Yes / No
0 Stabilized Construction Entrance Yes / No Yes / No
I 0 Sedimentation Basin Yes / No Yes / No
0 Temporary Seeding Yes / No Yes / No
I 0 Clean-up of RoadwayslParking Lotsl Yes I No Yes I No
Driveways
0 Mulching/Compost Yes / No Yes / No
I 0 Permanent Seeding/Sodding Yes I No Yes / No
0 Erosion Control Blanket Yes I No Yes I No
I 0 Dewatering Filtration Yes / No Yes / No
I Is uncontained sediment leaving the site? If yes, describe where and what changes will be
made to erosion control devices.
I
I 01737-B-1
--_._~._- -------- I
II DOCUMENT 01737-B
,
I STORMWATER POLLUTION PREVENTION PLAN
INSPECTION REPORT
I
I
I
I
Recommended Revisions to Pollution Prevention Plan
I
! I .....,
Q =
=
c"
sO <-
I -,> ~-j c:: 11
r-
." ) N r-
---10 .c-
~-<r m
I III u
O:Ij :ll: ,-,
Inspection Report Certification Statement <...-I
<;;/'0. ~
~.
)> -
I I certify under penalty of law that this document all attachments were prepared under my en
direction or supervision in accordance with a system designed to assure that qualified personnel
properly gathered and evaluated the information submitted. Based on my inquiry of the person
I or persons who manage the system, or those persons directly responsible for gathering the
information, the information submitted is, to the best of my knowledge and belief, true, accurate,
and complete. I am aware that there are significant penalties for submitting false information,
I including the possibility of fine and imprisonment for knowing violations.
I Inspector's Signature Date
,I KEEP A COPY OF THIS CERTIFIED REPORT WITH THE STORMWATER POLLUTION
PREVENTION PLAN ON THE JOB SITE.
II
I
I
I
I 01737 -B-2
I SECTION 01737-C
STORMWATER POLLUTION PREVENTION PLAN
I TABLE OF CONTRACTOR/SUBCONTRACTORS
IMPLEMENTING EROSION CONTROL MEASURES
I
I NAME OF PROJECT: SITE IMPROVEMENT-BROOKLAND PARK.IOWA CITY, IOWA
I On the following chart indicate the name of each Contractor or Subcontractor who will implement
erosion control measures and which measure they will implement.
Name of ContractorlSubcontractor Erosion Control Measure
I
I
,....,
0 =
=
II ;?:O 0"
c.....
---I c::
0-< ,- 11
N
II --1c; .s:- /-
-/~ ITl
,
in -u
0::0 - ,-,
~
;?:'" w
I b -
en
!
I
I
!I
!
'I
I.
I
I KEEP A COPY OF THIS TABLE WITH THE STORMWATER POLLUTION PREVENTION
PLAN ON THE JOB SITE.
I
I 01737-C-1
I
I
I
I
I
.1
I DIVISION 2
II ""
0 =
=
::2:0 ~
SITE WORK ):> ::::; c:: 11
-< r-
I 0'1'0 -
--10 .c- ,-
:<, iTl
I _rn ~ r-'
I 0='-1 ~. 0
-s:^ w
)> :.:..
en
I
I
I
I
I
I
I
I
I
I
I SECTION 02015
I CONSTRUCTION STAKING
PART 1 - GENERAL
I 1.01 RELATED DOCUMENTS
A. The other Contract Documents complement the requiremenls of lhis seclion.
I
1.02 REQUIREMENTS
I A. Construction staking for the site construction will be provided and paid for by the
Contractor. Staking must be completed under the direct supervision and
responsible charge of a Professional Land Surveyor licensed in the State of
I lowa.
B. Construction staking shall be performed by the Owner's Engineer (Shoemaker
I & Haaland Professional Engineers) and shall be paid for the Contractor under
the Bid Price (Allowance) shown on the Bid Form. Should any additional
staking beyond the scope of work defined below be required, the Cptltracto~
I shall make arrangements with the Owner's Engineer and pay the c~t9f aQY'.
additional staking. Construction staking will be provided on a one-lim~asi!f~lt 11
shall be the responsibility of the Contractor to protect all survey stake:s once1'0 =
'. they have been eslablished. All re-staking and staking of additiona):ltEfn1s fOT t-n
Contractor use shall be done at a rate of $11 O/hr. ~ n: ~ r-l
o ~:~ -f.... '--'
~/' W
I C. The Contractor shall provide a minimum of 48-hour advance notice the :.:..
Owner's Engineer for all staking requirements. en
D. Scope of Work:
I 1. Set rough grade stakes for trails, playground area and shelter pad.
2. Set stakes for retaining wall.
3. Set paving stakes for trail and shelter pad.
I 4. Set stakes for ditch re-alignment.
5. Set stakes for culverts.
I PART 2 - PRODUCTS
I Not Used
PART 3 - EXECUTION
I Not Used
END OF SECTION
I
I
I 02015-1
I
I
SECTION 02050
. DEMOLITIONS, REMOVALS AND ABANDONMENTS
I PART 1 - GENERAL
1.01 SUMMARY:
. A. Furnish labor, materials, tools and equipment to remove existing paved surfaces
. as indicated and specified.
B. Furnish labor, materials, tools and equipment to remove existing storm sewer
I. pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and
specified. r-->
=
0 =
=,
1.02 REFERENCES: ::2:0 <--
)>::::; = 11
. J r-
A. IDOT Standard Specifications. o ' 1'0 r-
~n J:"" I
<~- 1""-1
, I
1.03 - ITl -0 0-'
I QUALITY ASSURANCE: 3 :!c' =< \....j
.- /'- W
-<: ..
A. Disposal sites shall comply with all applicable Iowa Departmem of Natural
. Resources and United States Environmental Protection Agency regulations. en
B. Comply with all state and local ordinances pertaining to hauling and disposal of
. rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or
debris resulting from work on the project.
. 1.04 SUBMITTALS:
A. Locations of disposal sites.
. PART 2 - PRODUCTS
2.01 MA TERIALS:
I A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard
. Specification Section 4120.04 and Section 4109, Gradation No. 11.
B. Explosives shall not be used for demolition.
. PART 3 - EXECUTION
3.01 TECHNIQUES:
I A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the IDOT Standard Specifications:
I
I 02050-1
I
I
Division 24. Structures. I
Section 2401. Removal of Existing Structures.
Division 25. Miscellaneous Construction. I
Section 2510. Removal of Old Pavement.
Section 2511. Removal and Construction of Portland Cement Concrete I
Sidewalks.
Section 2515. Removal and Construction of Paved Driveways.
Section 2516. Removal and Construction of Retaining Walls and Steps. I
3.02 INSPECTION:
A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the I
right to revise demolition limits if required by the nature of construction.
3.03 PROCEDURES: I
A. Utilities
1. Notify all corporations, companies, individuals and state or local authorities I
..::r owning pipelines, water lines, gas mains, buried and overhead electric
('-I <" facilities, telephone, cable television, fiber optic, and other public or private
-- I
M ,/~ utilities shown on the drawings or otherwise known or discovered to be in
,... [:~1
L 0_ ~l the project area.
LL .-, ..
...:t ~ ... '-- I
.~O When active utilities are encountered, promptly take necessary measures
- N . .
....,- .
L _I to support and protect said utilities and maintain them in service.
:-J . -..'f"
.., (3-:-
~-~ ::> I
< G3. If active utilities are damaged or interrupted as a result of work on the
C-J project, take appropriate to restore service immediately.
measures
Restoration of utility services under these circumstances shall be at the I
Contractor's expense.
4. Active utilities shown on the drawings to be relocated, or which require
relocation due to unforeseen circumstances or conditions, shall be I
relocated in accordance with instructions from the Engineer. Generally, the
respective utility owners shall be responsible to perform relocation work for
their facilities. The Contractor shall cooperate with these efforts in every I
reasonable way and shall not be entitled to additional compensation for
delays resulting from such relocations.
B. Site Protection Measures I
1. Refer to Traffic Control Sheets for details. I
2. Barricade and fence open excavations or depressions resulting from work
during non-working hours and when not working in immediate area. I
Provide suitable warning devices adjacent to excavations and work areas.
3. Warning devices shall be kept operational during all non-working and non- I
I 02050-2 I
I
I
. active periods.
.. C. Disposals
1. No material or debris shall be buried within the project work area. All
I unsuitable material resulting from demolitions and removals shall be hauled
to and disposed of at a Contractor-furnished site approved by the Engineer
or to the landfill. The Contractor shall pay the current tipping fee at the
landfill.
. 3.04 DEMOLITION AND REMOVALS:
I A Pavement and Sidewalk Removals
1. Removal shall be to the limits noted on the plans or as directed by the
II Engineer.
2. Pavement removal shall include brick, P.C. Concrete, and AC. Concrete
I pavements, driveways, alleys, parking lots, and sidewalks. Removal of
chip seal or aggregate surfaces is not considered pavement removal.
I 3. Sawcuts shall be approved by the Engineer.
~J
- =
4. Removal operations shall conform to construction Phasin~~d 00 the
I plans or as directed by the Engineer. )>) ~ -Tl
0""' 1'0 -
END OF SECTION :3 () .c- r-
I . 'F;; -u IT)
-- .....-, -'P' r---l
o~ ....,c~ \...J
<:;/'- W
0<: ..
)> -
I en
I
I
I
I
I
I
I 02050-3
I
I SECTION 02100
I SITE PREPARATION
I PART 1 - GENERAL
,
1.01 SUMMARY:
I A. Furnish labor, material, tools and equipment to prepare site as indicated and
specified.
I 1.02 REFERENCES:
A. IDOT Standard Specifications.
I .....,
0 =
=
;;';:0 ''''
'-_
PART 2 - PRODUCTS )> --1 c: -n
r--
I /
O-~ N r-
=~C} ...-
None. -<:"r.~ rn
- - ["n -u ....,
I ,,:::lJ '...J
'-"~ w
<:;;
PART 3 - EXECUTION )> -
a>
I 3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the
I following divisions and sections of the IDOT Standard Specifications:
Division 21. Earthwork, Subgrades and Subbases.
I Section 2101. Clearing and Grubbing.
3.02 EXISTING TREES, SHRUBS AND VEGETATION:
I A All trees, shrubs and vegetation with the construction limits shall remain and be
protected from damage unless specifically noted as "REMOVE" or "CLEAR AND
I GRUB" on the plans or as directed by the Engineer.
B. No construction materials andlor equipment are to be stored, piled, or parked
I within the trees' drip line.
C. Contractor is responsible for damage outside the limits of construction, and for
I trees, shrubs and vegetation not designated for removal. The Contractor's liability
for tree and shrub damage will be based on the appraised value, not replacement
value, and shall include the cost of appraisal by a qualified arborist.
I 3.03 EXISTING STRUCTURES AND PROPERTY:
I A. Remove existing signs and posts within the construction area as directed by the
I 02100-1
--.--
I
Engineer. All permanent traffic signs will be removed, stored, and replaced by the I
City of Iowa City. Contractor shall provide 48 hour minimum advance notice for
sign removal and for sign replacement Permanent signs will be replaced prior to I
concrete pours.
B. Move mailboxes to a location approved by the Engineer prior to closing road.
Salvage and store any unique supports for mailboxes. Restore mailboxes and I
their supports to their prior location and condition when road is reopened.
3.04 EXISTING UTILITIES: I
A. Contact appropriate utility representative to verify the presence and location of
buried utilities in the construction area. I
3.05 EROSION CONTROL:
A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion I
Control.
END OF SECTION I
I
M <( II
N
-.
<.
M '-./ ---
C . - .","'0 II
L___
G- ."
L.L.:. :Jr"
,'. -
oS '-'-
--' N : _U
l'_ -' \--."- I
:-l
., o~:
,-, 6
r:1
c--J
II
II
II
I
I
I
02100-2
I
I
I SECTION 02210
I SITE GRADING
I PART 1 - GENERAL
1.1 DESCRIPTION
I A. Work included: Excavate, backfill, compact, and grade the site to the elevations
shown on the Drawings, as specified herein, and as needed to meet the
requirements of the construction shown in the Contract Documents.
I I B. Related work:
II 1. Documents affecting work of this Section include, but are not(TYlcess~y
limited to, General Conditions, Supplementary Conditions, and ~on{Jn
Division 1 of these Specifications. )> =~ F Il
C-:\" N -
:30 .;:- r-
1.2 QUALITY ASSURANCE I
II ,- .,' m
fTl -0
;;=::;TJ :::;: r:
A. Use adequate numbers of skilled workers who are thoroughly ~aIlied epd ',J
I experienced in the necessary crafts and who are completely fam(!lar with...]1e
specified requirements and the methods needed for proper performance ofqhe
work of this section.
I B. Use equipment adequate in size, capacity, and numbers to accomplish the work in
a timely manner.
I C. In addition to complying with requirements of governmental agencies having
jurisdiction, comply with the directions of the Engineer.
I D. Comply with requirements of paragraphs 3.1.B and 3.5 of this section.
1.3 PRODUCT HANDLING
I A. Comply with pertinent provisions of Section 01640.
I 1.4 EXCAVATION DEFINITIONS
A. Roadway excavation is all excavation within the street right-of-way.
I B. Borrow excavation is all excavation except channel excavation outside of the street
right-of-way for use in roadway construction or borrow area restoration.
I C. Channel excavation consists of removal of material for the channelization of
drainage, not including roadway excavation, and the disposal of the excavated
I material.
D. Unsuitable excavation is any excavated material not suitable for subgrade
I construction.
I 02210-1
-- ~---
I
E. Stripping, salvaging and spreading topsoil consists of removing topsoil from borrow I
pits, cuts or areas to be covered by embankments, preparation of sod, and
hauling, depositing, and spreading of the topsoil on shoulders, slopes, excavated I
areas, and borrow pits. All weeds, grass and growing crops or other herbaceous
vegetation shall be mowed close to the ground and disposed of as directed by the
Engineer. Sod shall be shredded sufficiently to permit the soil to be easily spread I
in a layer over areas to be covered.
F. Overhaul consists of transportation of excavated material from excavation over a
distance in excess of free haul limit specified. If no free haul limit is specified, no I
overhaul is considered.
PART 2 - PRODUCTS I
2.1 CLASSES OF EXCAVATION I
A. Earth excavation shall include all normal earth materials, such as loam, silt,
gumbo, peat, clay, soft shale, sand, and gravel. It shall include fragmentary rock I
or boulders handled in the manner normal to this class of excavation. 1\ shall
include any combination of the above described materials and any other material
not classified as rock and boulder excavation or unclassified excavation. I
B. Rock and boulder excavation shall include the actual measured volume of granite,
C') \lap, quartzite, chert, limestone, sandstone, hard shale, or slate in natural ledges or
hI I
('} V' 3tsplaced masses. It shall also include the estimated or measured volume of rock
,.. .' := (fi'agments or boulders which occur on the surface or in sub-surface deposits mixed
, - ,
L_J c_ L-! -with earth, sand, or gravel when their size, number, or location prevents them from
- . '-; ;being handled in a manner normal to earth excavation. I
N ' ,
L'_ ::_u
~~!c. 0 ::l;lnsuitable excavation is any excavated material not suitable for subgrade
-- . I
;- } ~nstructlon.
'"
D. Unclassified excavation shall include all materials not defined in paragraphs A, B,
or C above. The Engineer shall direct the disposition of unclassified materials. I '
2.2 MATERIALS
A. Fill and backfill materials: I
1. Provide soil materials free from organic mailer and deleterious substances,
containing no rocks or lumps over 6 inches in greatest dimension, and with I
not more than 15% of the rocks or lumps larger than 2-3/8 inches in their
greatest dimension.
2. Fill material is subject to the approval of the Engineer, and is that material I
removed from excavations or imported from off-site borrow areas,
predominantly granular non-expansive soils, free from roots and other
deleterious mailer. I
3. Do not permit rocks having a dimension greater than 1 inch in the upper 12
inches of fill or embankment.
4. Cohesion less material used for structural backfill: Provide sand free from I
02210 - 2
I
I
I organic material and other foreign maller, and as approved by the
Engineer.
I 2.3 WEED KILLER
II A. Provide a dry, free-flowing, dust-free chemical compound, soluble in water,
capable of inhibiting growth of vegetation, and approved for use on this work by
governmental agencies having jurisdiction.
II 2.4 TOPSOIL
A. Where and if shown on the Drawings or otherwise required, provide topsoil
I consisting of friable, fertile soil of loamy character, containing an amount of organic
mailer normal to the region, capable of sustaining healthy plant life, and
reasonably free from subsoils, roots, heavy or stiff clay, stones larger than 2 inches
. in greatest dimension, noxious weeds, sticks, brush, liller, and other deleterious
mailer.
.....,
I B. Obtain topsoil from sources within the project limits, or provide im@-ted tomoil
obtained from sources outside the project limits, or from both areas. ~ 0 '==
- (-
0-< r- .11
N
I :-~O .s:- r-.
PART 3 - EXECUTION ..;:- r- ,
rn '-' rn
d..1-.) -';'.3 r-,
-.'. '_..1
3.1 SURFACE CONDITIONS $/' w
I $; -
A. Examine the areas and conditions under which work of this section ~ be
I performed. Correct conditions detrimental to timely and proper completion of the
work. Do not proceed until unsatisfactory conditions are corrected.
I B. Temporary erosion control:
1. Within fifteen (15) days after the Notice of Award, the Contractor shall
submit an erosion control plan detailing the location and description of
structures and/or techniques which will be used on this project. Soil loss
I rate from the proiect site shall be limited to five tons per acres per vear.
The Engineer's review of this submillal shall not relieve the Contractor of
any responsibility assumed under this contract. No soil disturbinq
I construction activitv shall be started until the erosion control plan is
implemented.
2. This work shall consist of temporary control measures as proposed by the
I Contractor, during the life of the project to control water pollution through
the use of silt ditches, silt dikes, silt basins and bale checks.
3. The temporary pollution control provisions contained herein shall be
I coordinated with permanent erosion control features specified elsewhere in
the contract to the. extent practical to assure economical, effective, and
continuous erosion control throughout the construction and post-
I construction period.
4. It is intended that temporary pollution control features be maintained in
appropriate functional condition from initial construction through completion
I of the project.
I 02210 - 3
.1
3.2 FINISH ELEVATIONS AND LINES I
A. Comply with pertinent provisions of this specification.
I
3.3 PROCEDURES
A. Utilities: I
1. Unless shown to be removed, protect active utility lines shown on the
Drawings or otherwise made known to the Contractor prior to excavating.
If damaged, repair or replace at no additional cost to the Owner. I
2. If active utility lines are encountered, and are not shown on the Drawings or
otherwise made known to the Contractor, promptly take necessary steps to
('> ~3 assure that service is not interrupted. .
N If service is interrupted as a result of work under this section, immediately
Co'> )~6 . restore service by repairing the damaged utility at no additional cost to the
".- _1_-
- ~'-1 Owner. I
,--...:
~_\_. ...~r'-4 If existing utilities are found to interfere with the permanent facilities being
..;;' -JL_ .
- N )- C constructed under this section, immediately notify the Engineer and secure
L'_ - ~ his instructions.
-co ()~. I
-, Do not proceed with permanent relocation of utilities until written
--=
C-J instructions are received from the Engineer.
.=
c---I
B. Protection of persons and property: I
1. Barricade open holes and depressions occurring as part of this work, and
post warning lights on property adjacent to or with public access. I
2. Operate warning lights during hours from dusk to dawn each day and as
otherwise required.
3. Protect structures, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, washout, and other I
hazards created by operations under this section.
C. Dewatering: I
1- Remove all water, including rain water, encountered during trench and
substructure work to an approved location by pumps, drains and other
approved methods. I
2. Keep excavations and site construction area free from ponded water.
D. Provide means necessary to prevent dust becoming a nuisance to the public, to I
neighbors, and to other work being performed on or near the site.
E. Maintain access to adjacent areas at all times. I
3.4 EXCAVATING AND CONSTRUCTING OPERATIONS
A. Perform excavating of every class of material encountered within the limits of the I
work to the lines, grades, and elevations indicated and specified herein.
Excavation shall be classified as roadway, borrow, channel, unsuitable, or I
unclassified.
B. Satisfactory excavated materials: I
02210-4
I
I
I 1. Transport to, and place in, fill or embankment areas within the limits of the
work.
I C. Unsatisfactory excavated materials:
1. Excavate to a distance below grade as directed by the soils engineer, and
I replace with satisfactory materials.
2. Include excavation of unsatisfactory materials, and replacement by
satisfactory materials, as parts of the work of this section.
I D. Surplus materials:
1. Dispose of unsatisfactory excavated materials, and. surplus satisfactory
excavated materials, away from the site at disposal areas' arranged and
I paid for by the Contractor.
E. Excavation of rock:
I 1. Where boulders, limestone, granite, or similar material is encountered, and
where such material can be removed or excavated by conventional earth
moving or ripping equipment, take required steps to proceed with the
I general grading operations of the work, and remove or excavate such
material by means which will neither cause additional cost t~e Ow~ nor
endanger buildings or structures whether on or off the site. ~ (") ~'
I 2. Do not use explosives without written permission from the EFlgiFieer. ;:;: Ii
--)-< I
l. 1'0-'
F. Excavate and backfill in a manner and sequence that will provide pr6pEir driiTnag~
tllr "r'l v I
I a a Imes. - -;., =< "
rj ~'-' '-.)
s^ w
G. Ditches and gutters: )> :.:..
I 1. Cut accurately to the cross sections, grades, and elevations shown. 0)
2. Maintain excavations free from detrimental quantities of leaves, sticks,
trash, and other debris until completion of the work.
I 3. Dispose of excavated materials as shown on the Drawings or directed by
the Engineer; but do not encroach on existing or proposed drainage ways.
3.5 EMBANKMENT CONSTRUCTION
I A. Embankments shall be formed of approved select materials from excavation or
borrow. These materials shall be capable of being compacted. The estimated
I limits of excavation and borrow required for the embankment are shown on the
plans.
1. Stones or rock fragments which will not pass through a 4 inch diameter ring
I are not to be used in top 12 inches or where fill is less than 2 feet in depth.
2. Acceptable materials to be compacted as specified.
I B. Construct to line and grade shown on plans.
1. Preparation of site
a) Remove sod and unsuitable material.
I b) If an existing road surface lies with 24 inches or less below and
within embankment area, remove or scarify subgrade to a depth of
6 inches, mix with earth, and re-compact.
I c) Where embankment is to be placed on or against an existing slope,
I 02210-5
I
I
slope shall be plowed, stepped, or scarified as shown on the plans. I
2. Except for rockfills, place materials in layers of not more than 9 inches
loose thickness. I
3. Each layer shall be spread, shaped, and compacted in an approved
manner before placement of new layer.
4. Keep surface sloped to drain.
5. Embankments shall not be constructed on frozen ground, and frozen I
material shall not be used in embankment construction.
C. Unless otherwise provided, when the quantity of material required for I
embankments is not available within the limits of the cross-sections as indicated on
M ~e plans, the Contractor shall make up the deficiency from borrow pits or other
~ ;;;approved sources, provided by the Owner or Contractor as specified. I
M '/--:::::;'
r', . - -;(../
;-3;6 c:WAt~~COURSES, SEWERS, DRAINS, AND THEIR APPURTENANCES
- .::t JC I
- C'A. ;..-. 'Contractors shall provide for flow in water courses, flumes, drains, sewers, etc.,
t '._ ._J
:""-::J G Qjsturbed during performance of the work.
'., ':,>
,~ ~move and dispose of all offensive mailer. I
i~.
C. Reconstruct or reconnect as necessary to keep facilities in service. I
3.7 COMPACTING
A. Control soil compaction during construction to provide the specified percentage of I
density for each area as determined according to ASTM D-698 (Standard Proctor
Density). In general, fill materials will be placed in loose layers of approximately 9 I
inch thickness.
B. Provide not less than the following maximum density of soil material compacted at
the optimum moisture content or just below for the actual density of each layer of I
soil material in place, and as approved by the Engineer.
1. Structures:
a) Compact the top 8 inches of subgrade and each layer of fill material I
or backfill material at 95% of maximum density.
2. Lawn and unpaved areas:
a) Compact each layer of fill material or backfill material at 90% of I
maximum density.
b) Compact the upper 12 inches of filled areas, or natural soils
exposed by excavating, at 85% of maximum density. I
3. Rock Surfacing Areas:
a) Compact the top 8 inches of subgrade and each layer of fill
material or backfill material at 95% of maximum density for I
cohesive soil material.
C. Moisture control: I
1. Where the subgrade or a layer of soil material must be moisture
conditioned before compacting, uniformly apply water to surface of
subgrade or layer of soil material to prevent free water appearing on I
02210 - 6
I
-
I
I surface during or subsequent to compacting operations.
2. Remove and replace, or scarify and air dry, soil material that is too wet to
I permit compacting to the specified density.
3. Soil material that has been removed because it is too wet to permit
compacting may be stockpiled or spread and allowed to dry. Assist drying
II by discing, harrowing, or pulverizing until moisture content is reduced to a
satisfactory value as determined by moisture-density relation tests
approved by the Engineer.
I 3.8 FIELD QUALITY CONTROL
A. Secure the Engineer's inspection and approval of subgrades and fill layers before
I subsequent construction is permitted thereon.
I B. Provide at least the following tests to the approval of the Engineer:
II 1. For the final subgrade in gravel areas, at least one field density test for
every 2000 sq. ft. of surfaced area, but not less than three tests;
2. In each compacted fill layer, one field density test for eve~OOO s\Eft. of
I paved area, but not less than one test per layer of fill. ~ ~
_0 E
C. If, in the Engineer's opinion based on reports of the testing laborat~, ~~bg~e or! I
I fills which have been placed are below specified density, pro:vlde)addil1on~L,l
compacting and testing under the provisions of Section 01'41\:l,-,of ~es~":"'1
Specifications. 0 22 -> '-...J
.c-/'- W
I <: ..
3.9 MAINTENANCE )> a:.
I A. Protection of newly graded areas:
1. Protect newly graded areas from traffic and erosion, and keep free from
I trash and weeds;
2. Repair and reestablish grades in se\\led, eroded, and rutted areas to the
I specified tolerances.
B. Where completed compacted areas are disturbed by subsequent construction
operations or adverse weather, scarify the surface, reshape, and compact to the
I required grades and density prior to preceding with further construction.
END OF SECTION
I
I
I
I
I 02210-7
I
I SECTION 02220
I EARTH EXCAVATION, BACKFILL, FILL AND GRADING
PART 1 - GENERAL
I 1.01 SUMMARY:
II A. Excavating, placing, stabilizing and compacting earth, including trench and rock
excavation, addition of borrow and backfill, disposal of excavated material, and
topsoil, strip, salvage and spread.
I 1.02 REFERENCES:
II A. IDOT Standard Specifications.
1.03 QUALITY ASSURANCE:
I A. Whenever a percentage of compaction is indicated or specified, ~ per~t of
maximum density at optimum moisture as determined by ASTM D. 'H'1, Urtless
~\.. !--
I noted otherwise. P ::j F il
c)' N ;:=
B. Borrow sites and materials shall be approved by the Engineer prior t?~~. .c- ~l
I _ ill :s ;T--..:....~
O;:&J ~ \_J
<.--.-^. W
PART 2 - PRODUCTS ~ :.:..
I en
2.01 MA TERIALS:
A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard
I Specification Section 4120.04 and Section 4109, Gradation No. 11.
I PART 3 - EXECUTION
3.01 TECHNIQUES:
I A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the IDOT Standard Specifications:
I Division 21. Earthwork, Subgrades and Subbases.
All sections
I Division 24. Structures.
Section 2402. Excavation for Structures.
I 3.02 TOPSOIL:
I A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration
I 02220-1
I
and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity I
of material for placement of a minimum of 9 inches of topsoil for surface
restoration and landscaping. Protect topsoil from mixture with other materials such I
as aggregate and from erosion. Removal of topsoil from the site is not permilled.
3.03 DRAINAGE AND DEWA TERING: I
A. Provide and maintain ample means and devices (including spare units kept ready
for immediate use in case of breakdowns) to intercept andlor remove promptly and I
dispose properly of all water entering trenches and other excavations. Keep such
excavations dry until the structures, pipes, and appurtenances to be built therein
have been completed to such extent that they will not be floated or otherwise
~ <r:,<Jamaged. I
-.,.
.. <;.
M ,/--
(~ : = B. 'oo ~ispose of all pumped or drained water without undue interference to other work,
.- ,,- .~ ~r causing damage to pavements, other surfaces, or property. Provide suitable I
,
L:_ :..) ~mporary pipes, flumes, or channels for water that may flow along or across the
-~
.-- N :.- Y.tork site.
I' - ~.--; ,-./
" CJ (5::? I
,~C. Oake all precautions necessary to prevent damage to the work by rain or by water
, ,
.'" -entering the site, whether water entry be overland or by groundwater.
:;--.J
3.04 TRENCH EXCA VA T/ON: I
A. General I
1. Excavate trench by machinery to, or just below, designated subgrade when
pipe is to be laid in granular bedding or concrete cradle, provided that I
material remaining at bollom of trench is only slightly disturbed.
2. Do not excavate lower part of trenches by machinery to subgrade when
pipe is to be laid directly on bollom of trench. Remove last of material to be I
excavated by use of hand tools, just before placing pipe. Hand shape bell
I holes and form a flat or shaped bollom, true to grade, so that pipe will have
a uniform and continuous bearing. Support on firm and undisturbed I
material between joints, except for limited areas where use of pipe slings
have disturbed bollom.
B. Protection I
1. Barricade and fence open excavations or depressions resulting from work I
during non-working hours and when not working in immediate area.
C. Trench Width I
1. Make pipe trenches as narrow as practicable and safe. Make every effort
to keep sides of trenches firm and undisturbed until backfilling has been I
completed and consolidated.
2. Excavate trenches with vertical sides between elevation of center of pipe I
02220-2 I
I
I and elevation 1 foot above top of pipe.
I 3. Refer to plans for allowable trench widths within the pipe envelope for
various types, sizes and classes of pipe.
I D. Trench Excavation in Fill
1. Place fill material to final grade or to a minimum height of 6 feet above top
I of pipe when pipe is to be laid in embankment or other recently filled areas.
Take particular care to ensure maximum consolidation of material under
pipe location. Excavate pipe trench as though in undisturbed material.
I E. Excavation Near Existing Structures
1. Discontinue digging by machinery when excavation approaches pipes,
I conduits. or other underground structures. Continue excavation by use of
hand tools.
r-->
I 2. Excavate. exploratory pits when location of pipe or other ~~Jgr~d
structure IS necessary for dOing work properly. .~ :::! F 11
l;' N-=
I F. Disposal of Unsuitable Soil ::::J Q &" rTl
~ ....., I
_._m ~ !-~
1. The Contractor shall notify the Engineer and Iowa DepartmeQ,\)of2Natural \.j
I Resources (DNR) if soil contamination is found or susp~ed' du'r~g
excavation. en
I 2. Soil disposal and remediation method shall be an option outlined in the
IDOT Construction Manual Section 10.22, and approved by the Iowa DNR
and City. The Contractor is not to proceed with soil removal and
I remediation measures until instructed by the Engineer.
3. Disposal site to be provided by the Contractor and approved by the
I Engineer and Iowa DNR.
4. Contractor is responsible for completing and filing all necessary Federal,
, I State and local government agency forms and applications.
G. Care of Vegetation and Property
I 1. Use excavating maChinery and cranes of suitable type and operate with
care to prevent injury to trees, particularly to overhanging branches and
limbs and underground root systems.
I 2. All branch, limb, and root cuttings shall be avoided. When required, they
shall be performed smoothly and neatly without splitting or crushing. Trim
I injured portions by use of a chainsaw or loppers for branches, or an ax
when working with roots. Do not leave frayed, crushed, or torn edges on
any roots 1" or larger in diameter or on any branches. Frayed edges shall
I be trimmed with a utility knife. Do not use tree paint or wound dressing. If
I 02220-3
-- -
I
conflicts with large roots and branches are anticipated, notify the Engineer. I
3. No construction materials andlor equipment are to be stored, piled, or I
parked within the trees' drip line.
4. Excavators and loaders used on brick surfaces shall be limited to those
with rubberized tracks or rubber tires. I
5. Do not use or operate tractors, bulldozers, or other equipment on paved
surfaces when treads or wheels can cut or damage such surfaces. I
6. Restore all surfaces which have been damaged by the Contractor's
operations to a condition at least equal to that in which they were found I
before work commenced. Use suitable materials and methods for
restpration.
cry I
N ~ Aerate all grassed and planter areas compacted by construction activities.
ih :~~
(' . - C'--' Utility lines, including drainage tiles, encountered shall be restored in one of
'__4 .... . .'J!l. I
L'_ J '-,: the following ways:
-',r-
...:t ~_... -
- N ;>--0
U_. .....J a. Repair or otherwise reconnect the utility across trench after trench
:-:") '--4 I
" 05 has been backfilled, provided adequate drainage gradient is
,.-, 0
c:..o maintained, if applicable.
....-::.: -
c--.J b. Connect drainage tiles to nearest storm sewer.
I
The Contractor shall document the location and elevation of any utility lines
encountered. The Contractor shall notify the Engineer whenever a utility is II
encountered and submit the proposed method of restoring the utility for
review and approval.
All utility repairs shall be made prior to backfilling the trench. I
H. Water Services
1. Permanent copper water service lines which are damaged (cut, nicked, II
bent, crimped, crushed, etc.) shall be replaced from the water main to the
curb box with new copper service pipe, without any joints. The cost for this II
work shall be at the Contractor's expense.
2. In any excavation where existing lead or galvanized iron water services are I
in the excavation or disturbed area, the Contractor shall replace the existing
lead or galvanized piping with new 1-inch or larger copper water service
pipe from the water main to the curb box. The Contractor will be paid per I
the applicable bid item. If there is no bid item, the unit price for the
replacement of the water service shall be negotiated prior to commence-
ment of the work. I
3. When water service is disrupted, the Contractor shall make a reasonable
allempt to restore the service within two hours. I
02220-4
I
I
I
4. Water service pipe shall be type k soft copper.
I 3.05 ROCK EXCAVATION:
. A. Explosives .shall not be used for rock excavation.
I 3.06 BACKFILLING:
A. General
. 1. Do not place frozen materials in backfill or place backfill upon frozen
material. Remove previously frozen material or treat as re..llilired Qefore
new backfill is placed. 0 ~
i. ::?:o L.
B. Backfilling Excavations ;:: =< F -Ti
\.....} N-
==-1 () .c- co-
. 1. Begin backfilling as soon as practicable and proceed until comp~t -u fTj
0::0 ::1": 1-'
2. Material and Compaction ...,. ,,-J
"";;:.:,/'- c..:>
~-
I )> -
a. Paved Areas: Under and within 5 feet of paved surfaces, inc'IDding
streets, sidewalks and driveways, backfill shall be Class A crushed
. stone placed in one foot lifts compacted to 95% Standard Proctor
Density. The top 12 inches directly below paved surfaces shall be
Class A crushed stone compacted to 98% Standard Proctor
. Density. If under pavement, backfill to bottom of the subgrade. If
not under pavement, backfill to within 12 inches of finished surface.
I b. All other areas: Backfill shall consist of suitable job excavated
material placed in one foot lifts compacted to 90% Standard Proctor
Density. If excavated material is unsuitable, backfill with Class A
I crushed stone to within 12 inches of finished surface.
c. Do not place stone or rock fragment larger than 2 inches within 2
I feet of pipe nor larger than 12 inches in backfill. Do not drop large
masses of backfill material into trench.
C. Backfilling Around Structures
I
1. Do not place backfill against or on structures until they have attained
sufficient strength to support the loads, including construction loads, to
. which they will be subjected. Avoid unequal soil pressure by depositing
material evenly around structure.
. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts
compacted to 95% Standard Proctor Density unless otherwise indicated or
specified.
I
I 02220.5
I
3.07 UNAUTHORIZED EXCA VA TlON: I
A. When the bottom of any excavation is taken out beyond the limits indicated or
specified, backfill, at Contractor's expense, with Class A crushed stone compacted I
to 95% Standard Proctor Density.
END OF SECTION I
I
I
(") -< I
N
,<) )L~
r - . - rcu
'.- . - L'_\
l~ '-- ___''7 I
...:t ..:.) 1.:::
--< N 0
:;. -
!.J_ :=~ .-...,-
--, 03 I
~'" 0
~,
L.O
<--'
I
I
I
I
I
I
I
I
I
02220-6
I
----..--
1
I
SECTION 02270
I SLOPE PROTECTION AND EROSION CONTROL
I PART 1 - GENERAL
I 1.01 SUMMARY:
A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone,
I and erosion stone.
1.02 REFERENCES: ""
O =
co,
1 ~ <7'
A. IDOT Standard Specifications. ~ Q E
/j r- -n
B. Iowa Department of Transportation Highway Division "Stand~;:(jc~oa~Pla[1S-
I Manual", latest edition. -=<:::;:: -0 In
"I r~
--- :0'" -
I 0- - ~
1.03 QUALITY ASSURANCE: :E ^ ~
'I ):> -
A. Revetment stone and erosion stone shall meet the abrasion and dirrability
I requirements of Section 4130 of the IDOT Standard Specifications.
I B. Engineering Fabrics (geotextile) shall be of a non-woven material and conform to
I the requirements of IDOT Engineering Fabric for Embankment Erosion Control.
I 1.04 STORAGE:
I A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight,
not subject to extremes of either hot or cold, and with the manufacturer's protective
cover in place. Receiving, storage, and handling at the job site shall be in
1 accordance with the requirements in ASTM D 4873.
PART 2 - PRODUCTS
II 2.01 MATERIALS:
II A. Except as amended in this document, the materials in this section will conform with
I the following divisions and sections of the IDOT Standard Specifications:
I I Division 41. Construction Materials.
Section 4169. Erosion Control Materials.
Section 4196. Engineering Fabrics.
I
I
1 02270-1
.1
PART 3 - EXECUTION I
3.01 TECHNIQUES: I
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the IDOT Standard Specifications: I
Division 25. Miscellaneous Construction.
Section 2507. Concrete & Stone Revetment.
and the following IDOT Standard Road Plans: I
RC-5 Wood Excelsior Mat I
RC-16 Silt Fence
3.02 ~CHE~LE: I
(') ,..:$
~- ..:A.:='-:' ~Silt fence shall be installed at locations indicated on the plans immediately upon
'-_ ,- i :;GOmpletion of grading. Wood excelsior mat shall be placed and staked in seeded I
::c-...: ~ ~ ; :~eas of swales immediately following seeding.
I , --
, _ __f
~03 :-.'GEriftf!T1LE: I
:-=~ 0
:"A. -Surface Preparation
1. The surface on which the geotextile is to be placed will be graded to the I
neat lines and grades as shown on the plans. The surface will be
reasonably smooth and free of loose rock and clods, holes, depressions, I
projections, muddy conditions and standing or flowing water.
B. Placement
1. Prior to placement of the geotextile, the soil surface will be inspected for I
quality of design and construction. The geotextile will be placed on the I
approved surface at the locations and in accordance with the details shown
on the plans. The geotextile will be unrolled along the placement area and
loosely laid (not stretched) in such a manner that it will conform to the
surface irregularities when material is placed on or against it. The I
geotextile may be folded and overlapped to permit proper placement in the
designated area.
2. The geotextile will be joined by overlapping a minimum of 18 inches (unless I
otherwise specified on the plans or by the manufacturer), and secured
against the underlying foundation material. Securing pins, approved and I
provided by the geotextile manufacturer, shall be placed along the edge of
the panel or roll material to adequately hold it in place during installation.
Pins will be steel or fiberglass formed as a "U", "L", or "T" shape or contain I
"ears" to prevent total penetration. Steel washers will be provided on all but
the "U" shaped pins. The upstream or up-slope line will be inserted
I
02270-2 I
-- --
I
I through both layers along a line through approximately the midpoint of the
overlap. At horizontal laps and across slope laps, securing pins will be
I inserted through the bottom layer only. Securing pins will be placed along
II a line approximately 2 inches in from the edge of the placed geotextile at
II intervals not to exceed 12 feet unless otherwise specified. Additional pins
will be installed as necessary and where appropriate, to prevent slippage or
movement of the geotextile. The use of securing pins will be held to the
minimum necessary. Pins are to be left in place unless otherwise
'I specified.
3. Should the geotextile be torn or punctured, or the overlaps disturbed, as
:. evidenced by visible damage, subgrade pumping, intrusion, or grade
distortion, the backfill around the damaged or displaced area will be
removed and restored to the original approved condition. The repair will
consist of a patch of the same type of geotextile being used, overlapping
I' the existing geotextile. Geotextile panels joined by overlap will have the
patch extend a minimum of 2 feet from the edge of any damaged area.
I. 4. The geotextile will not be placed unlil it can be anchored and protected with
the specified covering within 48 hours or protected from exposure to
I ultraviolet light. In no case will material be dropped on uncovered
geotextile from a height greater than 3 feet. 0 '"
I =
=
::2:" ~
'---
::r>."-', c:::
0-'.( r- il
I END OF SECTION 1'0
---iO +" ~
:
:<r m
In -u
O~ ::r,:; ...,
\....-1
I ~'^' W
.:>
j;; -
en
I
I
.
I
I
I
I
I 02270-3
I
I SECTION 02518
I P.C. CONCRETE PAVERS-
BITUMINOUS SETTING BED
I PART 1 - GENERAL
1.01 DESCRIPTION
I A. Provide brick paving as shown and specified. The work includes:
1. Mortarless brick paving over a rigid base.
I
1.02 QUALITY ASSURANCE
I A. Materials and methods of construction shall comply with the following standards:
,..."~
1. Manufacturer's recommendations. 0 is
I <-' c--.
:<0 '--
2. Brick Institute of America, (BIA): Technical Notes on BricktcOnstr~ion~n
0-<' N -
I 3. American Society for Testing and Materials, (ASTM). .::;:1 ~.) ./:< M
m -0 I,
Q:JJ ::n:: r:
B. Installation: Performed only by skilled workman with satisfactory:!'Elcord 0[, I..J
I performance on completed projects of comparable size and qua!llY. .:.:.
C"\
C. Sample panel: Before starting concrete paving, provide a sample panel using
I materials, patterns, and joints indicated for project work. Build panel at the site of
full thickness and approximately 4' x 4'. Provide the range of color, texture, and
workmanship, proposed for the work. Correct and rebuild sample panel until
I Landscape Architect's acceptance of the work. Retain panel during construction
as a standard for completed paving work.
I 1. The approved sample panel may be a portion of the work and remain in
place. Location as directed by the Landscape Architect.
I 2. Provide a sample panel for each type of concrete paving required.
D. Do not change source or brands of concrete pavers, mortar, or grout material
I during the course of the work.
1.03 SUBMITTALS
I A. Submit manufacturer's product data for each type of concrete paver unit.
1.04 DELIVERY, STORAGE, AND HANDLING
I A. Protect paving units from damage, chipping, and soiling during delivery and
storage. Store off the ground on pallets or wood platforms.
I
I 02518 - 1
-
I
1.05. PROJECT CONDITIONS I
A. Establish and maintain required levels and grade elevations. Review installation I
procedures and coordinate paving work with other work affected by the paving
work.
B. Cold weather: I
1. Protect masonry against freezing when the temperature is 40 degrees F.
and falling. Heat materials and provide temporary protection of completed I
portions of masonry work. Comply with the requirements of the
"Construction and Protection Recommendations for Cold Weather
Masonry Construction" of BIA Technical Notes on Brick Construction.
2. Do not use frozen materials for materials mixed or coated with ice or I
frost. Comply with BIA requirements for masonry units requiring welling.
M ~. Do not build on frozen work. Remove and replace concrete pavers I
N
,") ,/~ damaged by frost or freezing.
r'-~ ~ .: C) I
L_ ::-; --
, I '-, ;>4. Install bituminous selling beds only over dry, unfrozen subgrade surfaces
L_
..::r l . - and when air temperature is 40 degrees F. or above.
o.
"" '. U
, 1- :-) (.::: <<,:: I
-, U~. Apply modified asphalt adhesive only over a dry base surface and when a
,.-, temperature is 50 degrees F. or above.
C-::'1 0
,"" I
C. Protect partially completed concrete pavers against weather damage when work
is not in progress.
D. Provide temporary barricades as required for protection of project work and I
public safety.
E. Protect adjacent work from damage, soiling, and staining during paving I
operations.
PART 2 - PRODUCTS I
2.01 CONCRETE PAVERS
A. Concrete Paving Brick: as manufactured by a member of UNI-Group, U.S.A. .
1. Approved suppliers are: I
a. Borgert Products, Inc.; St. Joseph, MN (320) 363-4671.
b. Barbour Pavers, Inc.; Independence, MO (816) 796-3344.
c. Unilock, inc.; Chicago, IL (708) 892-9191. I
d. Courtland Industries, Inc.; Courtland, MN (800) 422-0751.
e. Hessit Works, Inc.; Freedom, IN (812) 829-6246.
B. Compressive Strength: Greater than 8000 psi. I
I
02518 - 2 I
I
I C. Water Absorption: Maximum of 5%; ASTM 936 and freeze-thaw testing per
Section 8 of ASTM C-67.
I D. Style and Size:
1. Style as specified on the drawings.
I 2. Size as specified on the drawings.
E. Colors:
. 1. Paver colors as specified on the drawings.
2. All selected paver colors will be standard manufacturer's color.
I F. Paving Pallerns: Paver color location and paving pallerns as shown on the
drawings.
II G. Concrete Pavers: Holland Stone by Borgert Products, Inc. or approved eq~
o =
- "'"'
H. Concrete pavers, when tested in accordance with ASTM C67, shall~J16W nc{=.
I efflorescence. Submit manufacturer's certification of test results. ;; _j r- 11
}' N f--
-l(") ~
I. Portland cement: ASTM C150, Type I, natural color. ,_. m
~-"
rTl -n
I 0:0 ::l:: l\
'~J
J. Bituminous selling bed: .c,A.. Cd
~
5> -
Asphalt primer: ASTM D2028 cut-back asphalt. en
I 1.
2. Asphalt cement: ASTM D946, penetration grade 85-100.
I 3. Fine aggregate: ASTM C136, clean hard sand free of adherent coatings,
clay, alkali salts, and organic mailer. Uniformly graded from coarse to
I fine and 100% passing #4 sieve.
4. Neoprene-modified asphalt adhesive: 2% neoprene (grade WMI),
I oxidized asphalt, and 10% long fibered asbestos.
5. Mix: Combine dried fine aggregate with hot asphalt cement. Heat the mix
I to approximately 300 degrees F. at an asphalt plant. Apportion each ton
by weight in the approximate ration of 145 Ibs. Asphalt to 1,855 Ibs.
Sand.
I PART 3 - EXECUTION
3.01 INSPECTION
I A. Examine substrates and installation conditions. Do not start concrete pavers
work until unsatisfactory conditions are corrected.
I 3.02 PREPARATION
I A. Do not use paving units with chips, cracks, voids, discoloration, or other visible
I 02518 - 3
I
defects. I
B. Cut paving units with masonry saws to provide clean, sharp unchipped edges. I
Cut units as required to provide pattern shown and to fit adjoining work neatly.
Use full units without cutting wherever possible. Where cutting is required, use
the largest size units possible. Avoid the use of small pieces of brick or large I
joint spaces.
C. Set paving units in patterns indicated with level surface and uniform joints of
width indicated. I
3.03 BITUMINOUS SETTING BED OVER RIGID BASE.
A. Clean existing concrete base. Remove dirt and debris. Ii
B. Apply asphalt prime coat. Allow to dry and cure as required. I
c. Install 0/." deep control bars directly on base. Adjust control bars to proper
M elevations. Provide control bars parallel to each other and approximately 11 '-0" I
'" ~art to serve as striking board guides.
.. .>
C"') ,/>
,.. ~~D. C.; ~Iace bituminous selling bed between depth control bars. Spread setting bed
,- I
L. . -; ;>materials and pull with striking board until a smooth, firm, and level selling bed is
..::r
-- N :' ~stablished. Advance first bar to next position when initial paved is completed.
L ---' c': ,:fill depressions, porous areas and voids with bituminous material as work
: J II
--, () ~rogresses.
,~
,~ 0
C,._.,
'......E. Roll the setting bed, while hot, with a power roller to provide a nominal I
compacted depth of 0/.".
F. Adjust the elevation to provide the top surface of the installed brick pavers at the
required finish grade. I
G. Apply a coating of neoprene-modified asphalt adhesive by mop, squeegee, or
trowel over the top surface of the bituminous selling bed to provide a paver I
bond. When troweled, use a serrated trowel with serrations not exceeding 1/16".
H. When the modified asphalt adhesive is dry to the touch, place the paving units I
by hand in straight courses with hand tight joints and uniform top surface.
Maintain alignment in the pattern indicated on the drawings.
I. Protect newly laid pavers with plywood panels. Advance panels as work I
progresses. Maintain plywood protection in the areas subject to continued
movement of materials and equipment. Provide additional leveling if required. I
Roll with power roller. Roll prior to filling joints.
J. Sweep dry fine sand-Portland cement mixture over the surface to fill joint I
irregularities. Completely fill joints.
I
02518 - 4 I
I
I 3.04 PROTECTION
I A. Restrict traffic from paving unit surfaces during selling of units and for at least 24
hours after installation.
I B. Protect paving units from damage until final acceptance.
3.5 CLEANING
. A. Remove and replace brick paving units which are broken, chipped, stained, or
otherwise damaged. Provide new matching units, install as specified and to
I eliminate evidence to replacement.
B. Clean brick paving not less than 6 days after completion of work, using clean
. water, trisodium phosphate, and stiff-bristle brushes. Do not use wire brushes,
acid type cleaning agents, or other cleaning compounds with caustic or harsh
fillers. Proprietary cleaning agents subject to Landscape Architects approval prior
to use.
I C. Perform cleaning during installation of work and upon completion of the work.
Remove from site all excess materials, debris, and equipment. Repair damage
I resulting from brick paving operations.
END OF SECTION
I 6 '"
C':=;,
,:,,"::->
;;:0 ~
L.
I )>::::J c:
r--,-< ,-- 11
, ,. 1'0
-..;0 .c- I~
.:-<r- m
II IT! "'1;]
0::0 -.- r<
~A <& '-.....1
.~
):> -
0\
I
I
I
I
I
I
II 02518 - 5
I
I SECTION 02520
I PORTLAND CEMENT CONCRETE PAVING
I PART 1 - GENERAL
1.01 SUMMARY:
I A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and
compact subgrades to receive Portland Cement Concrete paving.
I B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint
and cure Portland Cement Concrete roadways, sidewalks, trails, pads, curb and
I guller at the locations and grades noted on the plans.
1.02 REFERENCES:
I A. IDOT Standard Specifications.
1.03 QUALITY ASSURANCE:
II A. Use adequate numbers of skilled workers who are thoroughly trained and
experienced in the necessary crafts and who are completely familiar with the
I specified requirements and the methods needed for proper performance of the
work in this section. ,....,
0 =
=
~Q ~
I B. Quality testing: ~
- --I r::::: 11
0-<'
II 1. Compressive Strength Tests. N -
-_.:C) .c- ~
I
......~ ITI
~ '-, I
2. Entrained Air. n-j "
---'-', r-~
C)~ - \....j
-:-_/""
:< w
I 3. Slump. )> -
<n
4. Density Tests of Base and Subgrade.
I
PART 2 - PRODUCTS
II 2.01 MA TERIALS:
I A. Except as amended in this document, the materials in this section will conform with
the following divisions and sections of the IDOT Standard Specifications:
I Division 41. Construction Materials.
Sections 4101 through 4122.
I B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3.
I 02520-1
----...----------- -----------
I
PART 3 - EXECUTION I
3.01 TECHNIQUES: I
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the IDOT Standard Specifications: .
Division 21. Earthwork, Subgrades and Subbases.
Section 2111. Granular Subbase. .
Division 22. Base Courses.
Section 2201. Portland Cement Concrete Base.
Section 2212. Base Repair. .
Section 2213. Base Widening.
Division 23. Surface Courses. I
Section 2301. Portland Cement Concrete Pavement.
Section 2302. Portland Cement Concrete Pavement Widening.
Section 2310. Bonded Portland Cement Concrete Overlay. I
Section 2316. Pavement Smoothness.
Division 25. Miscellaneous Construction. I
~ <{ Section 2512. Portland Cement Concrete Curb and Gutter.
., v 3': Section 2515. Removal and Construction of Paved Driveways.
,-. (') rc C) Section 2517. Concrete Header Slab. I
'--;- C'- ':J r-= Section 2529. Full Depth Finish Patches.
~_. ~ ~.J 6 Section 2530. Partial Depth Finish Patches.
li{}2 ~i;;U~~ND PROTECTION OF PA VEMENT: I
j "c.:.;?
~~ 0
Ii, CUring compound shall be applied immediately following finishing of the concrete, I
including back of curb.
3.03 ENVIRONMENTAL REQUIREMENTS:
A. When concrete is being placed in cold weather and temperatures may be expected I
to drop below 350F, the following requirements must be met for concrete less than
36 hours old: I
24 Hour Temperature Forecast Coverinq
Minimum 35-320 F One layer plastic or burlap. I
Minimum 31-250 F One layer plastic and one layer burlap or two I
layers burlap.
Below 250 F Commercial insulating material approved by I
the Engineer.
I
02520-2 I
I
I B. Concrete shall be protected from freezing temperatures until it is at least five days
old.
I C. Concrete damaged by cold weather shall be removed and replaced at the
Contractor's expense.
I D. Maximum allowable concrete temperature shall be 900 F.
E. If concrete is placed when the temperature of the concrete could exceed 900 F, the
I Contractor shall employ effective means, such as precooling of aggregates and/or
mixing water, as necessary to maintain the temperature of the concrete as it is
I placed below 900 F.
3.04 OPENING TO TRAFFIC:
I A. Opening to traffic, including Contractor's vehicles, will not be permitted until the
compressive strength of 6" diameter x 12" cylinders is at least 3,000 lb. per square
inch.
I B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s)
to traffic of any kind.
I C. Opening to traffic shall not constitute final acceptance.
I 3.05 COMPLETION OF WORK:
,....~. .
A. When traffic is allowed upon the pavement, the Contractor shall ~in rerqglmng
I work and clean up. All streets and sidewalks shall be finished an~~nect!~ the
public as soon as practicable. )> ~? ;;; TJ
o . 1'0 --
- f--
I B. Contractor shall notify the Engineer if weather conditions make i,qi!fflCult1o uS~n
Class M concrete, when specified. - F]J -c' ,-.
0-- -> \..--1
-s: ......., w
I END OF SECTION 5> :.:..
en
I
I
I
I
I
I 02520-3
---------
I
I SECTION 02524
I CURB RAMPS
PART 1 - GENERAL
I 1.01 SUMMARY:
I A. Construct sidewalk curb ramps to ADA specifications, plans and as directed by the
Engineer.
1.02 REFERENCES:
I A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and
Facilities.
I B. City of Iowa City Design Standards.
I C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4)
1.03 QUALITY ASSURANCE:
I A. Use adequate number of skilled workers who are thoroughly trained and
experienced in the necessary crafts and who are completely familiar with the
I specified requirements and the methods needed for proper performance of curb
ramp construction.
I B. Slope measurements. Newly constructed curb ramps and sidew~ not. ri~eting
the slope requirements will be, at the Engineer's discretion, remov.", ~d r@aced
at the Contractor's expense. )>...) ~ ......n
I 0.... f"J ;:=
PART 2 - PRODUCTS ::::;0 .c-
-<,- fT1
- . iT! -0 c.J
r", ::0 :r.
I 2.01 MATERIALS: ~7' w
~ -
A. en
I PART 3 ... EXECUTION
3.01 TECHNIQUES:
I A. Except as amended in this document, the work in this section will conform with the
I Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4) and the following
sections of the Americans with Disabilities Act (ADA) 0 Accessibility Guidelines for
Buildings and Facilities.
I Section 4. Accessible Elements and Spaces: Scope and Technical Re-
quirements
I Section 14. Public Rights-of-Way
I 02524-1
I
3.02 SLOPES: I
A. Cross slope refers to the slope that is perpendicular to the direction of travel. I
Running slope refers to the slope that is parallel to the direction of travel.
B. Curb ramp cross slopes should be no greater than 1 :50 or 2% to a level plane.
I
C. Curb ramp running slopes should be no greater than 1: 12 or 8.33% to a level plane
unless otherwise specified by the Engineer.
3.03 PORTLAND CEMENT CONCRETE THICKNESS: I
A. 6-inch thick colored P.C.C. will be placed at all corner curb ramps unless otherwise .
directed by Engineer.
.
END OF SECTION
cry I
N ::;;
cry '-/> I
,--..... o_cO
- c_ "
---; -...........;-
-- ~r-
--~, ..::i' '-J._
N ,0 .
I. __J ~-
-- ~-:.J -6'
-J 0~
_n :>-
= 0
,~ I
......
.
I
I
I
I
I
I
02524-2 I
I
I SECTION 02660
I WATER DISTRIBUTION
PART 1 - GENERAL
I 1.01 SUMMARY:
I A. Furnish, install and test water distribution system as indicated and specified.
1.02 REFERENCES:
I A. This specification references the following documents. In their latest edition, the
referenced documents form a part of this specification to the extent specified
herein. In case of conflict, the requirements of this specification shall prevail. One
I copy of all references marked with a *** shall be kept on the site, readily available
and accessible to the Engineer during normal working hours. Copies may be
obtained from the organizations or from the Iowa City Water Division at c6sl plus
I 15%. 9 ~
<::0 '--
):o>::::i =
B. City of Iowa City Water Division n ..< ~ ;n
I - ,. :- I
-I ~_ .J :-r~
1. Reference Manual :< F; -0 !...'-\
022 3: t__i
I C. American National Standards Institute and American Water w~CCorfu1ined
Standards: .P ::;
I 1. ANSI/AWWA-C104/A21.4: Cement-Mortar Lining for Ductile-Iron Pipe and
Fillings for Water
I 2. ANSIIAWWA-C105/A21.5: Polyethylene Encasement for Ductile-Iron Pipe
Systems
I 3. ANSI/AWWA-C110/A21.10: Ductile-Iron and Gray-Iron Fillings, 3-inch
through 48-inch, for Water and Other Liquids
I 4. ANSIIAWWA-C111/A21.11: Rubber-Gasket Joints for Ductile-Iron
Pressure Pipe and Fillings
5. ANSI/AWWA-C150/A21.50: Thickness Design of Ductile-Iron Pipe
I 6. ANSI/AWWA-C1511A21.51: Ductile-Iron Pipe, Centrifugally Cast, for Water
or Other Liquids
I 7. ANSI/AWWA-C153/A21.53: Ductile-Iron Compact Fillings, 3-inch through
24-inch, and 54-inch through 64-inch for Water Service
I 8. ANSI/AWWA C502: Dry-Barrel Fire Hydrants
I 9. ANSI/AWWA C504: Rubber-Seated Bullerfly Valves
I 02660-1
I
10. AWWA C509: Resilient-Seated Gate Valves for Water Supply Service. I
11. ANSIIAWWA C510 Double Check Valve Backflow-Prevention Assembly I
12. ANSI/AWWA C511 Reduced-Pressure Principal Backflow-Prevention I
Assembly
13. ANSI/AWWA C550: Protective Epoxy Interior Coatings for Valves and
Hydrants I
14. ANSIIAWWA C600"*: Installation of Ductile-Iron Water Mains and Their
Appurtenances I
15. ANSI/AWWA C651***: Disinfecting Water Mains
16. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4-inch I
through 12-inch for Water Distribution
D. American Water Works Association: I
M
N <;(
M ~. AWWA Manual M23"*: PVC Pipe-Design and Installation I
v';;;A
r ~.... . - ;;:;=0
'- ii: .~-
~_L '-1 -2" AWWA Manual M17*..: Installation, Field Testing, and Maintenance of Fire
--...../'""'
..::r ' '.-- Hydrants
,..1--- I
---. N - ,
'-'- ._J >_\_0
4. U ~merican Society for Testing Materials:
,,>
C-;) 9 I
,....:;. ASTM D2241
c--.
F. Manufacturers Standardization Society:
I
1. MSS-SP-58 Pipe Hangers and Supports, Materials Design and
Manufacture
2. MSS-SP-69 Pipe Hangers and Supports Selection and Application I
G. Un i-Bell PVC Pipe Association: I
1. UNI-B-3-88 Recommended Practice for the Installation of Polyvinyl
Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying I
with AWWA Standard C-900 or C-905.
1.03 SUBMITTALS: I
A. Submit to the Engineer the following drawings or details for approval prior to
installation. One copy of each with the approval stamp shall be kept at the work I
site at all times.
B. Shop and Working Drawings: I
02660-2 I
I
I 1. Pipe layout with valves, fillings and hydrants shown
2. Valves
I 3. Hydrants
4. Fillings
I 5. Bolls
6. Joints
I 7. Tapping sleeves, couplings, and special piping materials.
8. Polyethylene
I 9. Thrust block designs and details
10. Special backfill
I C. Certificates: Sworn certificates of shOp tests showing compliance with appropriate
standard for all piping materials.
I D. Manufacturer's Literature:
1. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets,
_ C?
I I fasteners and other accessories. 0 ~
::;E 0 <--
....-:".--. c:
2. Brochures and technical data and coatings and linings ana:! proposedTl
I method of application. ~,; ~ :
- ,-
.-< r-- -0 rn
E. Plans for initial operations and final operations: Special prepare~~ivingl;c and~)
I typed list of sequences of steps are needed prior to any oper 'on of <;Water
"'-.
distribution system. Submit 2 weeks prior to date of planned operatiQfr: -
-.J
I 1.04 QUALITY ASSURANCE:
A. Engineer reserves the right to inspect and test by independent service at
I manufacturer's plant or elsewhere at Engineer's expense.
B. Contractor shall conduct visual inspection before installation.
I 1.05 TIME:
A. Time is of the essence for water main construction work. All work which requires
I shutdown of active water mains must be completed as quickly as possible to
minimize inconvenience to the consumers and risk to the community.
I B. Amount of advance notice required to the Iowa City Water Division when materials
or services are supplied by the Division are listed below. Serve notice to the Water
Division at 356-5160.
I 1. For tapping service, provide 24 hours notice.
2. For notice to customers of disruption of water service, provide 48 hours
I notice.
I 02660-3
l
I
3. For review, comments, and approval of plans of operation, provide 3 days I
notice.
4. For locations of underground facilities, provide 48 hours notice. I
PART 2 - PRODUCTS
2.01 PRODUCTS I
All products used for this work shall be from the list of "Accepted Products for Water I
Distribution Materials" contained in the Iowa City Water Division Reference Manual and
found in Appendix A. If there is a discrepancy between the Iowa City Water Division
Reference Manual and Appendix A, the Iowa City Water Division Reference Manual I
prevails.
2.02 DUCTILE-IRON PIPE: I
A. Thickness design shall conform to ANSI/AWWA C150/A21.50.
B. Manufacture shall conform to ANSI/AWWA C151/A21.51. I
2. ;f(1ickness for direct bury piping, unless otherwise indicated or specified, shall be
M v ~ss 52. I
r- ;;=0
. '~-
U' p :.:J ;Jl1ickness for pipe suspended from structures and boiled or restrained joint pipe,
1:).
- ...:t , :: ;Uf1less otherwise indicated or specified, shall be class 53. I
N
iT' >---J
__ . -1 ,
~. (5 ~ment mortar lining shall conform to ANSIIAWWA C1 04/A21.4. I
~:~ 0
2.03 ~bUCTJ[E-IRON PIPE JOINTS:
A. Single rubber-gasket push-on joints or mechanical joints conforming to I
ANSIIAWWA C111/A21.11. Furnish with all necessary hardware and gaskets.
B. Bell-and-spigot pipe joints conforming to ANSI A21.6 or ANSI A21.8. I
C. For bolted/restrained mechanical joint, use Griffin BolI-Lok restrained joint or
approved equal. I
D. For unbolledlrestrained mechanical joint, use Griffin Snap-Lok restrained joint or
approved equal. I
E. Do not use drilled & tapped retainer glands.
F. Plain end of push-on pipe factory machined to a true circle and chamfered to I
facilitate filling gasket.
2.04 POLYVINYL CHLORIDE PIPE: I
A. Pipe shall conform to ANSI/AWWA C900 and shall be thickness class DR 18
I
02660-4 I
------
I
I (Class 150). All pipe shall have the same outside dimensions as ductile-iron pipe.
PVC pipe materials are only allowed in sizes 6 to 10 inch diameter.
I B. PVC pipe materials shall not be used in any area where there is likelihood the pipe
will be exposed to concentrations of pollutants comprised of low molecular weight
I petroleum products or organic solvents or vapors.
C. PVC pipe shall not be installed under public roadways and shall not be used
II
around cul-de-sacs or other small radius curves.
2.05 FITTINGS:
I A. All fittings shall conform to ANSI/AWWA C110/A21.10, with pressure rating of
Class 250.
I B. Mechanical-joint fittings shall be ductile iron compact ANSI/AWWA C153/A21.53
or ductile standard ANSIIAWWA C11 0/A21.1 O. Large fittings, 12-inch through 20-
inch shall be ductile iron standard ANSI/AWWA C110/A21.10. Swivel tees shall be
I ductile iron standard ANSIIAWWA C110.A21.10. Where duclile iron is not
available (i.e., offsets), cast iron standard ANSI/AWWA C110/A21.10 shall be
provided.
I C. All fittings shall be bituminous coated inside and outside and shall be furnished
complete with necessary accessories including plain rubber gask~, ductile,iron
I glands, NSS Cor-Blue bolts and nuts. Verify the gasket seats ~e not anade
irregular by improper application of the lining materials. )>Q 2:
---< r- ~-I
0--< !
2.06 1'0 -
I VAL VES & VAL VE BOXES: =i 0 .r:- f--
.c<r'- ..-]
"m -0 ! I,
A. Gate valves shall conform to ANSIIAWWA C509. 021 3: C
I 1. Valves shall be full line size gate valves with epoxy coat@9inside' and
outside and contain stainless steel nuts and bolls. ):>-
-.J
I 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the
valve shall be at least 200 psi and gaskets rated at 250 psi.
I 3. Valves shall have a standard 2-inch square operating nut and shall open
left.
4. Valves shall be capable of being repacked or replacing o-rings under
I pressure.
5. Valves are to be non-rising stem with the stem, nut and thrust collar made
I of bonze.
S. Butterfly valves shall conform to ANSI/AWWA C504, for buried service,
I Class 150B.
1. Valve seat to be installed on disk or valve body.
I 2. Butterfly valves shall not be utilized in sizes smaller than 16", unless so
I 02660-5
I
noted on the plans. I
3. Working pressure of the valve shall be at least 150 psi. I
4. Valves shall be short body pallern with mechanical joint ends.
5. Shaft seals shall be o-ring type. I
6. Valve shall have manual operator with a 2" square operating nut for
operation of the valve and shall open left. I
7. All interior and exterior cast iron, ductile iron or steel surfaces shall be
painted with an epoxy coating and contain stainless steel bolls and nuts. I
C. Tapping Valves shall be as specified for resilient-seated gate valves with the
exception that one end shall be mechanical joint and the other end shall be flanged I
to match the tapping sleeve and shall have oversize seat rings to permit entry of
the tapping machine cullers.
1. Tapping valves be 175 psi minimum working pressure. I
2. Valves shall be epoxy coated inside and outside with stainless nuts and
cry bolls.
N :< I
M >
r-.. .- ~~~ Valves shall be furnished with all joint accessories.
L 0: ...J-
. .
.-- -.l '>"
---. ..fl. , :' iY?lve Boxes shall be 2-piece or 3-piece slip type, range 51' to 71'. Use lids I
N ?- 'i:l:i'arked "water".
LJ -.J
- :~ t::<'f"'
-,~
2.07 ~~ TS: I
N -
Specification standard: ANSIIAWWA Standard C502
Type of shutoff: Compression I
Type of construction: Break flange or break boll above the ground line and a I
breakaway stem connection. All bolts to be stainless steel.
Main valve opening: 4Y:. inches for 12' water main and under 5X inches for 16' I
water main and above
Nozzle arrangement 3 nozzle, two 2Y:.-inch hose nozzles and one 4Y:.-inch I
and size pumper nozzle, with caps allached with chains
Nozzle thread: National Standard Hose Threads I
Type of inlet connection: Mechanical Joint
Size of inlet connection: 6 inch I
Depth of bury: Depth of bury shall be 6 feet I
02660-6 I
I
I
Direction of opening: Open to right (clockwise)
I Packing: Conventional or O-Ring
I Size and shape of 1 Y, inch, standard pentagon
operating nut:
I Working pressure: 250 psi
Color: Safety Red
I 2.08 SPECIAL FITTINGS:
I A. Special pipe fittings must be approved by the Engineer.
B. Special fittings must be the same diameter, thickness and pressure class as
I standard fittings.
C. Special fittings may be manufactured to meet requirements of same specifications
I as standard fittings except for laying length and types of end connection.
D. Full Body Tapping Sleeves:
I 1. Shall be mechanical joint, split construction with end gaskets,
I manufactured to fit cast iron or ductile iron pipe. Branch sha!Lbave a :f!5lnge
fitting to match the tapping valve. Q ~
<:0 L-
)> -- c::
I 2. Shall meet the OD requirements for Class A, B, C, or D pit ~t:ptpe. ~ :n
Shall be furnished complete with all accessories. :.:< ~~ :: n-J
3.
I - -jj :J!: c-1
0- ...J
4. Required for 12" and larger pipe or under paving. >- ^ 'i'
p: -
....
I E. Stainless Steel Tapping Sleeves:
1. Shall be epoxy coated with ductile-iron flange and stainless steel bolts.
I 2. Shall meet the OD requirements for class A, B, C, or D pit cast pipe.
3. Shall be furnished complete with all accessories.
I 4. Shall be compatible with Mueller, Clow, Kennedy, or U.S. Pipe
I F. Stainless Steel Repair Clamps:
1. All stainless steel, single section, double section, or triple section,
depending upon size of main.
I 2. Shall have stainless steel bolts and nuts.
I
I 02660-7
I
2.09 GASKETS, BOL TS, AND NUTS: I
A. Mechanical joints made with: I
1. Bolts: 3/4 inch NSS Cor-BLUE.
2. Boll studs with nut on each end. I
B. All thread rod used to restrain fillings shall be stainless steel and 3/4" diameter.
2.10 LOCA TlON WIRE: I
A. Location wire shall be #12 solid copper, THHN insulation in yellow or orange color. II
2.11 LUMBER:
A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). Do not use I
creosoted lumber in contact with piping materials.
2.12 WA TER: I
A. Reasonable amounts of water will be provided for use in the final operations of
water main flushing, disinfection and testing. Prior notice must be given to the I
M Water Division.
N ;;;
r-, ~. ~:;~ntractor will not be charged for the water used as long as there is reasonable I
..- a: :J.:jcare to control and conserve the rate and volume used. If there is waste or
LLi " -
- oS ,.)~elessness, Contractor will be charged for water.
- N ,0 I
~ART :M ExEcuTION
-=> 0"':::---
,-, :::>
3.01 ~~EFE@JCES AND DOCUMENTS: I
<-oJ
A. Contractor must have all required documents on the site before commencing with
the work.
B. Valves, fillings, hydrants and ductile-iron pipe shall be installed in accordance with I
ANSIIAWWA C600 except as noted herein. I
C. PVC pipe must be furnished and installed in accordance with AWWA M23 and
Un i-Bell PVC Pipe Association UNI-B-3-88 except as noted herein. I
D. Contractor must prepare and retain a set of "as-built" drawings on the job site with
accurate and current information on the location of all valves, pipe and special
construction features. Examples of special buried features would be: I
1. Offsets in alignment.
2. Changes in depth, depth greater than 8 feet or less than 5 feet. I
3. Special fillings or construction materials.
I
02660-8 I
I
I 3.02 RECEIVING, STORAGE AND HANDLING:
I A. The Engineer may mark materials which are found on the job site and which are
determined to be defective or not approved. The marking may be done with spray
pain\. The Contractor shall promptly remove defective or unapproved materials
I from the site.
B. While unloading PVC piping materials:
1. Do not allow the pipe units to strike anything.
I 2. Do not handle pipe units with individual chains or single cables, even if
padded.
I I 3. Do not allach cables to pipe unit frames or banding for lifting.
C. Within the "Storage" language of AWWA M23, change "should" to "shall."
I D. Within the "Handling" language of AWWA M23, change "should" to "shall."
I 3.03 LOCA T10N, ALIGNMENT, SEPARA T10N & GRADE:
A. Water mains, valves, hydrants, and special fillings shall be installed in the
I locations shown on the plans or as directed by the Engineer. ,...,
0 =
=
B. Contractor shall have all buried utilities located by the 1-800-0N~L ~ce
I and shall do exploratory excavation as necessary to determine s~c)~c cJiffiictSTl
between existing utilities and new water main. No extra compefl$tion QilI bEj!-
. -I....) - ,
allowed for the exploratory excavallons. ,-< r rn
rn \J r-'
I --:JJ ::rr . '
C. 0=0.. "'../
Water main shall be installed a minimum depth of cover of 5Y:. fee\. :2: /'- C:?
)> -
I D. Water mains crossing sewer services, storm sewers or sanitary sewers snail be
laid to provide a separation of at least 18 inches between the bollom of the water
main and the top of the sewer. Where local conditions prevent this vertical
I separation, the water main shall not be placed closer than 6 inches above a sewer
or 18 inches below a sewer under any circumstances. Additionally, one full length
of water pipe crossing the sewer shall be centered at the point of crossing so that
I the water pipe joints will be equal distance as far as possible from the sewer. The
water and sewer pipes must be adequately supported and have pressure tight
joints. A low permeability soil shall be used for backfill material within 10 feet of the
I point of crossing.
E. No water pipe shall pass through or come in contact with any part of a sewer
manhole. A minimum horizontal separation of 3 feet shall be maintained.
I F. All PVC water main and ductile iron water main with greater than 400 feet between
features that extend to the surface (such as hydrants or valve boxes) shall be
I marked with a wire for the entire length to make electronic location possible.
. 1. The wire shall be installed continuously as the pipe is backfilled. The wire
shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock
I and allached with duct tape every 5 fee\.
I 02660-9
I
The insulation shall be protected to prevent accidental grounding. Make I
2.
few splices and splice the wire together using a Twister DB Plus Wire I
Connector.
3. Bring the wire to the ground surface at each fire hydrant and loop wire in a I
Valvco tracer wire terminal box. These boxes shall be located between the
hydrant and the hydrant valve with at least two feet of extra wire inside the
box. Install the terminal box perpendicular from the hydrant and parallel
with the valve box, one-foot from the hydrant base. The tracer wire I
terminal box must be installed flush with the finished grade. If there is no
fire hydrant within 500 feet, bring the wire to the surface in a "daylight box"
which is a full-size valve box and mark the drawings appropriately. I
3.04 PIPE BEDDING AND BACKFILLING:
A. Ductile-iron pipe bedding shall conform to the project plan details or as otherwise I
specified or directed by the Engineer.
B. PVC pipe bedding shall conform to UNI-B-3-88 laying condition Type 2 including I I
hand excavation for the bell holes. The bedding shall be loose, natural, fine soil
which is compacted by stomping on the soil along the sides of the pipe to the top I
of the pipe.
~. ;tr:nch width within the pipe envelope shall conform to the plans or as directed by I
M Engineer.
,,,/ --~
r .- ;--;=0
L' .. 'B. . Set valves and hydrants on precast concrete bases. I
..-,.-
..::r .......I~
8:P5"!fIPERf1sTRAINT:
_.1 ~..::r-
--, 0-';; I
~. ~rust Restrain\:
,~ . For pipe smaller than 10" diameter, concrete block shall be used, placing
c-...
the concrete block next to the filling and undisturbed soil. For 10" and I
larger diameter pipe, blocking shall be by cast-in-place concrete. Cover
fillings and joints with 10 mil. polyethylene before placing concrete. Brace
fillings with hardwood lumber to prevent shifting before placing concrete. I
2. Do not pour excess concrete on top of pipe and fillings.
B. Socket Pipe Clamps, Tie Rods, and Bridles: I
1. Where indicated or necessary to prevent joints or sleeve couplings from
pulling apart under pressure, provide suitable socket pipe clamps, tie rods,
and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except I
where they replace flange bolts of smaller size with nut on each side of
flange.
C. Dead Ends I
1. Pipe ends or fillings left for future connections shall be plugged or capped
using materials supplied by the pipe manufacturer. I
02660-1 0 I
I
I
2. All pipe ends or fillings left for future connections shall be blocked against
I thrust.
3.06 JOINTS AND COUPLINGS:
I A. Push-on Joints:
1. Inspect bell grooves and clean to assure complete gasket seating.
I 2. Use extreme care to prevent separation of joints already installed.
3. Do not use push-on joints when boring. Griffin Snap-Lok shall be used in
I casing with locking rubbers.
B. Mechanical Joints:
I 1. The range of torque for tightening bolls which is indicated in ANSI/AWWA
C600 may be somewhat affected by the temperature. On cold days, more
torque may be required.
I 2. Use extreme caution when tightening cast iron fillings to avoid breaking the
ears of the flanges. An average worker should not use a wrench longer
I than 10 inches.
3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC
I pipe to get full pipe diameter in the joint. 0 ""
=
=
~O ""
4. Do not deflect pipe at joint. L.
=
--; r- =n
I r--. -(
C. Sleeve-Type Coupling: ' J 1'0
-""iC; ~ 1-
1. Clean pipe ends for distance of 12 inches. .-<.' m
IT! -0
I 2. . :1 .:0 3': r-l
Use soapy water as gasketlubncant. :-s; ^ w '.J
"- ..
3. Carefully mark and place the sleeve coupling in the center afthe joiAt,
--.J
I 3.07 TAPPED CONNECTIONS UNDER PRESSURE:
A. Follow manufacturer's installation instructions.
I B. Tapping mains for new connections 4-inch to 8-inch in diameter and larger may be
I done by the Water Division or by a subcontractor at Contractor's cost. If by
Contractor or a subcontractor, the City must approve the personnel, materials, and
method in advance of the work. Water Division staff must be on site at the time of
the tap.
I C. A new and site specific tapping application must be prepared for each tap
regardless of size, and submilled to the Water Division. The tapping application
I must be completed and include location, name, and address of water customer,
schematic drawing, and materials of construction.
I
I 02660-11
I
3.08 POL YETHYLENE ENCASEMENT: I
A. All open cut installed ductile iron pipe and filtings shall be wrapped with an 8 mil I
polyethylene encasement in accordance with ANSI/AWWA C205/A21.5 installation
methods. This includes any ductile iron laid in cul-de-sacs or other small radius
areas where PVC main could not be used. I
3.09 HYDRANT INSTALLA TlON:
A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed I
until they are installed. Protect stored hydrants from dirt, water, ice, animals and
vandals.
B. Before installation, clean piping and elbow of any foreign matter. I
C. Install hydrants away from the curb line a sufficient distance to avoid damage from I
or to vehicles. A set-back of 4 feet from the curb line is recommended.
D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at I
least 18 inches above finished ground. The break-off flange should be no more
than 6 inches above ground. There shall be no obstructions to fire hose
connections. I
ME. The base elbow shall be placed on solid precast concrete blocks on firm,
C'J ~ndisturbed soil. The barrel of the hydrant shall be firmly braced against the back
cry I
( ~~ , . - ~ ~~f the trench wall with hardwood lumber to resist thrust at the pipe connection.
.-
, L'--
Lh. ~F. . j ~The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or
_. c;:, L, i:J inch crushed rock to allow water to release from the hydrant drain. I
LL - j -"-
'_J ~~
~.; G. U ;sJnstall the hydrant plumb. Drainage stone and soil backfill around the barrel shall I
~:5 ~e firmly compacted to provide good lateral support for the hydrant. This is
'" .
essential to the performance of the break-off flange.
3.10 WA TER MAIN OPERA T10NS: I
A. All work which involves operating the active public water distribution system will
require the notice, consent, approval and assistance of the Water Division. I
B. An accurate and legible copy of the "as-built" drawings must be on file in the Water
Division office prior to using the water supply. I
C. Contractor shall submit a plan for initial operations and a plan for final operations to
the Water Division for approval. The plans shall include a drawing and typed list of I
actions which show all the significant steps necessary to connect to the existing
water distribution system or conduct the filling, flushing and testing operations. The
purpose of both plans is to minimize the impact of service interruptions and I
pressure and flow variations on the water distribution system and existing
customers.
I
02660-12 I
I
I 3.11 DISINFECTION FOR POTABLE WA TER SYSTEMS:
I A. General
1. Upon completion of a newly installed water main or when repairs to an
existing water system are made, the main shall be disinfected according to
I instructions listed in ANSI/AWWA C651 and the following specifications.
B. Special Disinfection Requirements
I 1. Exercise cleanliness during construction. Protect pipe interiors, fillings and
valves against contamination.
I 2. Water main 16-inch and larger in diameter must be swabbed with a solt pig
prior to flushing if flow in the system is not adequate to maintain scouring
velocity (2 fps) during flushing.
,
II 3. The minimum uniform concentration of available chlorine used for
I disinfection shall be 50 mg/L. Use either the granulated/tablet or continuous
feed method with modifications as described in 3.11 Cor D below.
I 4. The chlorinated water shall be retained in the main at least 24 hours, wing
which time all valves and hydrants in the section treated sh~e op~ted
I in order to disinfect the appurtenances. At the end of this 2~r pElHod,
the treated water shall contain no less than 25 mglL chlori~ lIirouQiiout II
the length of main. Q ~ '.i?- r-
I ;<r ITl
5. Alter the retention period, flush the heavily chlorinated water 9:Q1if~he tRain 1..J
until the chlorine concentration in the water leaving the mairtJS::-no higJ1er
I than 3 mglL and the water appears clean. Flush at a minim~ velocity of
2.5 feet per second in the main through an opening not less than Y. oTlhe
main diameter. For 6-inch through 12-inch water mains, a single 2Y2-inch
I fire hydrant opening is adequate. Water entering storm sewer system shall
be dechlorinated by a method approved by the Engineer to prevent
downst~eam environmental damage (i.e. fish kills).
I 6. Collect a bacterial sample from the end of each line or 800-1,000 feet and
deliver the sample to the University Hygienic Laboratory at Oakdale for
I analysis. Allow approximately 5 days for the results. If the bacterial sample
shows the absence of coliform organisms, the hydrostatic test may
proceed.
I C. Tablet Method of Chlorine Application
1. Use ANSI/AWWA C651 , however slowly fill the main (less than 1 cubic foot
I per second) with system water, pushing out as much air as possible. Do
not wash out the tablets.
D. Continuous Feed Method of Chlorine Application
I 1. Prior to applying chlorine, do a preliminary flush at a minimum velocity of
2.5 feet per second in the main through an opening not less than not less
I than Y. of the main diameter. For 6-inch through 12-inch water mains, a
single 2Y2-inch fire hydrant opening is adequate.
I 02660-13
I
Add the water and chlorine solution with the required concentration to fill I
2.
the main completely. I
3.12 TESTING:
A. Filling the water main: I
1. Fill the newly constructed water main system slowly using treated public
water under low pressure and low flow. The objective is to displace air with I
water while avoiding damage to new construction, customer services, and
adjoining property due to the release of air and water. Public Works staff
must be on site to assist with operation of the system valves and hydrants I
during this operation.
2. Open one hydrant (completely) at the end of the main or at a high point on
the main which is to be filled. Open a filling valve (the smallest one I
available) slightly. Allow the water main to fill and slowly release the air.
When the main being filled has released nearly all air, surging should
diminish and water released from the hydrant should flow in a steady I,
stream. Monitor and control the released water to minimize damage.
3. After a few minutes of steady state operation, open all other valves slowly I
and then open the initial fill valve completely, while regulating the flow
hydrant to minimize damage. When the main has been filled, open and
cry close all hydrants sequentially to force fresh water progressively through
C'J - I
-": each section (new and old) of water main which was shut down to replace
~- M ,/:s.. fresh water into each section.
, - ;-;coC
II <- "J] -- I
~'- -.;:.; 4.
'- ..::r After clear water and a fresh chlorine odor are observed at each hydrant,
Ll N U shut down hydrant flow slowly and allow water flow to cease and internal
.>--
-, C<r pressure to stabilize. Then, each water service connection shall be tested I
U--
"",' at a sill cock and observed by the Contractor to verify adequate pressure
,.., -
....., 0
r-. and flow.
""
B. Pressure and Leakage Tests: I
1. Conduct combined pressure and leakage test in accordance with
ANSI/AWWA C600.
2. Pressure test off the hydrants or furnish and install temporary testing plugs I
or caps. Furnish pressure pumps, pipe connections, meters, gauges, I
equipment, potable water and labor. Use only potable water for testing.
3. Test after disinfection operations are successfully completed. If testing
operations require reconstruction or repairs during which the interior of the I
pipe is exposed to contamination, disinfection will be required again.
4. Keep the water main full of water for 24 hours before conducting combined I
pressure and leakage test.
5. Pressure and leakage test consists of first raising water pressure at the I
02660-14 I
I
I lowest point of section being tested to 150 psi internal pressure.
I 6. Failure to achieve and maintain the specified pressure for two hours with
no additional pumping means the water main has failed to pass the test.
I 7. If the water main fails the pressure and leakage test, locate, uncover, and
repair or replace defective pipe, filling or joints. Conduct additional tests
and repairs until water rnain passes the test.
I C. Valve Operations:
1. All valves shall be located and tested to verify operation. Remove the valve
I box lid, insert the valve key and open and close each valve. Count the turns
and record the results.
D. Hydrant Operations:
I 1. After the hydrant has been installed and the main and hydrant have been
pressure tested, each hydrant shall be flushed and checked for proper
operation.
I ....,
=
2. Remove a nozzle cap and open the hydrant slowly and ftJllt. CheCK~the
direction of opening as marked on the top. Do not force the%€ifant nr-the
I opening direction beyond full open as indicated by sudden~I,eSiitarlCe to::-n
. \....._ N ,-
turning. =j C) J:"" ,
-,- IT!
.:--... m -u :-.,
I 3. After hydrant has been flushed, close it and check for draE1g~. T/'iis is U
done by placing the hand over the nozzle opening and c~cking far a
vacuum. Then check the hose thread for proper fit. )> ~
I 4. Replace nozzle cap, then open hydrant again and inspect all joints for
leaks.
I E. Flow Test:
1. Flow tests shall be conducted to verify all components of the water system
I are fully open and operational and to determine the fire flow capacity.
2. Public Works staff personnel must be on the site to operate the system
I valves and hydrants during this test.
3. A hydrant flow test shall be conduc.ted on the hydrant at the extreme
I locations for distance or highest elevation to determine the fire flow
capability of the system. Static and flowing pressures and flow rates shall
be recorded, and a copy forwarded to the Water Division.
I
I
I
I 02660-15
I
I
APPENDIX A
Accepted Products for Water Distribution Materials I
WATER PIPE: (Ductile) ANSIIAWWA-A21.51/C151 I
Arnerican, Clow, Griffin, McWane, Tyler, and US Pipe Class 52 for direct bury piping
unless other wise indicated or specified.Class 53 for suspended from structures and bolted
or restrained joint pipe I
WATER PIPE: (PVC) (Class 150) - C900
C900 thickness class DR18 (6" thru 10") I
FITTINGS: (Ductile Iron Standard) ANSIIAWWA- A21.10/C110, 250 psi
(Ductile Iron Compact) AWWA C153, 350 psi I
Clow, Tyler/Union, U.S. Pipe, or Griffin
TAPPING SLEEVES: (Full Body Ductile Iron) for 12" and larger or under pavement
Clow - F-5205, Mueller - H615, Kennedy, Tyler/Union, Kennedy, American Flow Control- Series I
2800, or U.S. Pipe - T-9
TAPPING SLEEVES: (Stainless Steel) I
Smith Blair - 662 or 663, Ford FAST, Mueller-H304, Romac SST, JCM-432
MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) I
Ebaa Iron Sales Inc.
<'V
STAlfI!rESS s:(EEL REPAIR CLAMPS: I
rSmith~Ijlair;2'.fif;; Ford FS1, Romac SS1
,_ '_ L~
~~~; (~.ks1Jient Seated Gate Valves) ANSI/AWWA - C509 I
[:CIow 'f"d61 Q.O~ iKennedy 1571-X, Mueller Resilient Seat - A-2360-20, American Flow Control _
71:FC-ppO, 5~?' Pipe Metro Seal 250 #5460
.- S I'
VALV~S: (BJtferfly) ANSI/AWWA C504, Class 150B
Clow, Pratt. Mueller, American Darling, Kennedy, M & H, or DeZurik II
VALVES: (Tapping)
Clow- F - 6114, Mueller - T-2360-16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860, or
American Flow Control-865 I
VALVE BOXES:
Tyler - (Series 6855 & Item 666A. Range 51" to 71") I
East Jordan Series 8555 & Item 666A - Range 51" to 71"
HYDRANTS (4 'Iz" for 12" and under) (5 'I." for 16" and above) AWWA C502
Clow F-2545 Medallion, Kennedy Guardian K-81 , Mueller Super Centurion 250, American I
Darling - MK 73 for 4 1/2" & B84-B for 5 1/4"
I
02660-16 I
I
I SLEEVE TYPE COUPLING:
Standard solid black sleeve - Tyler/Union 5-1442, Griffin
I Bolted Straight Coupling - Smith-Blair 441 or Romac Style 501
STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts):
I Smith-Blair 261, Romac SS1 or Ford FS1
TRACER WIRE TERMINAL BOX (DAYLIGHT BOX):
I U.S. Filter WaterPro or Utility Equipment - Valvco -95E -2 Y:( ID with lockable
cast-iron lid - minimum 18" long, telescoping
II TRACER WIRE CONNECTORS:
Twister DB Plus Wire Connector
POL YWRAP:
I 8 mil polyethylene encasement
II WIRE:
#12 solid copper, THHN insulation in yellow or orange
'"
0 =
I END OF SECTION =
:'2:0 0'
L_
:J>::::j c: 11
-/ r-
C) , N ,-
I --iO .c- ,
~-<r iT]
m -0 ~,
---" :!c: ' ,
O.-'J '--./
'-- ^ (..)
-s:
I )> ..
l')
-
I
I
I
I
I
I
I
I 02660-17
- --- _._-
I
I SECTION 02665
I WATER SERVICE WORK FOR CONTRACTORS
PART 1 - GENERAL
I 1.01 DESCRIPTION:
I A. Furnish and install new water services and yard hydrants as indicated and
specified.
1.02 RELATED WORK:
I A. Section 02660: Water Distribution
I 1.03 REFERENCES:
A. This specification references the following docurnents. In their latest edition, the
I referenced documents form a part of this specification to the extent specified
herein.
lB. City of Iowa City Water Division: _ ~
o =>
1. Tap Installation, Metering Policies & Charges and GenerallJJ@li!'lYItio'iC
)>-, =
I C. American National Standards Institute and American Water W0rkS<Co~inedT1
=1 r-; .r- I
Standards: :< f'-" r'l .
"~"'D' I
I 1. ANSI/AWWA-C800 Underground Service Line Valves and ~~. ~ 0
)>. "'.
I D. Arnerican Society for Testing Materials: -
1. ASTM B75-86 Searnless Copper Tubing.
I 1.04 SUBMITTALS:
I A. Submit to the Engineer the following drawings or details for approval 4 weeks prior
to installation.
1. Sworn certificates of shop tests showing compliance with appropriate
I standard for all piping materials.
2. Working drawing or site plan with customer location, address, size, and
I materials of water service and main pipe including a full list of materials
required from the Iowa City Water Division, as applicable.
I
I
I 02665-1
I
1.05 PERMITS: I
A. City of Iowa City: I
1. Contractor's superintendent on the job must have a license as a sewer and
water service installer issued by the City to construct water and sewer I
mains and services in Iowa City.
2. The Contractor or their agent will be responsible for the tapping application
forms and records. I
1.06 TIME:
A. Time is of the essence for water service work. All required work must be I
completed as quickly as possible to minimize inconvenience to the consumers.
The Contractor is expected to comply with the minimum response and completion I
times listed.
B. Amount of advance notice required to the Iowa City Water Division when materials I
or services are supplied by the Division are listed below. Serve notice to the Water
Division at 356-5160.
N 1:5( For tapping service, provide 24 hours notice. I
N
(") ,~ For notice to customers of disruption of water service, provide 48 hours
r--... rf~O notice.
- I
2- ~-~- For supply of materials for less than 20 units, provide 2 weeks notice.
L _'
..::r :-4:::: For supply of materials for more than 20 units, provide 4-6 weeks notice.
- N 5-:J
jI- -. .>- For supply of seldom used materials such as galvanized or lead, provide 4-
l-- . I
;:.=, u~ 6 weeks notice.
-,
'C) For locations of underground facilities, provide 48 hours notice.
,~
~:;
c-...
C. Response Time - the maximum time allowed from telephone notice by the I
Engineer until the Contractor is on the job and ready to begin work:
1. For 1 service which is planned work, less than 24-36 hours. I
2. For 1 service which is emergency work, less than 4-6 hours.
3. For 3 or more services which are planned work, less than 48 hours.
D. Completion Time - the maximum time allowed from the time the Contractor turns I
off the water until the water service is connected and operational under normal
circumstances: I
1. For 1 service, where it is necessary to break and remove concrete with no
prior warning or planning, less than 12 hours. I
2. For 6-8 services or more in one block area with prior planning, some
services on each side of the street and in conjunction with paving projects, I
less than a 12-hour workday.
I
02665-2 I
I
I 1.07 WORK ON PRIVA TE PROPERTY FOR OTHERS:
I A. Water service work may be necessary or desired by private property owners at the
same time as the new water service work under this contract is done. The
Contractor will be allowed to work on private property adjacent to the work site in
I order to do water service work directly for the private property owner. Work on
private property shall not adversely affect the time schedule for work under this
contract.
I B. The work on private property will not be the responsibility of the City.
I PART 2 - PRODUCTS
2.01 WA TER SERVICE MA TERIALS
I A. All water service materials shall meet or exceed current ANSI/AWWA-C800
specifications and shall be made in accordance with ASTM B-62. The
manufacturer shall fumish a certificate indicating all new materials meet the
I specifications. All valves, fittings and pipe shall be inspected several times during
the manufacturing process and pressure tested with air under water before
shipment. All water service materials shall be visually inspected before installation.
I Brass and copper are soft metals and care in handling shall be exec:cised t@void
damaging threads or distorting piping, valves or fitting bodies. ~ g
o <--
--> .- c:
I B. Water service brass for services 2 inches and smaller will be furni~1t ~cost!l
by the City Water Division. The Contractor shall use the brass goodS1 fornist.red by
the Water Division on work under this contract only and not on privaUf~peflY.< m
I -:0 J: tj
o=-- '--~
C. All water service lines will be furnished and installed by the ContF3i:tOr. I'vfuterial
shall be new type K copper in coils for sizes 3/4-inch through 1 Y,-i~ and m:coils
I or straight pipe for 2-inch size. No couplings or connections will be permitted under
the paving.
I D. Curb boxes for services 2 inches and smaller will be furnished at a cost by the City
Water Division.
I E. Couplings for services 2 inches and smaller will be furnished at a cost by the City
Water Division.
I F. Materials furnished by the City Water Division are available at the Water Division at
330 North Madison Street during normal working hours. The Water Division will
provide an accounting for materials supplied and the Contractor will be required to
I keep records of materials used at each service connection.
G. Yard hydrant assembly will be furnished by the Contractor.
I
I
I 02665-3
I
PART 3 - EXECUTION I
3.01 RECORDS AND DOCUMENTS: I
A. Contractor must prepare and retain a set of "as-built" drawings on the job site with
accurate and current information on the location of all water service valves, pipe I
and special construction features. Examples of special construction features
include:
1. Offsets in alignment. I
2. Changes in depth and depth greater than 8 feet or less than 5 feel.
3. Special fillings or construction materials. I
Following completion of the project, a copy of these drawings shall be furnished to I
the Water Division.
3.02 RECEIVING, STORAGE AND HANDLING: I
~. The Engineer may mark materials found on the jOb site which are determined to be
''-' ~fective or not approved. The marking may be done with spray paint. The I
r '. (~) y :sbntractor shall promptly remove defective or unapproved materials from the site
,.. :,~ ..C~d replaced with new.
L. c_ ~
'. --..Ir I
:::3.03 ~6AVATION AND BACKFILL:
, J ,_'_I
_.___ _I <
:..cA. O;.,l\il excavators shall comply with the requirements of the O.S.H.A Standards I
~ -..::::. .
::.:::; @}.Ibpart P-Excavallons.
".. - .
B. Earth excavation, backfill, fill and grading shall be in accordance with Section
02220. I
C. Excavation and backfill shall include all excavation, backfilling, compacting,
stockpiling of surplus material on the site, and all other work incidental to the I
construction of trenches, including any additional excavation which may be
required for construction of the water service lines. I
D. Along the proposed water service lines, the Contractor shall remove the surface
materials only to such widths as will permit a hole or trench to be excavated which
will afford sufficient room for proper construction. Paving removals shall be as I
directed by the Engineer
E. The Engineer shall approve removal limits. I
F. Where working space permits, holes or trenches may be excavated by machine,
provided that by so doing, publiC and private improvements will not be subjected to I
an unreasonable amount of damage. The size of the hole shall be as small as
reasonably possible to do the work. If, however, excavation by machine methods
I
02665-4 I
I
I cannot be made without damage being done to public and private improvements,
hand excavation shall be employed.
I G. The Contractor shall use a mole for excavation of a hole to place the water service
piping, %" to 2" diameter, at any location under a street surface, driveway, sidewalk
I or lawn area whenever the distance from the water main to the water service
connection is greater than 20 feel. The mole shall be used even though the street
surface has been removed so as to protect the new street surface from se\\lement.
I The mole shall be a maximum of four inches in diameter. The Contractor shall be
responsible for all labor, equipment, materials and supervision for mole excavation.
H. The Contractor shall be responsible for coordinating the location of all buried
I utilities and for all damage or repairs to utilities caused by mole excavation.
I. Whenever, in the opinion of the Engineer, it is necessary to explore and excavate
I to determine the best line and grade for the construction of the new water service
line or to locate an existing water service which must be disconnected, the
Contractor shall make explorations and excavations for such purposes.
I J. All excavated material shall be piled in a manner that will not endanger the work
and that will avoid obstructing sidewalks and driveways. Fire hydrants under
'I pressure, valve pit covers, valve boxes, curb stop boxes, or other utility controls
shall be left unobstructed and accessible until the work is completeesGu\\er~Shall
be kept clear and adequate provisions shall be made for street dra.!IJage. Natural
:':'-..1..:1 '-_
I watercourses shall not be obstructed. ):> _;;J ;- Ii
(j. N ~
K. The Contractor shall provide and maintain ample means and deviceSiFith wnlch ta-
I promptly remove and properly dispose of all water entering e'x~vati~ ~2::)
depreSSions until all work has been completed. No sanitary sewer sfiaij;!~e u~d forJ
disposal of water. :S ~
I -
L. To protect persons from injury and to avoid property damage, adequate
barricades, fencing, construction signs, caution lights and guards as required shall
I be placed and maintained by the Contractor at excavations during the progress of
the construction work and until it is safe for pedestrian and vehicular traffic to use
the roads, sidewalks and facilities. All material piles, equipment and pipe which
I may serve as obstructions shall be enclosed by fences or barricades and shall be
protected by proper lights when the visibility is poor. The rules and regulations of
O.S.HA and appropriate authorities for safety provisions shall be observed.
I M. Trees, shrubbery, fences, poles and all other property and structures shall be
protected during construction operations unless their removal for purposes of
I construction is authorized by the Engineer. Any fences, poles, or other improve-
ments which are removed or disturbed by the Contractor shall be restored to the
original condition after construction is completed. Any trees, shrubbery or other
vegetation which are approved for removal or ordered for removal by the Engineer
I shall be removed completely, including stumps and roots. The Contractor shall be
responsible for any damage caused by construction operations to shrubbery or
other landscape improvements which were not authorized for removal by the
I Engineer.
I 02665-5
I
3.04 WATER SERVICE CONSTRUCTION: I
A. The City Water Division will provide at no cost labor and equipment to tap the I
water main for services 2 inches and smaller. Each water service pipe shall be
connected to the water main through a brass corporation stop. A tapping saddle is
required on all PVC water main materials. The plastic plug shall be recovered. The I
main shall be tapped at an angle of forty-five degrees (450) with the vertical, if
possible. The stop must be turned so that the T-handle will be on top.
B. The Contractor shall install the new copper service line from the new corporation I
stop to the new curb stop and from the curb stop to the location shown on the
plans. The service pipe shall be laid in the mole hole excavation and in the trench
with sufficient weaving to allow not less than one foot extra length for each 50 feet I
of straight line distance.
C. Underground water service pipe shall be laid not less than ten (10) feet horizontally I
from the building drain, and shall be separated by undisturbed or compacted earth.
Where the horizontal separation cannot be met, the water service pipe shall be
installed so the bottom of the water service pipe is at least eighteen (18) inches I
above the top of the building drain line at its highest point.
D. A curb stop shall be furnished and installed for each service at the location shown I
on the plans, or as directed by the Engineer. Place a brick or masonry block under
each curb box valve. A cast iron service box shall be furnished and installed over
the curb stop and held in a truly vertical position, until sufficient backfill has been I
N rced to ensure permanent vertical alignment of the box. The top of the box shall
N adjusted and set flush with the finished surface grade. The curb stop shall be
M ; ~ aQx:ated between the curb and the property line and visible from the sidewalk.
r. - I
-. C\.. :-.:J
I . ---.
,~ ,5. . j l:be Contractor shall be responsible for visual inspection of all water service
- N ,- materials used in this work. If water pressure is available or will be available within
U_ _I I
:.=> . -= ~ hours of making the new service connection, the new service shall be subjected
., O~normal system pressure and visually inspected for leaks. If any leaks appear,
,~
" Contractor shall make repairs. Each water service shall be turned on and
,.....
observed by the Contractor within the project to verify adequate pressure and flow. I
END OF SECTION
I
I
I
I
I
02665-6 I
I
I SECTION 02700
I SEWERS
I PART 1 - GENERAL
1.01 SUMMARY:
I A. Construction of piping and structures for the collection and transmission of waste
water and storm water.
I I 1.02 REFERENCES:
A. Reinforced Concrete Pipe
I 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete
Culvert, Storm Drain and Sewer Pipe.
I 2. ASTM C443-85a, latest edition, Standard Specification for Joints for
Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets.
I 3. ASTM C506, latest edition, SpeCification for Reinforced Concrete Arch
Culvert, Storm Drain and Sewer Pipe. r--,
0 =
I =
<:' c''
B. Manholes ~~ <--
c::
S 'fi .o~c: .- -ll
I 1. ASTM C478-90, latest edition, Standard pecl lcatl~, gr ekcali'
Reinforced Concrete Manhole Sections. rn y m
O-u ~. ,----'
0
C. Intake Structures 5/' w
I j> 1'0
-
1. IDOT Standard Specifications.
I 2. Iowa Department of Transportation Highway Division "Standard Road
Plans Manual", latest edition.
I 1.03 QUALITY ASSURANCE:
A. All products will meet or exceed the minimum standards specified in the applicable
I references listed in the previous section.
B. All suppliers of reinforced concrete pipe and manholes must be certified by the
I Iowa Department of Transportation.
C. Reinforced concrete pipe shall be manufactured by such means to minimize cage
I twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the
form seam, will be rejected.
I D. Details of gasket installation and joint assembly are subject to acceptance by the
I 02700-1
I
I
Engineer. I
E. All materials judged to be of poor quality will be marked by the Engineer and I
promptly removed from the site by the Contractor.
F. All pipe must pass the leakage tests specified in Part 3 of this section.
I
1.04 SUBMITTALS:
A. Concrete Pipe: Submit current Iowa Department of Transportation certification. I
B. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a
professional engineer registered in the State of Iowa. This submittal will not be I
reviewed for structural adequacy by the Owner.
PART 2 - PRODUCTS I
2.01 MATERIALS: I
A. Reinforced Concrete Pipe
1. Joints I
a. Circular pipe: All joints will be confined O-ring gasket meeting
N ASTM C443. All pipe 36-inch diameter and smaller will have bell I
N '-./~ and spigot joints. Pipe larger than 36-inch diameter may have
M tongue and groove joints.
" .- r:cO b. Non-Circular pipe: All joints will be sealed with mastic butyl rubber-
l___ I
LL "- .1.J based sealant meeting the requirements of AASHTO M198-75,
';>.:'
...:t ' - Type "B."
-. N :,--()
LL -'
'-.J (5~ Wall Thickness: Minimum wall thickness will be B-wall as defined in ASTM I
-,
,~ C76.
r ~, 0
=
"-'
3. Pipe Strength: Pipe strength shall be as specified on the plans. If not I
specified, the minimum pipe strength shall be Class III as defined in ASTM
C76.
4. Pipe Markings: All pipe shall be marked with the date of manufacture and I
ASTM class. If quadrant reinforcement is used, the top shall be marked on
the outside of the pipe. I
5. Lift holes are not allowed.
B. Plastic Pipe I
1. All pipe shall be PVC or HDPE as approved by the Engineer. I
2. All pipe larger than 4-inch diameter shall be double walled. Interior wall
shall be smooth. Outside wall shall be corrugated. (Contech A-2000, HDPE I
02700-2 I
I
I pipe or equal)
I 3. Longitudinal subdrain shall be slotted.
4. Method of jointing and connecting to manholes and intakes shall be
I submilted for approval by the Engineer.
5. Fillings: Tees for connection of 4" drain tile shall be ADS 410, or
I equivalent, tap tee with cap.
C. Manholes
I 1. Joints: All joints will be confined O-ring gasket meeting ASTM C443.
2. No lift holes through the entire wall.
I
3. Mark date of manufacture.
I 4. Inverts: Precast and cast-in-place inverts must provide a channel at least
one-half the depth of the pipe and match the full cross-sectional area of the
pipe. All junctions and changes in directions of inverts shall be smooth and
I rounded to the maximum extent possible to supplement flow through the
manholes.
I 5. All manholes are 4-foot diameter unless noted otherwise.
6. Manhole frame and lid to be Neenah R-1670, self-sealing or approved
I equal. If in paved area, casting shall also be non-rocking. '"
0 t=)
=>
~O =--
D. Bedding: <--
p-- c::
-1
I .' r- -Tl
1. Granular bedding material shall consist of Class A Crush~~~to~ ID~
Standard Specification Section 4120.04 and Section 4109;Gradatation ~I
m -0 '
I 11. 0:0 ::i: 1---,
__. ......... J
:>/...... c...J ....
PART 3 - EXECUTION j> ,;,
-
I 3.01 INSTALLATION OF PIPE:
I A. Inspect before installation. Remove and replace defective sections.
B. Alignment and'Grade
I 1. Install to line and grade indicated on plans using laser and check elevation
as required to maintain grade.
I 2. Driving down to grade by striking or with excessive force from excavating
equipment is not allowed.
I 3. Blocking the pipe to grade with wood, stones or other materials is not
I 02700-3
, I
allowed. I
C. Bedding I
1. Support on compacted granular bedding material using the type of bedding
specified on the plans. If no bedding is specified, use Type B bedding I
supporting the pipe with compacted granular bedding material to one-half
the pipe diameter.
2. Place bedding material to ensure that there are no voids under or alongside I
the length of the pipe. Slice with shovel to remove voids. Compact with
pneumatic equipment.
3. Hand shape bell holes so that only pipe barrel receives bearing pressure. I
D. Jointing I
1. Clean and lubricate all joints prior to assembly.
2. Join per manufacturer's recommendations. I
E. Backfill as specified in Section 02220. I
F. Clean pipeline upon completion.
3.02 NTESTING OF PIPE: I
N <:(
.. <::
r- MA. ~ (tamp all pipe to visually inspect for defects and debris. I
,-- u: ~'.J-
I I . =-":::.-'
~ ...:tB.:) r.~eakage Tests: Perform leakage tests on all sanitary sewers as follows:
- N . C
'- L ~ ~~. Perform after completion of backfill. I
..;>
L~ ~. Perform after groundwater has returned to normal level.
I
3. Furnish test plugs, water pumps, appurtenances, and labor. Install
bulkheads for testing and weirs for measurement as necessary.
Groundwater elevation from observation wells or excavations are subject to I
acceptance by the Engineer.
a. If groundwater is more than one foot above top of pipe at upper
end, conduct infiltration or low-pressure air tests. If maximum I
pressure exerted by groundwater is greater than 4 psig, conduct
infiltration test.
b. If groundwater is less than one foot above top of pipe at upper end, I
conduct exfiltration or low-pressure air tests.
c. If pipe is larger than 27-inch, air test is not allowed.
4. Exfillration or infiltration test performed on sections of approved length I
(maximum 1/2-mile for sewers) and before connection to buildings. Low
pressure air tests performed on manhole-to-manhole sections of pipeline. I
02700-4 I
I
I 5. Low-pressure air test:
a. Equipment
I (1 ) Designed for testing sewers using low-pressure air.
(2) Provide air regulator or safety valve so air pressure does not
exceed 8 psig.
I (3) All air through single control panel.
b. Procedure
(1 ) Perform from manhole-to-manhole after backfill.
I (2) Place pneumatic plugs: (a) sealing length: equal to or
greater than pipe diameter, (b) capable of resisting internal
test pressure without external bracing or blocking.
I (3) Introduce low-pressure air into sealed line and achieve
internal air pressure 4 psig greater than maximum pressure
exerted by groundwater above pipe invert.
II (4) Limit internal pressure in sealed line below 8 psig.
(5) Allow two minutes minimum for air pressure to stabilize.
Disconnect low-pressure air hose from control panel.
I (6) Acceptable Test Result:
(a) Minimum time for pressure to drop from 3.5 to 2.5
psig greater than maximum pressure exerted by
I ground water above pipe invert.
I Pipe diameter Time in
in inches Minutes
"'"
2.~ =
4 =
I ""
6 3 0--0 c....
.>::=i c:
8 4.00-< ,-- -11
""
I 10 5.0:j 0 .c- !
12 5 5----- , ITi
. r'n ~ r-1
15 750::D ~ ,_I
., :T
18 8.5::2: ' w
I 21 10.o::r> N
-
24 11.5
27 13.0
I 30 14.0
36 17.0
42 20.0
I 48 23.0
54 25.5
60 28.5
I (b) Minimum allowable time for sewers with more than
one size of pipe: based on largest diameter reduced
I by 0.5 min.
c. Locate and repair leaks and retest as required.
I
I 02700-5
___.__n_____
I
6. Infiltration Test I
a. Dewater and conduct test for at least 24 hours.
b. Locate and repair leaks, and retest as required. I
c. Allowable infiltration, including manholes, fillings, and connections:
maximum 200 gallons per inch diameter per mile per 24 hours.
7. Exfiltration Test I
a. Subject sewers to internal pressure by: (1) plugging the pipe at
lower end, (2) filling pipelines and manholes with clean water to I
height of two feet above top of sewer at upper end.
b. Use suitable ties, braces, and wedges to secure stoppers against I
leakage from test pressure, where conditions between manholes
may result in test pressure causing leakage.
c. Rate of leakage from sewer: Determined by amount of water I
required to maintain level two feet above top of pipe.
d. Allowable exfiltration same as allowable infiltration.
e. Modification to this test only as approved by the Engineer. I
f. Locate and repair leaks and retest as required.
C. Deflection Tests: Perform deflection tests on all PVC sewers as follows: I
1. The mandrel (go/no-go) device shall be cylindrical in shape and
N constructed with nine (9) evenly spaced arms or prongs. The mandrel
N ~ I
M "" dimension shall be 95% of the flexible pipe's published ASTM average
,/-
r---- ,,=0 inside diameter. Allowances for pipe wall thickness or ovality (from
'---- a: ~~-
U. -1:>-- shipment, heat, shipping loads, poor production, etc.) shall not be deducted I
_. - ~-) ~= from the ASTM average inside diameter, but shall be counted as part of the
N -U 5% allowance. The contact length of the mandrel's arms shall equal or
U_ _..J --
=> ~-= <..:( exceed the nominal diameter of the sewer to be inspected. Critical mandrel
-, Us: I
~ dimensions shall carry a tolerance of.:!: .001".
L:-;: 0
=
'"
2. The mandrel inspection shall be conducted no earlier than 30 days after
reaching final trench backfill grade provided, in the opinion of the Engineer, I
sufficient water densification or rainfall has occurred to thoroughly sellle the
soil throughout the entire trench depth. Short-term (tested 30 days after
installation) deflection shall not exceed 5% of the pipe's average inside I
diameter. The mandrel shall be hand pulled by the Contractor through all
sewer lines. Any sections of the sewer not passing the mandrel test shall
be uncovered and the Contractor shall replace and recompact the I
embedment backfill material to the satisfaction of the Engineer. These
repaired sections shall be retested with the go/no-go mandrel until passing.
3. The Engineer shall be responsible for approving the mandrel. Proving rings I
may be used to assist in this. Drawings of the mandrel with complete
dimensioning shall be furnished by the Contractor to the Engineer for each I
diameter and type of flexible pipe.
I
02700-6 I
I.
I
I 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES. MANHOLE BOXES AND
INTAKE STRUCTURES:
I A. Set bases true to line and elevation on minimum six-inch granular backfill material.
lB. Install O-ring gasket in joints between sections conforming to manufacturer's
standard.
I C. Cast in place inverts must provide a channel at least one-half the depth of the pipe
and match the full cross-sectional area of the pipe. All junctions and changes in
direction shall be smooth and rounded to the maximum extent possible to
supplement flow through the structure.
I D. Plug holes for handling with mortar.
II E. Lay grading rings in full bed and joint of mortar without subsequent grouting,
I flushing or filling; bond thoroughly.
IF. Set frames with top conforming to finished ground or pavement surface as
I indicated and directed.
.....,
- =
o (;.=;>
I G. Set frames in full bed of RAM-NEK or equal to fill and make wa~~t space
between masonry top and bottom flange of frame. .1> :j ~ -n
()" 1'0 ~
I H. Backfill as specified in Section 02220. ;< P .::- ml
i"1l -u '
r--..T1 ::r:: ~
I. Clean manhole upon completion. ::s:?( w \....J
I )> ,:;
J. Inspect for visible leaks after groundwater has returned to normal level. Repair
leaks.
I 3.04 MAINTENANCE OF FLOW:
I A. Storm Sewers: At the end of each working day, the Contractor shall re-establish
the full capacity of any drainage system affected by construction. Diversion of
storm water into the sanitary sewer system is not allowed.
I I B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the
sanitary sewer system and protect the system from storm water.
I C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by
pump readily at hand. The Contractor shall provide the Police Department and the
Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers
I where the responsible person may be reached 24 hours a day to make immediate
repairs andlor replacement in case of diversion system failure. Diversion of
sanitary sewerage to storm sewers of waterways is not allowed.
I ~~~~OO
I
I 02700.7
I
I
I SECTION 02710
I SUBDRAlN SYSTEM
I PART 1 - GENERAL
1.1 DESCRIPTION
I A. Work included: Provide subdrain system where shown on the Drawings, as
specified herein, and as needed for a complete and proper installation.
I B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
limited to, General Conditions, Supplementary Conditions, and Sections in
II Division 1 of these Specifications.
1.2 QUALITY ASSURANCE ""
I 0 C:;"
c.;>
_-- c.,
A. Use adequate numbers of skilled workers who are thoroughlY <]faineq and
experienced in the necessary crafts and who are completely f,iirrm?r ~h ther1
I specified requirements and the methods needed for proper perf.Qfr,nan~f t~'e:::
work of this Section. ,-< i= iTI
fi1 """t:' I
r) -q --- ,--,
I B. Codes and Standards: ~'=' 7; ~ ~._)
1. All work shall be done in accordance with the best prese;/Fday Snmdards
for installation and construction practices and shall conform to the codes
I and standards listed in the Standard Specifications.
2. Comply with all applicable laws, building and construction codes and
requirements of governmental agencies under whose jurisdiction work is
I being performed; fees for permits and licenses shall be paid by Contractor.
3. Unless specifically noted to contrary, conform with and test in accordance
with applicable sections of latest revisions of codes and standards listed in
I specifications.
C. Conflicts:
I 1. Between referenced codes and standards: Code or standard establishing
more stringent requirements shall be followed.
2. Between referenced codes and standards and specifications and plans:
I one establishing more stringent requirements shall be followed.
D. Permits:
1. The Contractor shall obtain all local permits required, prior to commencing
I construction.
1.3 SUBMITTALS
I A. Product Data: After the Contractor has received the Owner's Notice to Proceed,
submit the following to the Engineer:
I
02710 - 1
I
I
1. Materials list of items proposed to be provided under this Section; which I
includes pipe, frames and covers, intake castings and ladders.
2. Manufacturer's specifications and other data needed to prove compliance I
with the specified requirements;
3. Manufacturer's recommended installation procedures which, when
approved by the Engineer, will become the basis for accepting or rejecting I
actual installation procedures used on the work.
4. Incorporate no materials in work until mill andlor factory test certifications,
as requested by Engineer, have been furnished which show that materials I
comply with specifications.
5. Such other information as Engineer may request.
1.4 PRODUCT HANDLING I
A. Comply with manufacturer's recommendations and paragraph 3.3A.7-9 of this
Section. I
PART 2 - PRODUCTS I
2.1 PIPE MATERIALS AND JOINTS
A. PVC Subdrain Pipe shall be Contect A-2000 Perforated PVC pipe or equal. I
N 1. Pipe Size: 6 inch nominal diameter
'" 3t. Water Inlet Area: Slot perforations shall be required at 5:00 and 7:00 I
M :-c:::O positions with a minimum of 1.85 square inches of opening per lineal foot of
.' . (- --- pipe.
.' (~'- J
I . "g Joints: Gasketed pipe joints shall show no leakage when tested in
-'( . I
..=r ..J .:: accordance with ASTM D3212. Elastomeric seals (gaSkets) shall meet the
-~.- N , 0
r requirements of ASTM F477.
LL ,
- ~)
" U::.t PVC Pipe, Fillings and Couplings: Pipe and fillings shall conform to ASTM
,., 0 F949. Resin shall conform to ASTM D1784, cell class 12454B PVC I
,~
=
'" compounds, 46 psi deflection.
5. PVC Pipe Stiffness: Minimum of 46 psi per test method ASTM D2412 at
5% deflection. I
6. Pipe Markings: The following shall be required on the pipe:
a) Cell Class
b) Pipe Stiffness I
c) Manufacturer's name
d) ASTM specification number for pipe
2.2 DRAINAGE STRUCTURES I
A. General: I
1. Construct junction boxes, risers, intakes and fillings as shown on the plans
and Standard Drawings as specified herein.
B. Materials: I
1. Use A2000 pipe fillings and components as manufactured by Contech, or
02710 - 2 I
I
I
I equal.
2. Drainage grates for inlet drains shall be 4 inch diameter Round Chrome
I Grate with PVC collar as manufactured by the NDS Company, or equal.
3. French Drain backfill rock to be used for pipe bedding, haunching and
trench backfill shall be IDOT Gradation 12.
I PART 3 - EXECUTION
II 3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be
I performed. Correct conditions detri-mental to timely and proper completion of the
work. Do not proceed until unsatisfactory conditions are corrected. Before
II installation of new sewer facilities, verify sizes, measurements, type and location of
existing piping and appurtenances at points of connection to existing system.
.....,
0 =
3.2 FIELD MEASUREMENTS =
>0 cr_
I '. <--
r--.;.- c-
-' -I -
A. Make necessary measurements in the field to assure precise [II) 'of it~s in. I I
accordance with the approved design. =1C, .c- ~-
,
.:......<:1- fT!
I rn -u ' ,
3.3 -_..~ -. r-'
INSTALLATION 07'- ~. '-.j
<" G)
:<; ..
I A. Install in full conformance with manufacturer's recommendations af:d accor8ihg to
the drawings.
1. Keep pipe free of all dirt and foreign material.
I 2. Use no defective pipe: Check each length for defects and hairline cracks
at ends prior to lowering into trench.
3. Carefully protect pipe and joints from injury while handling and storing pipe.
I 4. Pipe handling on the project site shall be done in a manner which fully
protects the pipe from injury.
a) Do not telescope small pipes inside larger pipe for shipment or
I storage.
b) Pipe with damage to lining shall be rejected. Field patching of lining
shall not be permitted.
I c) Smooth and bevel rough and cut edges of field cut steel pipe, to
prevent gasket damage.
d) Unload all pipe and fittings with slings, hoists or skids to avoid
I shock or damage to pipe. Dropping or rolling of pipe shall not be
permitted.
5. Clean bell and spigot surfaces of dirt and foreign matter before jointing
I pipe.
a) Join pipe in strict accordance with manufacturer's
recommendations.
6. Sewers shall be checked for alignment by either using a laser beam or
I lamping. The light should be visible through the section of pipe lamped.
The results of the alignment test shall be evaluated by the Engineer.
Correct misalignment, displacement or otherwise defective sewer at
I
02710 - 3
I
I
Contractor's expense. I
7. Available information regarding location and depth of existing utilities is
shown on plans. Exercise extreme care to avoid damaging existing I
installations.
3.4 TESTING I
A. No tests for leakage required.
B. Visually inspect interior joints; any joints or sections of line having defective pipe, I
poor joints, or excessive infiltration, as determined by Engineer, shall be corrected
at Contractor's expense.
END OF SECTION I
I
I
I
N <{ I
,"
-,
M -
,/ :;::.-...
,- . - ;'-:.\,.1
.- - ,'0- I
lJ.... u... '-.J>=
. , -
..::r I.. .J ~~..
-' N ,-
- '-'
LL ..J ,-
,-~ I
:.=> U:-.?
...,
...co b
'.'
,-~
,....
I
I
I
I
I
02710-4 I
I
I
I I SECTION 02900
I LANDSCAPING
I PART 1 - GENERAL
1.01 SUMMARY:
I A. Plantings (trees, shrubs, grass and wildflower seeding), including soil preparation,
finish grading, landscape accessories and maintenance.
I 1.02 QUALITY ASSURANCE:
I A. The fitness of all plantings shall be determined by the Engineer andlor the City
Forester with the following requirements: ~
o c;:)
__ <:r-
I 1. Nomenclature: Scientific and common names shall be in ~gmitpvithll
U.S.DA listings and those of established nursery supplies. n'::( f'-..) -
::.........:("-, r r-
--I. .
2. Standards: All trees must conform to the standards estaDI~~~ ~the~
I American Association of Nurserymen. 5;;2 ~. '_J
~-- /, W
<e.-" ..
S. The Contractor shall repair or replace all plantings which, in the ju;fgment &the
I Engineer andlor City Forester, have not survived and grown in a satisfactory
manner for a period of one year after City Council acceptance of the project.
I 1.03 SUBMITTALS:
A. Certify that all plantings are free of disease and insect pests. Certificates shall be
I submitted to the Engineer and/or City Forester.
B. Submit certification of seed mixtures, purity, germinating value, and crop year
I identification to the Engineer.
1.04 DELIVERY, STORAGE AND HANDLING:
I A. Protect all plantings in transit to site to prevent wind burning of foliage.
lB. Set all balled and burlapped trees and shrubs, which cannot be planted
immediately, on ground and protect with soil, wet peat moss or other acceptable
material, and water as required by weather conditions.
I C. Keep container grown trees and shrubs, which cannot be planted immediately,
moist by adequate watering. Water before planting.
I
I
I 02900-1
j
I
PART 2 - PRODUCTS I
2.01 TREES AND SHRUBS: I
Trees and shrubs shall be vigorous, healthy, well-formed, with dense, fibrous and
A.
large root systems and free of insect or mechanical damage. I
B. All trees and shrubs, except those specified as container grown, shall be balled in
burlap with root ball formed of firm earth from original and undisturbed soil. At a I
minimum, 80% of all plantable containers shall be removed during planting.
C. All trees shall display the following form and branching habits:
I
1. Free of branches to a point at 50% of their height.
2. Contain a minimum of six (6) well placed branches, not including the I
leader.
D. Trees shall be measured when branches are in their normal position. Caliper I
N ~easurement shall be taken at a point on the trunk six inches (6") above ground.
<'-'
~E:. .... ..;~
, . . crEees which have no leader or have a damaged or crooked leader, or multiple I
l_. - _-.: ~~aders, unless specified, will be rejected. Trees shall be freshly dug.
LL. u-
s ' .J~-
~2 ''SEED; U I
;..J :-6 Minimum Lbs.l
-) U-;;:
,~ 6 Proportion lbs.l 1,000
n
~ sq.ft.
'"" Mix by Weight Acre I
Late Fall Seed - Winter Wheat
Spring Seed I
Urban Mix' 70% 122.0 2.80
Kentucky Blue Grass 10% 18.0 0.40
Perennial Rygrass (fine leaf variety) 20% 35.0 0.80 I
Creeping Red Fescue
2.03 LIME AND FERTILIZER: I
A. Ground agriculture limestone containing not less than 85 percent of total
carbonates. I
B. Fertilizer shall contain the following percentages by weight or as approved by
Engineer: I
Nitrogen' - 15% Phosphorus - 15% Potash - 15%
'At least 50 percent of nitrogen derived from natural organic sources of ureaform. I
I
02900-2 I
.~-
I
I PART 3 - EXECUTION
I 3.01 PLANTING TREES AND SHRUBS:
A. Planting Season and Completion Date:
I 1. Trees: Spring - March 30 through May 15
Fall- Sept. 18 through Nov. 18
I 2. The Contractor may plant outside the limits of such dates with permission
of the City Forester. The City Forester may stop or postpone planting
I during these dates if weather conditions are such that plant materials may
be adversely affected.
B. The planting shall be performed by personnel familiar with the accepted
I procedures of planting and under the constant supervision of a qualified planting
supervisor.
- '''''
I C. Tree and shrub placement shall be as shown on the plans. s;2 ~i
~o '-
D. Contractor shall inform the City Forester of the starting date ~Jl:tbcafl'crn. A11n
I planting soil must be approved by the City Forester before use. =:;! ~, ~ r=:
- 'h; iTI
E. Excavate with vertical sides and in accordance with following requi[~~nts::::;:: '---1 I
I $/'- W '-.j
1. Excavate tree pits to a minimum of two feet greater in d~eter ~n root I
ball of tree and sufficiently deep to allow for a minimum of 6 inches of I
I planting soil mixture below root ball. I
2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or
I container and sufficiently deep to allow for a minimum of 6 inches of
planting soil mixture below root ball.
I 3. Do not use auger to excavate planting pits.
F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight
I and at elevation where top of root ball is one inch lower than surrounding finished
grade after settlement.
I G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all
burlap and lacing and remove from top one-third of root ball. Do not pull burlap
from under any root ball. Backfill tree and shrub pits halfway with planting soil
I mixture and thoroughly puddle before further backfilling tree or shrub pit. Water
tree or shrub again when backfill operation is complete.
H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a
I minimum of three inches of hardwood mulch which has been approved by the City
Forester.
I
I 02900-3
I
3.02 PLANTING SOIL MIXTURE: I
A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 I
clean sand. All backfill shall have a uniform appearance and shall be loose, friable,
and free of hard clods and rock over two inches in diameter.
3.03 LAWN SEED, FERTILIZE, LIME AND MULCH: I
A. Apply lime by mechanical means at rate of 3,000 pounds per acre. I
B. Apply fertilizer at rate of 450 pounds per acre.
C. Seed Areas:
1. Remove weeds or replace loam and reestablish finish grades if any delays I
in seeding lawn areas allow weeds to grow on surface or loam is washed
out prior to sowing seed. This work will be at the Contractor's expense. I
2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical
means. Sow one-half of seed in one direction, and other one-half at right
angles to original direction. I
3. Rake seed lightly into loam to depth of not more than X-inch and compact
N
'" ~ by means of an acceptable lawn roller weighing 100 to 150 pounds per
M ...,/ ::-.... linear foot of width. I
- .:= c;
I - i~-~4. Hydro-seeding may be used upon approval of the Engineer.
; c-
.. ~>-'
I - .;~ D.' -' 5Water lawn area adequately at time of sowing and daily thereafter with fine spray I
IL _ J ?..: ...until germination, and continue as necessary throughout maintenance and
=OJ 0 3:Protection period.
:: E. S;;Seed during approximate time periods of April 1 to May 15 and August 15 to I
September 15, and only when weather and soil conditions are suitable for such
work, unless otherwise directed by the Engineer. I
F. All areas requiring mulch shall be mulched as soon as seed is sown and final
rolling is completed. Mulch shall be evenly and uniformly distributed and anchored
into the soil. The application rate for reasonably dry material shall be approximately I
1 Y, tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay
per acre, or other approved material, depending on the type of material furnished.
All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, I
and slope areas shall be tilled on the contour. Crawler-type or dual-wheel tractors
shall be used for the mulching operation. Equipment shall be operated in a manner
to minimize displacement of the soil and disturbance of the design cross section. I
3.04 WILDFLOWER SEED AND MULCH:
A. Seed dates recommended by seed supplier and approved by City. I
B. Seed Areas:
1. Remove weedy growth within the area to be seeded by applying two I
separate applications of a glyphosate herbicide in accordance with
manufacturers specifications. I
02900-4 I
I
I
2. Lightly till earth surface to break it up. Repair eroded area and finish grade.
I Notify City representative for inspection of seed bed prior to seeding.
3. Seed and mulch as soon as possible after completing seeding to reduce
I risk of erosion. Broadcast seed and nurse at specified rate onto bare soil.
Lightly rake and roll seed bed surface. Mulch seeded area immediately
after seeding with weed free straw at the rate of 1 Y:. tons per acre.
I 4. All seeded and mulched slopes steeper than 3:1 will be covered with a
straw blanket (North American Green S75 or approved equal). Install in
accordance with manufacturer specifications.
I 5. RE-SEEDING Q ~
II When all work related to seeding on an area has been ~ete~but.isl
washed out or damaged prior to final acceptance of the pr~ljlcrby \I:t5l Cilyi:::
the area shall be re-seeded at the contract unit price or~rires wnen S9-~
I ordered by the City's Representative. --'< 6 :!Z ~
o ,J.,; -11>- ,-J
-^ w
6. WARRANTY <: ..
I a. If less than 30 percent of the seed fails tCf establl;;b and
survive to the next growing season, the Contractor shall be
responsible for re-seeding at the specified rate at no cost to
I the City.
b. During guarantee period (of 4 months), any defects in finish
grading and seeding work, and all damages to property
I resultant from such defects and all damage resultant from
remedying these defects, shall be corrected by the Contractor
without expense to the owner.
I 3.06 MAINTENANCE -ALL PLANTlNGS:
I A. Begin maintenance immediately and continue maintenance until final acceptance
of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise
maintain and protect all plantings.
I B. Maintain sod and seed areas at maximum height of 2Y:. inches by mowing at least
three times. Weed thoroughly once and maintain until time of final acceptance.
Reseed and refertilize with original mixtures, watering, or whatever is necessary to
I establish, over entire area, a close stand of grasses specified, and reasonably free
of weeds and undesirable grasses.
I C. Reset settled trees and shrubs to proper grade and position, and remove dead
material.
I D. All tree and shrub plantings shall be guaranteed for a period of one year after by
City Council acceptance of the project.
I E. The Contractor shall supply all water for planting and maintenance. Water may be
II 02900-5
-----
I
obtained at the Contractor's expense at the bulk water fill station located at 1200 S. I
Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E.
Washington Street. I
END OF SECTION
I
I
I
I
I
C'J I
{..... <(
:;:
M '.:-:C....
,. . - ~
~ L- ~ tJ- I
I, ...J>--
..:T (;c
-. N U
u.... _J f-- ~... I
:..;J .- -
-) 03=
~~ 0
'''' -
c-.J
I
I
I
I
I
I
I
02900-6 I
I
I
I
I
I
I
I DIVISION 4 .....,
0 =
=
I ::2:0 ~
)>--c c::
-:J r- 11
0-" N -
MASONRY -iC) +' r-
I ,-(, iT1
rn -0 I
- :0 -r- r-'
("~::::- --... \...J
_/'- w
..;> ..
I j> N
-
I
I
I
il
II
I
I
I
I
II
----- - -- - - -- --
-----
I
I SECTION 04462
I LIMESTONE RETAINING WALLS
PART 1 GENERAL
I 1.01 SUMMARY
A. SECTION INCLUDES
I 1. This part of the Specification includes all labor, materials, equipment, and
supervision required to construct (mortarless) limestone retaining walls.
I 1.02 QUALITY ASSURANCE
A. Materials and methods of construction shall comply with the American Society for
I Testing and Materials (ASTM) and applicable requirements of local goveming
authorities and American National Standards Institute (ANSI) A41.1, Building
Code Requirements for Masonry, for the types of stone masonry constructigQ
I indicated. 0 g
__ c"'
B. ~O <-
Limestone Standards: -.>.) ;=: 11
1. Native Iowa limestone -,min. 55% calcium chloride as CaCQ),." 1'0
I 2. Compressive strength (ASTM C170 - 50). ~ P ..,.. r'-
a. Minimum - 6500 psi. n, " iT!
--" ::r: C'-'
b. O.J-- ' ,
Average - 7500 psi. -7: \..J
w
I 3. Absorption (ASTM C97 - 47) - maximum 7.0%. <:
)> 1'0
-
C. Installation: Performed only by experienced stone masons with satisfactory
I record of performance on complete projects of comparable size and quality.
D. Provide all limestone from one quarry to ensure consistent color range and
I textu re.
E. Do not change source or brands of materials during the course of the work.
I 1.03 SUBMITTALS
I A. Product data for stone and accessories required.
B. Samples of limestone required. Include the color and texture proposed for the
work.
I 1.04 DELIVERY, STORAGE AND HANDLING
I A. Stone:
1. Deliver, store, and handle limestone materials in accordance with stone
suppliers recommendations.
I 2. When blocking and packing, use non-staining materials.
3. Protect stone from damage and soiling.
I
I 04462 - 1
I
B. Stone Accessories: Deliver, store, and handle masonry accessories to prevent I
weather damage and deterioration.
1.05 PROJECT CONDITIONS I
A. Protect partially-completed limestone work against weather damage and
moisture, when work is not in progress. Cover tops of limestone with strong, I
waterproof, non-staining membrane.
B. Cold Weather Construction: I
1. Do not use frozen materials or materials mixed or coated with ice or frost.
2. Do not build on frozen ground or frozen work. Remove and replace stone
work damaged by frost or freezing. I
C. Protect adjacent work from damage, soiling, and staining during masonry work
operations. I
PART 2 PRODUCTS
2.01 LIMESTONE I
A. Quarried and supplied by Weber Stone Co., Inc., Anamosa, Iowa.
B. Natural bed limestone (cut wall stone). I
::---:: c. <(Size ranges: 10" -12" x 18" - 24" x 3' - 4' I
.. :>
('"') ,/~
= D:-:: UGrade/quality: Standard.
-- - - I
---/-
_~. E....i '.-=Provide sound limestone uniform in color and texture, free from mineral stains,
-" >- Cbther foreign matter, and defects detrimental to appearance and durability.
L.... ~:- 1 t-- <""
~~ F. 0 aOlor range, texture, and finish of limestone shall be within range of Landscape I
f:j rchitect's accepted samples.
2.02 ENGINEERING FABRIC I
A. In accordance with Iowa Department of Transportation's English Standard
Specifications for Highway and Bridge Construction Series 2001 (hereinafter I
called Standard Specifications) Section 4196 (Engineering Fabrics), Paragraph B
(Subsurface Drainage).
2.03 GRANULAR BACKFILL I
A. Shall meet gradation requirement for Gradation No. 12 of the Aggregate Table I
referenced in Standard Specification Section 4109.
2.04 COMPACTED GRANULAR SUBBASE I
A. Shall meet gradation requirement for Gradation No. 12 of the Aggregate Table
referenced in Standard Specification Section 4109. I
04462 - 2 I
I
I PART 3 EXECUTION
I 3.01 INSPECTION
A. Examine substrates and installation conditions.
I B. Do not start limestone work until unsatisfactory conditions are corrected.
3.02 PREPARATION
I A. Establish lines, levels and coursing.
I B. Do not use stone units with chips, cracks, voids, stains, or other visible defects.
3.03 INSTALLATION OF STONE
I A. Set limestone in accordance with drawing details for stone work. Provide
supports, and other allachments shown, or necessary to secure lim~one irg
I place. Shim and adjust accessories as required for proper selling ~s~ne.::
'0-- 0
.J>:::i C
B. Erect limestone work plumb and true with joints widths and alignments-a's s~n :tl
on the drawings -; C> .c- r
I . :<h ~ m
3.04 CLEANING AND REPAIR 0 ~ ::r.: l....J
II ::2:/ c,.?
A. Remove and replace stone units which are loose, broken, stained, 6f othe~e
damaged. Provide new matching units, installed as specified.
II B. Upon completion of the work, remove from site all excess materials, debris, tools,
and equipment. Repair damage resulting from stone masonry work operations.
II 3.05 INSTALLATION OF ENGINEERING FABRIC
Engineering fabric shall completely encase granular backfill material and shall
A.
. I overlap one (1) foot minimum at the top of the wall.
3.06 INSTALLATION OF GRANULAR BACKFILL
I
:1 A. Minimum width of granular backfill material placed behind the limestone walls
shall be one (1) foot.
I 3.07 INSTALLATION OF COMPACTED GRANULAR SUBBASE
A. Compacted to 95% Standard Proctor Density.
I I u
B. See detail drawings for dimensions.
II
II
'I 04462 - 3
I
I
PART 4 MEASUREMENT AND PAYMENT I
A. MEASUREMENT I
1. All retaining walls shown on the drawings are measured in square feet of
exposed limestone wall surface. Exposed wall surface is that portion of
the wall constructed above the earth shoulder elevation at the base of the
wall. I
2. The exposed wall surface areas are shown on the drawings in the wall
tables and the total exposed wall surface area for each wall type is shown
on the Bid Form. I
B. PAYMENT
1. The contractor will be paid a per square foot unit price for completed, I
exposed limestone wall surface area. This payment will be made for both
wall types shown on the drawings.
2. All work associated with the walls is included in the unit price. This work I
includes materials delivery to the site; site preparation; all materials
(stone, granular backfill, granular subbase; engineering fabric);
excavation, additional stabilization procedures and methods; installation; I
accessories; equipment and tools; and cleaning and repair.
END OF SECTION
I
N I
," ~
M --
,/ -. I
r . - ~;::O
'-- L:- L-Ct. -
! I'
___I -;--' >~~
..:s '-' --::
-- '" ",:_l...) I
L_ ....J I-~-
=1 0--
-J ::;..
., 0
., I
c-....
I
I
I
I
I
04462 - 4 I
Publish 7/25
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
SITE IMPROVEMENTS - BROOKLAND PARK
PROJECT IN THE CITY OF IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY OF IOWA
CITY, IOWA, AND TO OTHER INTERESTED
PERSONS:
Public notice is hereby given that the City Council
of the City of Iowa City, Iowa, will conduct a public
hearing on plans, specifications, form of contract
and estimated cost for the construction of the Site
Improvements - Brookland Park Project in said
city at 7:00 p.m. on the 1 ~ day of August, 2006,
said meeting to be held in the Emma J. Harvat
Hall in City Hall, 410 E. Washington Street in said
city, or if said meeting Is cancelled, at the next
meeting of the City Council thereafter as posted
by the City Clerk.
Said plans, specifications, form of contract and
estimated cost are now on file in the office of the
City Clerk in City Hall in Iowa City, Iowa, and may
be inspected by any interested persons.
Any Interested persons may appear at said
meeting of the City Council for the purpose of
making objections to and comments concerning
said plans, specifications, contract or the cost of
making said improvement.
This notice is given by order of the City Council
of the City of Iowa City, Iowa and as provided by
law.
MARIAN K. KARR, CITY CLERK
I
Printer's Fee $_,q.L.JO
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS: OFFICIAL PUBLICATION
THE IOWA CITY PRESS-CITIZEN
FED. ID # 42-0330670 NOTICE OF PUBUC HEARING ON
PLANS.
SPECIFICATIONS, FORM OF CON-
TRACT AND ESTIMATED COST FOR
, THE
I, SITE IMPROVEMENTS - BROOK.
LAND PARK PROJECT IN THE CITY
Diana Becicka, being duly sworn, say OF IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY OF
IOWA CITY, IOWA, AND TO OTHER
that I am the legal clerk of the IOWA INTERESTED PERSONS:
Public notice is hereby given that the
CITY PRESS-CITIZEN, a newspaper City Council 01 the City 01 Iowa City, Iowa.
will con-duct a public hearing on plans.
published in said county, and that a specifications. form.of contract and esti-
mated cost for the .con-stniCtiOn of.the
Site "Improvements ''"' ;Brooklarld: Park
notice, a printed copy of which is Project in said city at}:OOp.m. on the 1st
day of August, 2006. said meeting to be
herd in the Emma J. Harvat Hall in" City
hereto attached, was published in said Hall, 410 E. Washington Street in said
city, or if said meeting is cancelled, at the
\ time(s), on the next meeting of the City Council there-
paper after as posted by the City Clerk.
Said plans, specifications, fonn of con-
following date(s): tract and estimated cost afe now on file in
the office of the City Clerk In City HaJt,in
~ J p-,& ,~f) .;)D()( 0 Iowa City, Iowa. and may be inspected by
any interest-ed persons.
Any interested. persons may appear at
said meeting of the City Council for the
purpose of making objections to and
comments concerning said plans, specifi-
ca.-tions, contract or the cost of making
said improvement.
Legal Clerk This notice is given by order of the City
Coul}-:cil of the pity. of Iowa City, low~ .~nd
as provided by law.
Subscribed and sworn to before me MARIAN K. KARR, CITY CLERK
~ay~ 70498 - JuJy 25. 2006
this ~~....
A.D. 20 DC{>
~~~
Notary Public
~t: " '-._732ll1.
. .. My Co.... t .... . ecpIres
.IIrluII'Y 71. 2llO8
j
/
-
"lllllII
" .,
ADVERTISEMENT FOR BIDS
BROOKLAND PARK . DEVELOPMENT
PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 2:00
P.M. on the 24th day of Auqust ,2006, or at
a later date and/or time as determined by the 1
Director of Public Works or designee, with notice
of said later date andlor time to be published as
required by law. Sealed proposals will be opened
immediately thereafter by the City Engineer or
i designee. Bids submitted by fax machine shall
I not be deemed a "sealed bid" for purposes of this
I
Project. Proposals will be acted upon by the City
Council at a meeting to be held in the Emma J.
Harvat Hall at 7:00 P.M. on the ...ill!:L day of
September, 2006, or at such later time and place
as may be scheduled.
The Project will involve the following:
The development of a new park located at
Melrose Court and Greenwood Drive. This shall
include c1earino and orubbinq, demolition (shelter.
plav areas, concrete walk and steps ), earthwork
and oradino. construction shelter oad.
olavqround. PCC walk. trail. landscapinq.
reqradinq of ditch. installation of culverts and
surface restoration.
All work is to be done in strict compliance with
the plans and specifications prepared by
Shoemaker & Haaland Professional Enoineers ,
of Coralville , Iowa, which have heretofore been
approved by the City Council, and are on file for
public examination in the Office of the City Clerk.
Each proposal 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,
lOW A, and shall be forfeited to the City of Iowa
I 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 salisfactory 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 turnish
a bond in an amount equal to one hundred
I
I .-
I
I
.'
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 ail claims and
damages of any kind caused directly or indirectly
by the operation of the contract, and shall also
guarantee the maintenance of the improvement
for a period of one to five year( s) from and after
its completion and formal acceptance by the City
Council.
The foilowing limitations shall apply to this
Project:
Specified Start Date: September 18. 2006
Completion Date: November 13. 2006
Liquidated Damages: $200.00 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifi-
cations and form of proposal blanks may be
secured at the Office of Shoemaker & Haaland
Professional Enqineers. 160 Holidav Road.
Coralville. Iowa, by bona fide bidders.
A $40.00 non-refundable fee is required for each
set of plans and specifications provided to
bidders or other interested persons. The fee shall
be in the form of a check, made payable to
Shoemaker & Haaland Professional Enqineers.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
. proposed subcontractors, together with quanti-
ties, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
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
. ?,'D~ [iJ
'- /
Prepared by: Terry Trueblood, Parks and Recreation, 220 S. Gilbert, Iowa City, IA 52240 (319) 356-5110
RESOLUTION NO. 06-253
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF
CONTRACT, ESTIMATE OF COST FOR THE RE.DEVELOPMENT OF
BROOKLAND PARK, ESTABLISHING AMOUNT OF BID SECURITY TO
ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH
ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT
OF BIDS.
WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate
of cost for the above-named project was published as required by law, and the hearing thereon
held.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY IOWA, THAT:
1. The plans, specifications, form of contract, and estimate of cost for the above-named project
are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above named
project shall be in the amount of 10% of bid payable to Treasurer, City of Iowa City,
Iowa.
3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for
the construction of the above-named project in a newspaper published at least once
weekly and having a general circulation in the city.
4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the
Office of the City Clerk, at City Hall, until 2:00 p.m. on the 24th day of August, 2006, or
at a later date as determined by the Director of Parks and Recreation or designee, with
notice of said later date to be published as required by law. Thereafter the bids will be
opened by the Parks and Recreation Director or designee, and thereupon referred to the
Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting to be
held at City Hall (in Emma J. Harvat Hall), Iowa City, Iowa, at 7:00 p.m. on the 5th day of
September, 2006 or at such later time and place as may be fixed.
Passed and approved this 1st day of CZU ~,:.
, - MAYOR
" Approved by
ATTEST: )Jf;"~..:,,,,3: ~ ~./ ~?l:0 7(ZlPfr:;ep
c!i y Attorney's ffice
. . CI .q,ERK:._
pal1lsredreslbrooklynpal1l.doc
I
- -
Resolution No. 06-253
,
Page 2
,
It was moved by O'Donnell and seconded by Bailey the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
11 Bailey
x Champion I
x Correia
x Elliott
x O'Donnell
x Vanderhoef
x Wilburn
-- - -------..------
"
"
ADDENDUM #1 f\ LED
1Uuo ~UG 2. 2. Mill: aS
Brookland Park
Site Improvements err,: cu:.nK
Iowa City, Iowa \O\0A 'ell'<, IOWA
BID DATE: AUQust 24,2006 ,2:00 P.M. CENTRAL TIME
The information contained in this Addendum modifies, supplements or replaces information
contained in the Project Manual and on the Drawings and is hereby made a part of the Contract
Documents.
Acknowledge receipt of this Addendum by placing the appropriate addendum number in the
blank on the Bid Form.
ADDENDUM INDEX
APPLICABLE TO THE PROJECT MANUAL: Items #1 through Item #5 inclusive.
APPLICABLE TO THE DRAWINGS: Items #6 through Item #11 inclusive.
ATTACHMENTS: 1. (Revised) Form of Proposal (Yellow)
2. SD-1 Drawing
1
APPLICABLE TO THE PROJECT MANUAL:
ITEM #1 Form of Proposal
A A (Revised) Form of Proposal is attached to Addendum #1 and hereby made a
part of the contract documents.
ITEM #2 Bid Bond
A. Last sentence of first paragraph, change August 10 to ~!.~.
ITEM #3 SECTION 01025 - Measurement and Payment
A. Refer to Section 3.02 B.2. Miscellaneous Demolition and Removal, and ~
playgroundegj;![~g!e1!LcsafetHurface:and edgft!g from para9!!m:J.
ITEM #4 SECTION 02900 - Landscaping
A. Refer to Section 1.01, A and [mit. reference taWildflower seeding.
B. .Refer to Sectign 2.~3. Seed: pmit Urban 'Mi,X+~:~~ v<l,1~ti~s (Ke?.lUcJ<YBlu~~
prass; P~tennial~ye ~rass;and Cteepill9 'Red Fescue), and In~rt 2Ibs/1;QQ.Q
~. fl. forWinterjlVheat.
C. Refer to Section 3.01, E, 2&3, and change to read:
,. r:!lN~"~ J$:~t'di!tth""'-"- ",iOOib~
J,10~e. Firm soll\~ redllce:settlll) .
2. lantshrubs in. pits6niteaterlr1\vidth than diameter of root ball. f:ir.m soH
o redu~ settlinQ.
~~""""-
D. Refer to Section 3.02, A, and change to read:
2. ~a~kfilL\r~eS.,~9d:~.lilP~~ ~t!t~~'~~~j~~t~~J~~,J?laDt:Rjt: U;I1~S th~S solI
Isn:.t!c:~p~l:ll~(Pf~LJBP9.t!!t:19'~\9:o:tcqlJ~'pJ!! J~,~oYf\,~Repl<l....~qpUltabl
".t"I"th'd rkf~rf(r"'lr "'f~ k~"'ra" rr
ma ena WI a. e Ie. PSOl " ree 0 ,roc s'-OJ1er.. -:. lame e j.
E. Remove to Section 3.03, A. tApply:linie...).
F. Refer to Section 3.0}, C.2., and change to read: _
2. ~,o~.~e~d lijt rat~ speAi~r~ ~.~ n'1~cha~icat m7~ns}?9w.ll.alNll,~,~.eediil
e!l~ direction and the otl)er hallat a nghtangle ~OQ)lothe ongm~
G. !Jm~ Section 3.03 E.
H. Refe.r to Section 3.01, F, and add sentence at end of paragraph: Nt1reest'~ind
fug~. :::: 0 '"'~
>-.. =:} C-. --n
.....-.---. ' GJ
I. Omit Section 3.04, Wildflower Seed and Mulch. 0 -< '" =
-1G '" l
.-<1 In
ITI ~ r--'
r":\:O ---... \_J
,--,-~ -
>/" -
..
j> a
a-.
2
.
J. Refer to Section 3.06, B., and change to read:
B. tv1~i~t~i~~~~~d~~~:6y'r~~ir,rn~A,~1~~j~:~1~~~~~,~~~2IQ~k~~&~~
I Clr~Cl~Y:(~17re'rRy'l;lrClg'Z,r~p$$r'YYCl~~r:i,~~~~~,g,~fr~~~~Cl~".re,9!-Rr~ofOrgood
~rrmmatlon;:;fJ!Pto.lliree.we,el(s'(frorm'$UbStantlal.compretIQn~.
ITEM #5 SECTION 04462 - Limestone Retaining Walls
A. Refer to Section 2.01, B. and C and change to read:
B. ~",faVl5El1;!:.w~at~-asrim~~t~.
C. !?izes.as-:shOVim~niR;e1fHfa~.
,~--_......"" . ~
I
APPLICABLE TO THE DRAWINGS:
ITEM #6 PLAN SHEET 2.0 - Existing Conditions I Demalitian Plan
A. General ~ot~s-:o~it n$t~: f1~rrl1lt~
- iZoiitr:aCtar.tO'lQ.btain;B\1iitdi~P~7hit~.
'-"'-.~,~ -'""-'",,,--'.~'.' ~. ',,-
B. ,Revise n$te. $~~n}$ r~ad:~'>'(i119.ptClY9t~\{~eq\JjJ2.tl1eMf.ass&iaf~&&!i!ifa()Ei
mulch'.and;Wo.".jgg9.l~l:j{t2i~~iI~rl1!>yegJilyCI' ,.
r-'
ITEM #7 PLAN SHEET 3.0 - Layout and Grading Plan -- g
o G~
A. Omit note: EleClriCafb,o~r.~,~eR[Yi~~~.m~trrgr.~.y.i9~iP.Yi'9,^,~~", ~~, . ~ J}
B. Chan . e note to read:~()te8()l1tr.~Q10rtOlnstall~R{rx 'l;.x1~~8"FI'f.K) a. \
nlet and au let.erids-]lfall.newcGi"vert{ :::\ n I'V rn
-~---- . ~~ ~ 0
ITEM #8 PLAN SHEET 6.0 - Trail Details 5 E :::
~/' .,
A. l~t$loU~!il((:i}.tQi!f~II!:)~fl~r<3it~i9Et;t:)!'t!~!~i~.~ttr~iJ'habarail.'reviseda$.s~ri"Eii ~
iddefjaumsneefSD1"""Ti1!Iif'D~ailst.' tta~f\~j.
ITEM #9 PLAN SHEET 7.0 - Plaza and Park Sign Details
A. On N7 SculpturEl Plaza Detail: Omit all ~otes describing .,^,allle~llth/hei ht, add
note: ~~rwa11;s~r:rienno~40~long!l.;ower.walfiSeQmenMot)e50'10' .
B. On Cf7 Limestone Seat Wall Detail !illanl':il~t2'(noiiZQrit;!1I~'aimen$iQl'1tl:i1a7.J
Omit note: ~~ther:ei;lJjmeslQhe.~Qi'oxm;atel'112~!.heig!:!1J
Add note:,~ltf1~~JG~~~!!t.,'~!I1),!~mifI:1ltS99~~[Qf21e'\:lwi~Wea!h~"~~jID~~~!i1~,w~
O''24;2I)ei'nfX:~1!1~~6~ae~~'ifrQnt;to5!f~CW:~B.'[1~aa~.''~eGtel;l
i;rn;~ft;:W~~tf~fp~~Rf~tis'~tdi'rrilhihiif~91~!'Iit.1\st8~~~:;8j)1>~l~ir',Of:
'j-~6':'i.!QLr'"',,,", -., . ,,':':',,"':_:"--l'->"-;~ -u/.,;",-:,_."._.;._:~ ;'.?;o-".f. ','- ./.,,-,,', .;....:.l...'" >....., 11"
fOme,.IQ heplaceCllsUrmorte-o. byiJ6wetJaie ;.
3
.
I
I
ITEM #10 PLAN SHEET 8.0 - Planting Plan
A.
B. In planting schedule ch~n..e Slie'i(if'QonWvfflariGrabalidi;ll,trtufnli:BriUiance
~ervicebe(f'l\01 $"qalil:le~
C. In plantin~ schedule und~r (undercornments) change farfn;Qffteritage;SirchaliJQ
Redbud Jrorn'cltilll1pJIormto$in!'lle steol.
D. Changegener~l~ote Se~dDist~rb~dAreas to read:. peed-all.dlslutbedate8s
If,!llhitehiporar.vcowet.crop'"OfWintetWneaJatid:n'!OICC---
E. In planting schedule, ~mit'Davli!Yi2I1\ierEeatherX~r.a$$;'Vinca.andHOSIa;MjxJ
F. In ..e.n~~a.1 n?tes ~nd~ote:,.~~MUI~0~!I:~~r'~~~J,t};i,;p~~~;1~~g~~~aW!g~t~;M~
J~.Q1![1gS;$119!1:'f1',9Rt~PI'i1nI9;P~:f':l'[fil~$~,~~4a~ri!ltall!lai!g,1l~e'!!;1tl!~~;'2:Y;lq1hrre
.'.~W:~T-~!~t~~i!I:.~!~o.ftJrnjiihanajOs ~11!m;~tlitgr~pla~k~lnllieZfljlu'
heiHhe 'areplalited.
ATTACHMENTS:
ITEM #11 SD-1 Reference Drawing
END OF ADDENDUM #1
....,
0 =
=
~S c~
~
=
0-< c-.. -Tl
N -
iC) N I
:<r- ill
P" :0-
---, :?.: r-~
o-~
~^ - "..I
-
~ ..
a
0'\
4
8'-0. WAX,
.
~ I '/2". $010. eo
s.s. APE (TYP.)
,
'~l&I~ N
, l/r. SCHO. 40
...~. s..s.Pft:(T'l'P.)
.
~ DR~ HOl[ AT
POST BAS( (II
"'''''''lll'ICAL
IO'P<:C~ 12-. . ,)'-6" DEEP
AUCEREO CONe. PlEA
3'-0. ""''''''1E.
~ T/.... sa DE,... "-
EL SAME AS _',,-' ~.. AHCHOA eOlTS, w\';?/,~ ;~'YY
T/IR...... ,,-~<.
\/~ ~ AHO EP'OXTGftOUTEO y<~. (~'"
0:,,- TO 0EYfL0P( A ~. Puu..-ouT ?\ 0
CN'AtJTY Of' 2!00 LB$.
CD 10' TRAIL GUARDRAIL DETAIL
6 NTS
8'-0- WAX.
T 1/2-. SOCJ. eo
s.s.PlPE(TlP.)
,
1 1/2". SCHO. 40
s.s. PP[ (T'l'P.)
~
DRAIN HQl..E AT
POST 8ASE ON
""T9DE lll'ICAL (2) Jill". $.s. NrICHOR SOlTS,
ORUED NC() EPOXY (jR()UT[()
TO (lI[Y(L.ClP( A WIN. PUlL-ouT
.. CAPAOTY or 2500 l8S.
""''''''1E.
~.~--!~s_ SE:[ <<tAl.
"
, ~
/x-< ~ . .
, *,~j)~' ~ "
,y~<<-<: - ~<
:;.)y)) 12-
CD 8' TRAIL HANDRAIL DETAIL
I NTS
,...,
0 =
c-"
0'
HANDRAIL NOTES ::2:0 "'"
b-- c::: 11
MATERIAl FOR THE TUBE TOP RAIL AND POSTS SHAlL UEET ASTU A-500 ------1 en
/
CRACE B. MATERIAL FOR BASE PLATES SHALL MEET ASTM A-36. C,-" N .--
-Ie) N rTl
END ASSEMBUES SHAlL BE 3/8"' SWACCE:D AND THREADED AS SHOWN .-<,'
THE RAIL SHAll BE SHOP PRtWED AND TOP COATED IN ACCORDANCE 'MTH rn ~ 0
STANDARD SPEOFlCAnON 2408.27. THE CONTRACTOR SHAlL TOUCH UP AU o;f! ~
-
MINOR DAMAGEO PAINT AREAS. ANCHOR BOlT NUTS AND BOlT STICK THROUGH. <,/'- -
FINAl COlOR SHAll 8( FOREST GRtEN AS APPRO~O SY THE OWN[~. ~ ..
c::>
ANCHOR: BOLTS SHAlL BE S.S AND SET IN ORU.to HOlES USING EPOXY GROUT 0>
AS RECOUMENOEO BY THE EPOXY MANUFACTURER. EPOXY GROUT uSED SHAlL
BE ONE OF' APPROVED IN THE lOOT MATERIAL I.M. 491.11.
AU RAIL POSTS SHAlL BE \lERTICAt.
CONTRACTOR SHAlL VERIFY GRADES PRIOR TO FABRICAnQN.
I I ~~~ .~."' I ~,c; 1M' ~'_I o~",~m" r~ ~^.~ " I
._.~-.-......~] BROOKtAND PARK DRAWN KNE TRAIL DETAILS SD:~R ADD'
L ,""-- ~.""~~ CHECKED SSF
Cor"MlIe. Iowa 52241 APPROVED SSF
Phone: 319.351 ,7150
Fa": 319.337_6792 PROJECT NO. 06036
------------
",' '--
- .-
FORM OF PROPOSAL
SITE DEVELOPMENT. BROOKLAND PARK
CITY OF 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 - ~
Q cr-
zO t::: \l
)/-' c->
TO: City Clerk -, ----
N ,.-
City of Iowa City o '. Nl'iIl
-.::;C2
Civic Center _.(r,. ~ C-)
- r I
410 E. Washington St. _---n ~
r>~ -
-
Iowa City, IA 52240 '-,j. .,
Z 0
y- O'
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 I
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.
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
1. Mobilization LS 1 $ $
2. Demolition LS 1
3. Clearing and Grubbing LS 1
4. GradinglEarthwork CY 550
5. Subgrade Repair CY 10
6. Imported Earthen Fill CY 450
7. Imported Topsoil CY 70
8. Class D Revetment Stone Ton 275
FP-1 Revised
.--
~
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
9. 36" RCP Culvert LF 28
10. 27 x 44 RCP Pipe LF 20
11. 6"0 Plastic Pipe LF 30
12. 36" RCP Apron EA 6
13. 27 x 44 RCP Apron EA 2
14. 4"0 Subdrain Pipe LF 120
15. 1"0 Water Service Line LF 130
16. Relocate Yard Hydrant EA 1
17. 6" Thick PCC Shelter
Pavement SY 78
18. 6" Thick PCC Trail SY 675
19. Park Sign EA 1
20. Concrete Pavers SY 50
21. Steel Handrail- 8' Trail LF 120
22. Steel Handrail-10' Trail LF 20
23. Limestone Seat Wall TON 33 ~
(5 ~
0'
zO ;po \l
24. Timber Seat Wall SF 225 c:::
"r-...---J r.->
~ -L r-:> ~-
11 0: r-:> \11
25. Limestone Boulders TON :::4 ( )
':---"0 ~ 0
26. Limestone Trail TON 200 -.J' -
0= -
L'
Z 0
27. Relocate Grill EA 1 J7 0'
28. Safety Surface Edging LF 225
29. Safety Surface Material SY 250
30. Sill Fence LF 500
I
31. Erosion Control Malting SY 800 I
I
FP-2 Revised
> '.
-
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
32. Turf Reinforced Mailing SY 1,184
33. Landscape Planting
Package LS 1
34. Final Grade/ Seed / Mulch SY 5,400
35. Construction Fence LF 1,000
36. Construction Staking LS 1 $ 3,800 $ 3,800
(Allowance)
37. Traffic Control LS 1
TOTAL EXTENDED AMOUNT = $
....,
=
- <=>
o co,
20 '?::
~~ 'GS 'JJ
--<.. rv \
o rv'
---;r'< rT1
-,'-.'" \
-< r- P 'J
- G ::\': \...
-:- ,,).} -
0--
;Z'^ -::
J-- ~
FP-3 Revised
LETTER OF TRANSMITTAL
m, Shoemaker J.., Haaland Date August 22, 2006
I E I . "" . ,. I
ng neerlng n scape Architecture Ul'Vq'1ng Job No. 06036
160 Holiday Road Attention Marion Karr
Coralville, Iowa 52241
Phone: 319.351.7150 Re: Addendum #1 Brookland Park
Fax: 319.337.6792
To: Marion Karr
City Clerk
City of Iowa City
We are sending you ~ Attached o Under separate cover Via: UPS Ground
The following item/s:
o Shop drawings ~ Specifications o Plans o Samples
o Copy of letter o Change order o Prints
o Other:_
Copies Date Number Description of Items
1 8/22/06 Addendum #1 Brookland Park to be added to specification book
Action required noted below:
o For approval o Furnish as submitted o Resubmit copies for review
I2'J For your use o Furnish as noted o Submit copies for distribution
o As requested o Returned for correction o Return corrected prints
o For review and comment o For bids due on date: _
o Prints returned after loan to us
r--...:;
Q =
REMARKS: (.:;;;:)
CT'
~:() """
;\....... --i <3 11
~'
r. ". '"
, ) r--
-iCJ '" n-l
/-
~-...... i "'"
rn r-1
-:JJ :::r: '-......J
0-----
</' 0
)> W
N
Copies to:
Signed:
I
ADDENDUM #1
Brookland Park
Site Improvements
Iowa City, Iowa
BID DATE: AUQust 24.2006 ,2:00 P.M. CENTRAL TIME
The information contained in this Addendum modifies, supplements or replaces information
contained in the Project Manual and on the Drawings and is hereby made a part of the Contract
Documents.
Acknowledge receipt of this Addendum by placing the appropriate addendum number in the
blank on the Bid Form.
ADDENDUM INDEX
APPLICABLE TO THE PROJECT MANUAL: Items #1 through Item #5 inclusive.
APPLICABLE TO THE DRAWINGS: Items #6 through Item #11 inclusive.
ATTACHMENTS: 1. (Revised) Form of Proposal (Yellow)
2. SD-1 Drawing
I
I '"
0 =
=
er.
~O "'"
)>-1 r..:: 11
G')
0-<-- N ~
-c' N ,
=<r "'" [11
IT' C--'
-,i ::E: '-..-1
~') -'-~
-=.,--::A: i5
~
:P ""
N
1
APPLICABLE TO THE PROJECT MANUAL:
ITEM #1 Form of Proposal
A. A (Revised) Form of Proposal is attached to Addendum #1 and hereby made a
part of the contract documents.
ITEM #2 Bid Bond
A. Last sentence of first paragraph, change August 10 to 1Iii!IM.
ITEM #3 SECTION 01025 - Measurement and Payment
A. Refer to Section 3.02 B.2. Miscellaneous Demolition and Removal, and III
ITEM #4 SECTION 02900 - Landscaping
A. Refer to Section 1.01, A. and
B.
C. :R~"-===
D. Refer to Section 3.02, A., and change to read:
2.
E. Remove to Section 3.03, A.
F. Refer to Section 3.03, C.2., and chan
2.
G. 11'1 Section 3.03 E.
H. Refer to Section 3.01, F, and add sentence at end of paragraph:
~. '"
0 =
"'"
?O =-
I. III Section 3.04, Wildflower Seed and Mulch. '.'b
p-' c:::
.' --l
-/' Gi- II
c; '. ""
-Ie; "" !
~-<i '~f
fTl "" : i
~:JJ ::F: r--;
-..J- '2 '-'
;E/'.
)> W
2 N
J. Refer to Section 3.06, B., and change to read: -- - --.
B.
ITEM #5 SECTION 04462 - Limestone Retaining Walls
A. Refer to Section 2.01, B. and C and change to read:
""
0 =
B. ~
""
:2:0 ~~
1>- c:: 11
C. -:j G)
(J .... l"-, ~
--I Cj 1'0 I
~,--- !T1
- ~, ""
APPLICABLE TO THE DRAWINGS: n'j .~
--::IJ 3: \J'
C)^ C5
-s:
)> (~
ITEM #6 PLAN SHEET 2.0 - Existing Conditions / Demolition Plan r'oJ
A. ~en~
B.
ITEM #7 PLAN SHEET 3.0 - Layout and Grading Plan
A.
B. Chan e note to read: ..
ITEM #8 PLAN SHEET 6.0 - Trail Details
A.
ITEM #9 PLAN SHEET 7.0 - Plaza and Park Sign Details
A. On AI7 Scul ture Plaza Detail, Omit all notes describin
note:
B. On C/7 Limestone Seat Wall Detail
Omit note:
3
ITEM #10 PLAN SHEET 8.0 - Planting Plan
A. ~e change sizes of
B. ~
C. ~entS)Change
D. Chan e eneral note Seed Disturbed Areas to read:
E. In planting schedule,
F.
A IT ACHMENTS:
ITEM #11 SD-1 Reference Drawing
END OF ADDENDUM #1
0 ......,
=
=
~o ~
"".
~
_0- -f '-- Tl
--' c-;
C)-" '"
=io N r
,--<:r'- j-n
fn ""
O..J.) ::Jr i-I
~/'-. C3 \..J
):> c:..~
N
4
fl"-O. "AX.
r
~ I 1/2". SCHO. eo
$.$. Pft (nP.)
'~l:l.I(:]' ~
"
I 1/r. SOCl. 01()
...~. $.$. PlP[{nP.)
~
0RMf HOl..[ AT
POST 8AS( ON
au",",,,,,,,,,,
12-.. ]'-6- O((JI
......"COHC....,.
J'-O" .... ""...
_~.~OP[_,_ ~r/"'" sa DE'''' ,
'. -'>&.>:>::--:;-:--:-Y;):.'>;;Y n. $All( AS;> ~.. AHCHClA BOlTS. -"\)>.,<;;;\> '~~"\.' '
. :>.,,,. .<~(:<>(.,~~~<~(,\\: f/ 1RM.. <~(/-'. ?>;::~/
,,>> . NIO (POln' ClAOUfEO ':~ >:::"'"
~;:.<i0~'~y)/0-:"Y.~,,;{,%'Y(;\ ., ~,' to tll"I'El.Clf"f A ..... Pl.U-our y-\ /.
.~."". ,,~-:'u _ ,,~_,);;..> CN'llOtY CW 2500 lB$. >
'</<--:
CD 10' TRAIL GUARDRAIL DETAIL
6 NTS
a'-O'MAX.
I 1/2-. SOCl. eo
$.$. Pft (nP.)
~
I 1/2-. SCHO. 40
$.$.Pft(Tl'P.)
.
~
0RMc HOl..[ AT
POST BASE (Ie
au",",,,,,,,,,, (2) 3/8-. S.s, N<<::HOA BOlTS.
0RuED NfD EPOXY ClAOUfEO
10 0EVnQP( A ...... PUlL-our
" s-.. PACK $.$. CN'llOtY OF :z:iOO lB$.
.... ""...
~~...Y~_ sa OnM.
, . >' , , .
<--<<,~"$iJ. ~ :"'--t'- - '-.,..- ~ -'-=- _...:.- - -:- ---!. --....:..--
Y'iff ~
~)) . ,
8' TRAIL HANDRAIL DETAIL
NTS
HANDRAIL NOTES
MATERIAl FOR THE TUBE TOP RAIl. AND POSTS SHAlL WEET ASTM A-500
GRADE B. MA lERJAl FOR BASE PlATES SHALL MEET ASTU A-36.
0 ""
ENO ASSEMBuES SHALL BE J/8-' SWAGGED AND THREADED AS SHOWN =
c-"O
<:" C~
THE RAIl. SHAlL BE SHOP PRIMED AND TOP COATED IN ACCORDANCE WITH <0 "..
STANOARO SPEQflCAnON 2408.27. TIiE CONTRACTOR SHAlL TOUCH UP ALL )>:::; '-
WfNOR DAMAGED PAINT AREAS. AHOiOR BOLT NUTS AND BOLT snCK THROUQi. O~~ (;") =n
ANAL COLOR SHAlL BE FOREST GREEN AS APPROVED BY THE O'MtER. , N
-in f'.) ,--...
ANCHOR BOlTS SHAll lIE S.S AND sn .. 0R1U.EIl HOlES uSING EPOXY <:ROuT c<-- ,
. , ITI
AS REcc:....ENOEO BY TH€ EPOXY WANUF' ACTURER. EPOXY GROUT USED SHAlL rn ;z:..
BE ONE OF APPRCWED IN M lOOT MATERIAL I.... 491.11. O~ ::x ,---,
\.....1
AlL RAA. POSTS SHAlL BE \lERTJCAL. "'S:'/.... '2
CONTRACTOR SHAlL vERIFy GRADES PRiOR TO fABRICATION. 50; W
N
I -,.,- rruc" I ~" --I--"~ I ~-- .. I
~.....-----......-.I BROOKLAND PARK DRAWN KNE TRAIL DETAILS SD:~R ADD'
160HQIidayR~ SITE IMPROVEMENTS CHECKED $SF
CoralVIlle. low-a 52241 APPROVED SSF
~:319.35L7150
Fax: 319.337.6192 PROJECT NO. 06036
FORM OF PROPOSAL
SITE DEVELOPMENT. BROOKLAND PARK
CITY OF 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
TO: City Clerk
City of Iowa City
Civic Center
410 E. Washington St.
Iowa City, IA 52240
The undersigned bidder submits herewith bid security in the amount of
$ , in accordance with the terrns 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 suclh work.
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
1. Mobilization LS 1 $ $
2. Demolition LS 1
3. Clearing and Grubbing LS 1
4. Grading/Earthwork CY 550
5. Subgrade Repair CY 10 - ~
0 =,
=
<c:: 0--
6. Imported Earthen Fill CY 450. .::<. ) ",..
.......-j '-
en 11
7. Imported Topsoil CY 70 ()--<. N --
--,..-... Pd ,-
,........
:-< ,--- iTi
. .
8. Class D Revetment Stone IT! =
Ton 275 0''"; -""" r-~
...-;^-.. C5 --.:J
-""
j> G.)
N
FP-1 Revised
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
9. 36" RCP Culvert LF 28
10. 27 x 44 RCP Pipe LF 20
11. 6"0 Plastic Pipe LF 30
12. 36" RCP Apron EA 6
13. 27 x 44 RCP Apron EA 2
14. 4"0 Subdrain Pipe LF 120
15. 1"0 Water Service Line LF 130
16. Relocate Yard Hydrant EA 1
17. 6" Thick pce Shelter
Pavement SY 78
18. 6" Thick pce Trail SY 675
19. Park Sign EA 1
20. Concrete Pavers SY 50
21. Steel Handrail- 8' Trail LF 120
22. Steel Handrail-10' Trail LF 20
23. Limestone Seat Wall TON 33
24. Timber Seat Wall SF 225
25. Limestone Boulders TON 11
26. Limestone Trail TON 200
27. Relocate Grill EA 1 "-'
-
0 =
""
28. Safety Surface Edging LF 225 :>.. "'~
-;:;:~, e- II
0-< ,,-,
'" r-
29. Safety Surface Material SY 250 ----i ("--~ '"
,,"<r'" m
rn "'" ....,
30. Silt Fence LF 500 --4 ::lJ:
n=-~ '_J
:2:'-" =
31. Erosion Control Matting SY 800 )> W
P""
FP-2 Revised
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
32. Turf Reinforced Matting SY 1,184
33. Landscape Planting
Package LS 1
34. Final Gradel Seed I Mulch SY 5,400
35. Construction Fence LF 1.000
36. Construction Staking LS 1 $ 3.800 $ 3.800
(Allowance)
37. Traffic Control LS 1
TOTAL EXTENDED AMOUNT = $
'"
0 =
=
:?:O "'"
>>
J>--i c::
0-< G) il
N
-10 N r-
.c<r- iT]
n-; ;h>
--,.., ::r.: r'
.rj.....;..,.J
~^ 6 _J
)> w
N
FP-3 Revised
I
OFFICIAL PUBUCATION
(od '50 A $40.00 non-refundable fee is required
Printer's Fee $ ADVERTISEMENT FOR BIDS for each set of plans and specifICations
BROOKLAND PARK DEVELOPMENT provided to bidders or other interested
PROJECT persons. The fee shall be in the form of a
CERTIFICATE OF PUBLICATION Sealed proposals will be received by the check, made payable to Shoemaker &
City Clerk of the City of Iowa City, Iowa. Haaland Professional EngineerS:
until 2:00 P.M. on the 24th day of .Prospective bidders are advised that the
STATE OF IOWA, August ,2006, or at a later date andlor City of Iowa City desires to empioy minor:
JOHNSON COUNTY, SS: time as determined by the Director of ity contrac-tors and subcontractors on
Public Works or designee, with notice of City projects. A listing of minority cont.rac-
THE IOWA CITY PRESS-CITIZEN said later date and/or time to be pub- tors can be ob-tained from the Iowa
Ushed as required by law. Sealed propos- Department of Economic Development at
FED. ID #42-0330670 als will be opened immedi-ate-ly there- (515)2~-.i72) ~ndthelo~Depa~nt
after by the City Engineer or designee. of Transportation Contracts Office 'at
Bids sub-mitted by fax machine shall not (515) 239-1422.
-be deemed a "sealed bid" for purposes of Bidders shall list on the Form of
this PrOject. Pro-posals will be acted proposal the names of persons, firms,
I, upon by the City Council at a meeting to companies or other parties with whom
be held in the Emma J. Harvat Hall at the bidder intends to subcon-tract. This
Diana Becicka, being duly sworn, say 7:00 P.M. on the 5th day of September, list shall include the type of work and
2006, or at such later time and place as approximate subcontract amount(s).
may be scheduled. The Contractor awarded the contract
that I am the legal clerk of the IOWA The Project will involve the following: shall submit a list on the Form of
The development of a new park located , . Agreement of the pl'QpOSed subcontrac-
CITY PRESS-CiTIZEN, a newspaper at Melrose Court and Greenwood Drive. tors, together with quanti-ties, unit prices
This shall include clearing and grubbing, and extended dollar amounts.
demolition (shelter, play areas, concrete By virtue of statutory authority, pref.
published in said county, and that a walk and steps), earthwork and grading, erence must be given to products and
construction shelter pad, playground:, " pro'vi-sions grOWn and coal produced
of which is PCC walk, trail, landscaping, regrading of within the State of Iowa, and to Iowa
notice, a printed copy ditch, installation of culverts and surface domestic tabor, to the extent lawfully re-
restoration. quired under Iowa Statutes. The Iowa
hereto attached, was published in said recipro-cal resident bidder preference
All walk is to be done in strict compli- law applies to this Project.
paper~ . timers), the ance with the pJans and specifica-tions The City reserves the light 10 reject any
on prepared by Shoemaker & Haaland or all proposals, and also reserves the
Professional Engineers , of Coralville , right to waive technk:alities and irregu-
following date(s): Iowa, which have hereto-fore been larities.
approved by the City Council, and are on Published upon order of the City Counc!l
l\~.I<lt ~ . /)(X')lo file for public exami-nation in the Office of of Iowa City, Iowa.
the City Clerk. MARIAN K. KARR, CITY CLERK
Each proposal Shall be completed on a
i form furnished by the City and must be 60874 August 8, 2006
accompanied in a sealed envelope, sep-
arate from the one containing the pro-
posal, by a bid bond executed by a cor-
poration authorized to contract as a sure-
Legal Clerk ty in the State of Iowa, in the sum of .10%
of the bid. The bid security shaN be made
pay-able to the TREASURER OF THE.
Subscribed and sworn to before me CITY OF IOWA CITY, IOWA, and shall be
forteited to the City of Iowa City in the
1J..j4-.. day of O(j-J event the success-ful bidder fails to enter
this into a contract within ten (10) calendar
days of the City Councirs award of the
A.D. 20 O~ 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 provi-
~/k sions of this notice and the other contract
docu-ments. Bid bonds of the lowest two
or more bidders may be retained for a I
period of not to exceed fifteen (15) calen-
dar,days following award of the contract,
or until rejec-tion is made., Other bid
Notary Public bondS will be,retumed after the canvass
and tabula-tion of bids Is completed and
r ~~r% \ reported to the City Council.
lfle successful bidder will be required, to
, "'3iJ cv. I' -....-.. nc" furnish a bond in an amount equal to one
I 0 ~ ,.. . ExP'" hun-dred percent (100%) of the contract
~. ;,. My~l <l!\ ,. 1 price, said bond to be issued by a
'. i. ....., Z7; ID08 \ respon-sible surety ap-proved by the
\ City," and shall guarantee the prompt pay-
ment of all materials and labor, and also
protect and save harmless the City from
all claims and damages at any Kind
caused directly or indirectly by the opera- /
tion of the contract, and shall also guar-
antee the mainte-nance of the Improve-
ment for a period of one to five ye~s)
from and after its com-pletion,and formal
accep-tance by the City Council.
The following limitations shall apply to
this Project:
Specified Start Date: September 18,
2006
. Completion Date: November 13, 2006
Uquidated Damages: $200.00 per day
The plans, speCifiCations and proposed
con-tract docUments may bEl examined at
'the office of the City Clerk. CopIes of said
. plans and specIfi-cations and form of pro-
posal blanks may be secured at the
Office of Shoemaker & Haaland
Professional Engineers, 160 Holiday
Road, Coralville, Iowa, by bona fide bid-
ders.
-Pvo~ WW
Prepared by: Terry Trueblood, Parks & Rec, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5110
RESOLUTION NO. nh-?q'i
RESOLUTION AWARDING CONTRACT FOR
THE REDEVELOPMENT OF BROOKLAND PARK.
WHEREAS, OEC, Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of
$153,714.20 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The contract for the construction of the above-named project is hereby awarded to OEC,
Inc., subject to the condition that awardee secure adequate performance and payment
bond, insurance certificates, and contract compliance program statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
pro9ram statements.
Passed and approved this 5th day of September ,20 06
Q( JA~~
MAYOR
Approved by
ATTEST: ~;:......). C/!. ~~ #I~ ~~/()(p
. CITY ERK City Attorn's Office
It was moved by V::Innprnn.:>f and seconded by O'Donnell the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
x Champion
" Elliott
" Lehman
x O'Donnell
x Vanderhoef
x Wilburn
parksreclres/brooklandpark const..doc
.' .
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and O.E.C.. Inc. ("Contractor").
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated the 24th day of AUQust , 2006, for the Site Improvements - Brookland
Park Project ("Project"), and
Whereas, said plans, specifications, proposal and bid documents accurately and fully
describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
1. The City hereby accepts the attached proposal and bid documents of the
Contractor for the Project, and for the sums listed therein.
2. This Agreement consists of the following component parts which are incorporated
herein by reference:
a. Addenda Numbers 1
b. "Standard Specifications for Highway and Bridge Construction," Series of /'
2001, Iowa Department of Transportation, as amended; ~
c. Plans; r-..)
0 =
=
Specifications and Supplementary Conditions; 0"
d. :?:O (/)
P-; ....., il
-u
Advertisement for Bids; -/
e. () '. - r
=10 U1
f. Note to Bidders; ':<i in
m """ 0
-- :0 :x
0-
Performance and Payment Bond; ~...." '?
g. )> '"
-'
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.
3. The names of subcontractors approved by City, together with quantities, unit
I
., .
prices, and extended dollar amounts, are as follows (or shown on an attachment):
Soil Tek - $7.546
Belle Plaine Nurserv - $31.039
Hawkeve Weld - $5.500
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this 11th day of September ,2006.
Citv eity of Iowa eity, Iowa Contractor O.E.e, Inc.
-
Bv G2~~ ( J,D~~ Bv ~
Josh Forbes
Mayor
.' ':': ': ~
ATTEST::" ' ,
- ATTEST:
. - ,
~~:)- =k.": !<:a~
.'~ .~., .:. Cityelerk
Approved By:
~4~ Z-. erlr"$(tPi,a
City Attorney's Office
......,
0 .=
=
""
~O (/)
)>-', I.... 11
, v
---
C) "'- - r-
-Ie) U1 ill
..:-<.::r- "..
rn I-j
-::0 3:: '-J
0-
~,..' \.!)
)> '"
-.I
R-oj []I;[]
Prepared by: Terry Trueblood, Parks & Ree, DivisiDn, 410 E. Washington St., Iowa City, IA 52240,356-5110
RESOLUTION NO. 06-177
RESOLUTION ACCEPTING THE WORK FOR THE RE-DEVELOPMENT OF
BROOKLAND PARK.
WHEREAS, the Parks and Recreation Director has recommended that the work for the re-
development of Brookland Park, as included in a contract between the City of Iowa City and
O.E.C., Inc. of Iowa City, Iowa, dated September 11, 2006, be accepted; and
WHEREAS, the performance and payment bond has been filed in the City Clerk's office.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa.
P"red ood ,pp'~,d1h;, "" d" of "".,,, , 2006. ~
CV~LU ~
MAYOR
Approved by
. Iz.-I'-f/~c...,.
ATTEST: ~~A"""'.J .,f. *'~
CIT LERK '
It was moved by Chamuion and seconded by R::.;lPjT the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
x Champion
x Correia
x Elliott
x O'Donnell
x Vanderhoef
x Wilburn
ParksrecJres/acceptbentonhillparkredev. doc
I
~
.
W~ : ~~ ~ l ~_ ,_! ... ~:\J~ ~f
. ii \ ... ~ ~. ,-... IV ~ _
~.~ SITE 1M PROVEM ENTS ( ..."-....:.J II 3__':' ~~ (, (1) ",,-;'\:' :E I ~~N
H ( ~"S L/i.t ~ i ,; ..:,~.., '-~ i ! Ij~l
~ ~ .<>. ..-1Y' · '0i,;\ .~ d;~' 11 ~ ~ /' !I I I ~ i ! i ~ ~ r ~ ~ ~ ~
~ t ~ __ )" J -I ~, !c ~_CI H ! - fl i _ 0 ~ 0 ~ 0 x
~:5 ~~~_ _ --' ~ ; 1..-.. NC \. \: - . -- 1M ~ ..c: ~ ..0 0 .c rtI
a:: 0 1-; .1,,,a,,-- "<I: ~J.:=t ~ il V"Iul.-U.o...u..
we 1131i' 11- ~I ~-, -...
@~ BROOKLAND PARK 1[. ;1,.,,_. ',>f!' ".'r:\\\ n .1" ,..~ ] [
i: ]1 -::.,., lL 1.11' . 11:7-r iii ~ '!~ tL IU; '-L - :: dt
I!'''' ,~- ~ ~-= ~.~ }I', .! ~~~; !~ il" ~Iilll +=\J
~.~ ~" ~ r""""- \ \~ ~ '. i! l,,:,"_n. ~"'\ \ r ~ ..,.....;~ ~~ ~~ il!.~~ '
~ ~ ~~ II L'=;.~ 1-6 J 1"\ E !!!!. Q-...- or t; Ii t;.....v' Ii
~~ E:,:;. ! I 1\ .. ~ i ....f'1I j '""!S ;;;0;..."1. ~ ~ y~ i I ...-
g'i "'''::-m _ i~lJ-/ i" II ...."- ~ 6~ . ~"~"...! I
~ ~Oirr-" iJ:#/ """ 921 h~~ ~!IU1. ' ~
i ;;;'ll,,_~v" BROOKLAND D.--.I I rJ.....-~~ i i I;). ~
". ..' /Y -- - \3
ij , _,__i PAR~ V ~Sl .1,l ~"!I".: . "- ~
: ~A ~ I~) ? \ _l~ ~ -To ~
i IOWA CITY, IOWA LOCATION MAP - IOWA CIT~ ~ I
f SCALE: ," = 1000' 0
~
-
e
.
E
,
o
o
"
.
;g
'5 I I
[' r r-:J
~ I . '
::) r I _ ,__-'
. 'GR 0 c'
: i AND A VE ~~~Q, '= -r
~ n:::. ';""_ \! ___
S i 0 W.z ' _,
-; I 0 > " -, .""'
.2 , (/) <( 0 _' { , \ '
Z " -C
~ . Z I- "\' - '.
o . 0 . ~
:1i! I - <( 0 I-- c::> -.,:~ -,-
i ~ 0::: Z 0::: . "" /' -
. 5: c::> z u - C/) )7 CO
I <( <( '?D :::> 0
:c MELROSE AVE (/) ~ ~
C/)
(1)1 I I- I 0
1 wi 1(1) U '-I ~
--I 01- J C/) W 01 0
1'-0- 0 a:
\(1)1 I...... (/)0 C\ CL
1:21 ae; 01
· 6 ~ 6~:S g I RIVERSIDE DR
W -110
:?: I Z R' - --
I <( Iverside Ct
BROO LAND -1
~ -1 Oak Park Ct
PARK DR 0 0- r--
o I
~ I MYRTLE AVE
BROOKLAND PARK I-- C/)
(/) South I- ~
WOODSIDE W Riverside aJ a: ~
> -- ~ <C U
6 Ct w D- <c
>0$
Q I- 020
(/) 0::: 0 a: <c -
I -1 RC D- ....J LL
(I) W ~ ~ ~
gl, es <(.z j> -00 I-
',- l:c -1 W I -.J :;0 W 0 >- &3
,-I -1 > U Q) 0 1-a:1- C3
8 : BENTON ST :2 <( :2 0 ~ C/) (1) u g:
AREA MAP
" . DATE 7/17/06
SCALE: , = 400 DRAWN MPS
CHKD SSF
APROV. SSF
I hereby certify that this engineering document was prepared by DRAWING INDEX
me or under my direct n and that I am a duly Registered
Landscape rchite under the s of the State of Iowa. SHEET NO. TITLE 06036
1. TITLE SHEET 8. PLANTING PLAN
Date 2. EXISTING CONDITIONS/DEMOLITION PLAN 9. PLANTING AREA DETAILS SHEET TITLE
My license renewal date Is June 30,2008. 3. LAYOUT AND GRADING PLAN 10. SHELTER & MISC. DETAILS TITLE SHEET
4. MAIN TRAIL PLAN & PROFILE 11, STREAMBED & WEIR DETAILS
Pages or sheets covered by this seal: 5. SHELTER TRAIL PLAN & PROFILE 12. STORM WATER POLLUTION
. I 1hvtl 11- 6. TRAIL DETAILS PREVENTION PLAN
i 7, PlAZA & PARK SIGN DETAILS
SHEET NUMBER
1.0 &
REV
. ~ ~
~. ~ !
W~ ~
O.l} a'\ / ' ',' / _
~i / > "" /^'~ / '~ 0-0"'- .' PROTITT EXISTI'r~LG 'OWNERS ~ ~ ~ ~
~~ X",\ ///" / ~~ ~ ') EXISTING STORM PIPE ~ C; ~%~" PR<?pERTY. MINIMIZ~ L'\ ~ ~ '2~5~
~'[ // "'" // ""\,,,/< / '''., <: ~O <t;-OS .'0,. ~ /\ DIST~,RBANCE OF~IV~\TE \ E f t~~~
~~ " '> /// '" 'y/ "/,, /"^'\ ~~ [j _t<Y 0~00 // '\\PROPEf0T~. // \\/ E g. ~~~~
~ "I. <Q" 'v^v / '" <<'S' . ~ <t;-. ""~ / \ ~~ /, OJ.. :t~~'"
Ii " /\ ///"" 0'\ """ (/ ,.,,\0' ,r/,?-<;Jv </ -P'Rz.VATEK1s..2JBtNCE/?/ ",,- ~!~~f~
o " \/ " " '\/ " .,)) /._ /"" ;> / "-
i' /, '. ^ .." . "<'" / / ' PewER POLE TO~E > ] ~ [
=> X ./ , / ' " ' a..yv , ;./ \ / " '
~; GRAPHIC SCALE '\./' ,"'-../ ", "'-." "'- 0"'<i' " > - ___ _ _ _ ::: ::;;t> / \ \ ~LOCA TED BY \ //
6i 30 0 15 30 ,/" \", ~\,.// '",," ',,, ~ C; \"'v/ ~ _ ~ z-....- / --"'-( ,/ ""./.fZl 0 WER COM PAN Y. '\, /
ll: < " \", 0. ./ G'" ~ '. __ --.. C/ __' .r-- ~ / v ....
i: ~~ I I /) "" '\ ~< "'\~ "" " 'v0~~<<--~~ ~,>--0'-:::- /~-:_--=-~- ~'v / START WALK REMOVAL, REMOVE
~'j / " /)" , ~~' ", '\() ~'\// j' " -~,.,.--,.-,~~~~- O~~-ROX~L,YELDER ALL WALK TO SOUTHWEST, TO
.~ "/,, a'. ' ", ~,.. --- -.'~ <:.. ...- 1_" CONC STAIRS
1i / 'x/" '\ ~Y"" / ~~ f_ s----:... ' ~',\,:>,' -. _ ~ ' '. '
! (/ /./ "'~<< . 00 \ ()~~ ~-\ ~ ~ ", ",,/ ~;. /' -l~ --. --- '-- ~" j:~:--..r- - _ ~...-:- 4-~-- -f-- --- ___~ ,,/ l- \, , PROTECT EXISTING TREES PROTECT MATURE
< \ / ,,' "" ~ V", J~ ./ .--- .,::'" ).~'\,'\__, . -", - - ---.c --- ---" TREE REMOVE
': ~--~ '\ ..... / <.- v', -...\~' "~ ~'l'"""",C--- /' ' ,.-"":-""'-,.,!;:!'!:,',, ~"".___ ___~'./ ,
z:. "\ // '\ / V ~_,I .\ \ ~ t::;::-....< \ __ _, ~~ ~ ~ ~\ , ~.-'\ \ _ _,. -' \ .... \ / /
~ . '. "" // \./ t>"<t;-v,, " " ,I"~ ''\., ~"CR~.} ~ - --- :.:- /~ '" --. __..-0:--, -3.'-.:.1_ uiS~:';;:.\':.<;:",::-:;;:;---.._ -,> _ - -;..- ,/___"- '> pjo~ /' /' SMALL TREES &
.ll. ,"" <0 ,).c "A" \.".. oo?e- '., --- - - .'c\">~~~~ '..- - ~ ~ /i ...... ...r\9r'(t5~ /' BRUSH
~ ~J'___, """ v ~ CF tX.'" / " ~..-r;;, ? \' REM0V~' iR ' ' - _ _- /1- {j",~,: 1~~__""":::- '~. \ ___...-...... '- V --- >V:?" Y' --Y--lT!y~ .~
t ~"'--I" """ 'v0 _{v<f-;, REMOV~" SWING A~, ~ .~.---~~~. \-'\.,.--M~E~?' _=~~~V~'If\~G7s==;:;'~~ ~---_--r \~t--s:.c2~'~,/i:: -:;/'(..-- --/:;-----~t FH
. / ~~ :N' ',- f" _t... / \ ,'CIVVIl:..vl l:..l'ch.~...L.Q. 'IVf\IVI,-<1 , . ~'-.r' --..)--- ..-"1')' /\ r" / / I __ ___ /
; , / "". " ()~<t;-OC? PLAYGRO "D EQUIP.,~_.-----c. /:/:-.....-_+,.cLIY~-- _.~~~HALLOW DEe.1tl, \7rntrY--A':---~~ :?//'\~~:;--(, %1 ::----- '~~/::;)o'./ ,~~~__-...., / ~./ PARK ffi
'C' ~'-, '",," G SURFACE ~CH., ... .:/,/';,9', ) I -- ~ ALIGNMENT -----..---.. 3ii /, rr-\;-T- :'~ ~ ~A), />./-/~I?- j / f/ MAINTENANCE Z
~ ......~,~~j G' " /' AND WOOD " ./ >~...f -- 0 ~-:::,:,--j _ __ - _ 0",.-'- -"-\_ _ _ _ _ _ --...... -;:":- -:f ~)- , ~ - /'..-1/,t/ _~ /. ~ ~
f ~ '. '. \ \.- //.( /// \)"""...-"'- REMOVr-&---(\\~__._____RrM(;\V. j~K-~~ /' -_ ,0-..-./ .///''5'i''',/ .,/ ," I \ ,/ ENTRY DRIVE
~ '\~c}" "" \/ _----.----- ~ /~'-'X,./'~--0RE[Oe-ME----(...-----\.-- _ ~I~)O E-R"%~~-.,~~(f/ /' COf'!JSTRUGTIQNr/f\j
J ()'\ ~ ,,<<~ "" "'---..----- ) \ ./--- (). /'//') \~GRILL- -== \68~ ---) ------.._JMI:::l:/SAC 0/ __.........--,,~ 1-( \: S~G:~. A~~jSi-r"--'_~lil\ PCC ACCESS
~ \; _~<v'<':*"<v'<- ). . REMOVE 54" jRCP ~ / ,2EMOCfSH &' p ~ - - -REMCWE.. Ex1 J]N'G CONCISE:!.f"'" ~ ~i\<-;:;"Jj,,"~ \",,,-~ :.:.71 fi1, ~~~~I~O
; ()'\~<t;-O _.____-- )./. /. i'. ' 1_ _/ --' ..;.:.< /, ' ..._.1 RE}1D.VE -SHEtlER- - 0, _ _HJ:ADWALh.,. BACK/'E1<ISTI~(;..::. .. ~:,'?'\l \\'::J\I..'l./;' (f,^~ ~...
;; <Q ..---- . ,/ :6 r '~', j /"/\ / ___MID PCC SLAB PLASTIC ~T~ ,5' A~D ___-~~ / f~' \ \,J~(/ 1,,' R.~MO'I7E 18 CMP / "'k /\,
!! ---- " .' .,"-.-. r, ".V,// ,/' ..- .~_~~ ~ ). '\, \ /IIZ'j,J/j / ...____(f ,0 (>>;.
~ ~.. ) /.:~i>_;:;~,'H ~, Re:MO~!& /,/'----y /--- 1" WATER~It1E-s[RVlCE . ._--::::--:;;::.' .- . ,"\' ,,\' 1".....,.--- -j.;~' '-:0 ",d:
~ ",~,<::;/.:,~.. -< -~--- RELOCA)TE~~'p_/':---:~~Al~~P!3P~l$~IDr~:'=~-'-"'~~---'-_fZEMOVE TREES, ,.",.'" ,,\ REMOVE 48" '~(~"" /2,-'-::
:l! "/ / .5:,r" , \ "., /---~r';::::'o:~' ~'1))'R~J...- ==-=~f;~2;f=~ifl'A:CEwAY< MARM:...D BY OTY \ \ CONC. CULVERT (J) ,<. ~:
"", LPROTECT):XISTING TREES7; I-h "'~~-:-- :::::~:;::~'-=-".. ~ D~ I' .(,' --(:'-_~w, . (w,' .'- -.' "'j I (f ~ WOOD RAILING, ~ ~: <;;
'"" /.. ,/ /. c) "\.__./---..--...--.,---..-~"..K..~_,'W)/ .' w \ ~ FORCE MAIN !-.(f....) % AND CONC. 0
I -. I " '", . .It-- -- AN ' (F >- ./ '-J f-
/ , ..,' REMOVE TY1S'.TRAI-lu""cf..r"<" ',,/" ------! (FMrl:LilklF- I f/ "RIP RAP 0
.. , , ) e'-- - --("'1' f-YI'~'I ,) "1-\, / '\ (FM -v -)" / ,/ ':::--.J
'''''/ REMOVE TREE, ,/1- (') 'S-E'C1JONAND -\; ',- - --.. _ _ ,.,.J' .~c".. " v, I ___(,I'll (SGR.-A / v v',' ,VF/'~'" / /' 0 ~
r< (, \ /,,<v. EJ ,~~F.to1l" (FMl) (FMl ) _(FM.., I_/, 0 0
MARKED DY CITY GRAVELINC::TPj:"M~'Mll" ("")_Gf3iil,,..~,,~ l.... ) \" j/.), -:') / ___ ~ g:
-.. / ( . ( ) (~rLL\.....l-.-FTtV1 I/"./ _ - ___ __ """""'-- --...... "'\ ') "" ('< ( \. \ ~, (1 ........... __ '"':::..
"" / ." '\" . (FMl---oLT'\5fM ...... /'/./...--------.. ---........" I /"'\" \.},~,/." \,./f'V ""'v,,!'\'PPROXIMATE LOCATI0Q , /<<.,
r ' , (FMl ' Dl:..LI. // - _ --- - I' '!.. \, / ' . "'-.J
' " '...-./ /' .... - . ' ,,~ , /. ~
.' -- -/' "...-----.. --- \ " ,"/ ~;,.... ':<..J
' / /, (fM LEAVE AND - -- - ././/' -=-..:::-- --. - - ',j Y' ......... OF BURIED UTILITY L1-. 9::
' '.. ~ - - ---/....- - --... - -":-}'. (j
'.-./ ""- ___('1'1>/ /1 PROTECT THIS - - -=====~~.-- ?--."""'PROTECT EXISTING TREES-"UU)_.,,[).n~-:' ___ --'- -'-- /;:;:1::.
-- '- ..;' --+-N. SECTION OF GRAVEL --:.. / -_ - __ " n ..' ..(,Ol' .-,),.,' ._ -'-
j;' i I I- TRAIL'-- .. -- t1PPRO!.<IMAT~ PA~!< ~~.._.(i",-,=-.'~Ji>-~ "::' 'LINE -- -- REMOVE pec STAIRS /
i / '-., ,\ BOUNDARY R.R. R.O.W. AND HANDRAIL
/ .' ' "'-' /\,_ /', / (CONSTRUCTION LIMITS)
;'.I.n OWNER: IOWA INTERSTATE LEAVE AND (f)
i I RAILROAD PROTECT ACC l-
. Z~~
W~_
~o..O
~o~
Legend l' DRIPLlNE t 0 Z 0
a:::]_
General Notes .. .. u APPROXIMA TE PROPERTY LIMIT ~ ~ oLL
-0 0
IOWA CITY UTILITIES - WATER DEPARTMENT (ED MARENO) - 356-5162, WASTEWATER (DAVE ELIAS) - 356-5170. . . . ',f) ,(',f).-. EXISTING WATER LINE PROTECT EXISTING TREE ~ Oa: ~ ~
_ 0
- a:
CORALVILLE UTILITIES - WATER (KEVIN CALLAHAN) - 248-1770. ---(OF)- -m-(oF)-.-- .- EXISTING OVERHEAD ELECTRIC 4'-0" HIGH ORANGE CONSTRUCTION (f) co 0 0...
OTHER UTILITIES - MEDIACOM (TIM EAGAN) - 351-3984, MIDAMERICAN ENERGY (AARON COOPER) - 341-4419, CFM) CFM) EXISTING SANITARY FORCE MAIN FENCE. STEEL FENCE POSTS AT 6' ON
QWEST (RYAN SOEDT) - 563-355-1934. CENTER.
DATE 7/17/06
PERMITS - CONTRACTOR TO OBTAIN BUILDING PERMIT FROM CITY HALL. =::::.....::..- DRAWN CLW
EXISTING CONTOURS CHKD SSF
EQUIPMENT STAGING AREA - SHOWN ON THE PLANS. KEEP CONSTRUCTION EQUIPMENT AND MATERIALS HERE WHEN APROV. SSF
NOT ACTIVE.
FENCE OFF CONSTRUCTION - PLACE CONSTRUCTION FENCE AS NEEDED AND DIRECTED BY THE OWNER. /: ,- - .". EXISTING TRAIL TO REMAIN
ACCOMMODATE SAFE ACCESS THROUGH THE PARK FOR PEDESTRIAN TRAFFIC. " ,. ' 06036
"'///"'/-/1-//,.. TREE DRIPLlNE (OUTER EDGE OF TREE LIMBS)
I TRAFFIC CONTROL - PROVIDE SIGNAGE AND FLAGMAN AS NEEDED. /1 / "'1-1-,/ /-- .. EXISTING TRAIL TO BE REMOVED D6036902
I LOCA TE CONSTRUCTION FENCE OUTSIDE
MARKED TREES - BY OWNER, ARE THE ONLY TREES TO BE REMOVED. ALL OTHER TREES TO BE PROTECTED. TREES NEAR J /....\. I _____ DRIPLlNE OF TREE CANOPY. SHIFT SHEET TITLE
CONSTRUCTION ARE TO BE PROTECTED WITH FENCE. DO NOT PLACE MATERIALS OR HEAVY EQUIPMENT WITHIN/UNDER /./ ,/../ " lJ..-J"'-V'v._./ EXISTING TREE LINE FENCE INSIDE DRIPLlNE WHERE THERE
TREE CANOPY. DO NOT STOCKPILE CLEARED TREES AND BRUSH ON SITE WITHOUT PERMISSION FROM OWNER, . / /1;;", . ( ISN'T ENOUGH ROOM TO BE AT EXISTING
f'~. ~ \ EXISTING EVERGREEN TREE DRIPLlNE. CONDITIONS/
PICNIC GRILL - SAWCUT GRILL SUPPORT PIPE AND STORE FOR INSTALLATION LATER. '''-.,:'',1 ". DEMOLITION
i ,". Ii. // /\ EXISTING DECIDUOUS TREE PROTECT ALL TREES NEAR PLAN
: RESPECT PRIVATE PROPERTY - DO NOT TRESPASS ON PRIVATE PROPERTY WITHOUT OWNERS WRITTEN PERMISSION. 'f\ (--r-- CONSTRUCTION OR GRADING ACTI VI TY.
i \, ri EXISTING TREE TO BE REMOVED THIS INCLUDES PREVENTING ROOTZONE
I _
r 'COMPACTION WITHIN TREE DRIPLlNE, AS SHEET NUMBER
WELL AS DAMAGE TO THE TREE TRUNK 2 0
AND LIMBS. ,&,
! TREE PROTECTON DETAIL . REV
,
"
· u ~
C 'i-
W~ ~ ~
c~ _ a
0->:: rv. ....
u~ ro~ <rt'o
vi 0 J: f. N LI'l
~~ ~ N....N
,. N -&~Ulfl"",
~j CONTROL PT. INFORMA TIO Oi ~ g~~~
F& ~ 1:1 >'-o-M
~~ CONTROL PT # NORTHING EASTING ELEVATION DESCRIPTION ~ ~ ~~~~
g5 1 608317.53 2174255.60 680.70 TACKED HUB 2 I ~ g,g ~
o ~ l.I"l lJJ _ U a. LI...
~'6 2 608599.57 2173806.19 687.13 TACKED HUB
!; 3 608569.35 2174257.13 703.51 5ETFK / ] ~ [
g.2 GRAPHIC SCALE 4 608210.84 2174181,06 694.02 SETPK ~ +_.\,
:":; 30 0 15 30 .. (p / \>
~,~ ~ J -4 685 608509,98 2174231.32 696.24 5/8 REBAR ,
~~ + ~ ICP # 3 DR\" /
o.~ (p CO"
81 ~ ~'~..' ~ __-, M(LROS( (;,/ ~
~ ". '" ~.. 8' JOt SPACING if \ '" ", _t:'1 ,../A~ e~ SUPR Y \,3
; '" '" "'. '" ( OF 8' 0 ""- . -::~/-- ltNf:t ME;TER;Jj{_--B ]1R()"Vl D OWNE. is
6 ' "'. '" '" '" DE TRAIL) __ \\~ _ ,~ ~ -= ~-.:... / - ~-./ ~ \:':)
[ '" . __ - -,. lX -~ CI:JI::P 'f:iRF.; / <-..::;
~ '" '\ ~ V V. I LIMESTONE '~ ~.. ----.:~-=-q;a;;tA ~ _~~ - ~
~ ",. '" "" -v::r SEA T WALL J -- - ~2(;- / ~ ~ ~ __' ~ ~ --- ~
~ . '" '" '" '" ~ ~ -:::;;;;il - - -, ,.,\\n\ '''i.p , ,,,r/" (:p. # 685_- / ,~ -- - ~
:os '" ",. '" BEGIN ~:\A\. .',','. - ;."'-,- ~ ~ - ~ IS.... a:
-" '" '" SHALLOW SWALE TO ~ N/j]J.JR~,-'~1i5.1f;,.-- '=-~ -J ,-c:0 S"'-;::--:::::- _ __, -- - M^Ill.~"O^IL 10' t:s ~
!", '" '" DRAIN PIPE (TPY) ..~ .1#AjL/ /,j);'; -..""2 ~ L -~~ ,/ - -=- J=~-1i'--C_/~ I~~"~" ~
f ",\:""~ '" ~..--S ~ ..:f.5+8~ .1','11 1. <"__,,", - ~ _ fl' r _, _' _ _/~-' / _ 1':1"_'J)C/C /
~ '. .,'" "'~. .~... .' 6"(J1__PW-ASrrC/~_ ~(- C?" L<c-l__~,~:" '~ '];'..-- :~7~~ +.- 2~ -= / / ~/~;-"'~:~:'_/-y. / /...- ~
E "'. ...--- _-- PIPE .~~. t\ /~n ' ~ / 1. '/. -.-- 0 -' / ':/~ /..--/ ~.._':_::> _,?
~ .. -./ :?" ,', /1 ....... ~- .--- / ~~. - - -., ,__ ~\\
~ "'., .'" '" ~ 6' WIDE ~"qL '" ~ .~ - CU~~r- ~ /~/~ ~ '. T' .....k\::::r} _ ~' Y"<f!:J' ~, ~:'d /t7V .---VflINI S~CI,,!G/ ---:;-J ~..c] ;; ..--;::.
z \.. '" '", NAATUTURC' AIL WAIC.1 BA..>-~.~,," I _ / - ~ -.,~ -0 ~r .;.,11 ,',... /,~ A~z--..v ...- tryp ~F _lO- WIDE .> j y " -::., '/ '\
~ \.. " . ~.}...... " J..-~ (TYE)....L... v-- - ---1':--....____ __ .' -::1-. -I, " (..- // y~ ~- -; __ .".~~.~ 9-rRAU,,/- .- ___ _ '-. /' :1. c~> "'" . '--
~ ,.'" 36"i CP CULVERT '" .' ___"0 ;~/ __--;;cr~\_---('~( -1-- '_--- ~fA- ~L; IF -~ ~.\"'/~Flf.lJEtifiR111 - _ ~. ;:T,4 , "-' -". / -- - ) ///1 ~ '~~':::::: -
. (Ij~ .~ // '> -' "-\:}-j - -, <) )/-~ 7 ..i /'./ I -+-iI-I _..;./ ,
~ -,APRONS (2) AND U D.' ~ / / --J--ji h:;; .~ '-- -. -r , :\ - '~-I_ /J7 VJE'- - I,L -- -, - - ~,~ ./"'/ ' \ __I : I. i ~-; '0
i . __., :::::;:-:::: -' / -."". / , \ .Y ~ 0 ~~\ ~:I - i-.. /'<1) ...- ,. S . 1(4+6.3~ fk C fi!J/~'::EJ'J 0 GREENWOOD
~ '. ' .,~ ./"- 0 c;. ./ 00 ~ ~-;;;.- ~o t5 r \. ~ '\...- -- -- -- 7-r / / / ~-:; -"', '5 \ I -(j-.. ~ _ J)'RL\'{:.-). VERT. MA TCH
"---' 6" PLAS C-- / - 4~( ~ )~- - Pb X - - - _ ;JJ';;SHELTER _ / b <~:. \ \ ,~ 0,;;:-13 't:'yt. ilfIftIJ CHANNEL ~
,,), PROTECT CUP'fRT - ~ DRAINflE / / :1/ 5~NG 'to .,.. '_H..~~ ,...L> ~ PAO / ~ /5 -'. :" .,.C .." /\\~:\r'CC::-~~);;I ______ ~
..--- DURING C '.fJQnON ~ 1:, _ ___I ~ ,?% !';EA ,.'tf'/, _ -- f-C) AREA \.REL-eOA TED-HY[)-- _ ~ - ~ / / ~ - -' . --" - t'<". Ii '.J\ Y!;,~.../ ~ "V<)------ ~
--- ~ If o~ TRAii/ (TYP\..-~ ~ {%~~,~ WOOD ~ 25' X 25' _ f--' --- AT EDGE OF SHEL.lER _./ '-~ :.c~-;;)~47 ;X:.~ , v-C ~~ 1: '1:(c?~ ~ ()
---.. - '{ ~ -- -- ' ---\ "G.... V\ Y 4_ 'RITAINlNG C\j ~ / -- 0 ~ / ~ ~ ." -. ' - - ,..... ARC1}+pIIJE ;7 > "-fL"~f . Lu__----"V<) !:!S
~.. . ,-" -.'tf~',. ~ 0 ....-/) _,-- ~' WALL-,,;," ~~/-- _---C)...=-:.-~~ W/AR~a (2)ANo.,., it7;f"v<,--:5: 0
. l' ~'P RAP-- -0 \ ---, ~ --~ -- """'F" .-- -" . ( -\'. -i" ']8".'... 1:.;; ~ ::-.... a:
-- - A-' D d~/ -" ,--,' r " _.""-C: 2-;-~-~-' '--- ...-t. _J .....' --, GUA Up.s EA11 20 LF):.J" ",; u,~~./; 9:::: a..
- ~ , ' ~- ~-" ,-~ .' ....., ,,,),,.. ---r ill IJI."/I r-..
... '( '- ' -- - ~- -- --- .-- __-=--~---o- - . ---:---, "o.':'..f_:I :::: ",-., f""'1 '6'" -- \-":'.',:/: ":i r----- ) I o...........J
· '" . 14 LF-36"(Ij RCP BEGIN DITCH- 0 . ~/'J;,.C!:... "":"' ...... =--.;3~'- -f -- - - '- j ',_ t-::" C\-I~ EN);) NA TURE ,> J . fifT);f I
,1'1/ OUII ., - ---."'-- ~ 0 C) -', C\-I) Z J TRA/~y ~ !.f//f/!; Q
'. CULVERT W/ _~ RELOCAT}.ON' ',_ I \ C) c..$TONF.-:.) II~ ~c\-Ir STO~E~ I / --2-2+53- ;:..-\ .1.__-:4 / fll 0
\.. ~. APRONS (21 ANDt.~\ 0 ""'" ----./ 0-- - -- ~~, ~c\-I7_ C5 WEIR __~ 1R'\]::r cF -----/"V<),~ r;,1./611/ 0
\....< GUARQ. UP TREAu -..;:.Cf'<' " r 'f'<) _~ ~-''"') ,,", ~~ ~ ~ -,:::::: J _ _'FM)~,,-:F~ - r:;J:-- ',.l I.J} .; ,YP'I,Ia' ~
/V - \. >- ~Cn :;c ~ .' ".--.-- ~.~ r CFM).1 ~;M~REtlQG~ll..r: SLEEVE SUPPORT ./// J .'..L\ v.0/// 0
/ . CFM', .- U. u..,., ,LV .Me '.... "POSiT WI.1}I GAL~ED S!fi8 ...- - S~ '\ -<!'!J/I ~
'. 0"".- - CFM;'-."'Mr ":...) / ,,//;::-..::- ~-__-..... <--......1--- --...." 'I ~~osr,AMJ ~mNv:p~ v -~ _c, \ Yi//I;'r/) 9:: '
~ 1"/CFM) <FM)- "-REGRADE DITCH c8oss-se6rJofr./ ~ ~---=-- ~..::-- _,~ . i ~n.I-, ~ BACKFILLED ~ :::~;;;..?I ''II!;/; (j (f)!
)'",- ./ ~,V< FROM ROW LINE T07V(W....cHANftF;L:::- =-::..:::- ~ WITH CONCRETE _:..- _ '1\, %-:' f-'
~ CP # 2 ;C---<'v<) ~ W/ 2' BOTTOM WIDTH &-U St!jE/SL()P....E$----- -..... OJ---- ._ _" ..- / / -, ...'.'. "7/1 Z ~ >-
"._ ....., CLASS DRIP/':-..., -:~-----..r- :::-- -(0) -OOJ ., -0 ..- _..- - / \:1 >/_ W 0: t:
'.. ~ C'J [;rouE:.~ - / - - J 30J OOJ.. .".., :/ 2: <( 0
/ .. ,:A. ".. ........ ---:... - ..o~) .. ,eOJ.. <.. .. ... ., CLEAR, SrRltt1FtL/.. AND COMPACT APPROX 100LFOF W 0....
EXISnNG36"(J1 ALIGNMENT OF GRANULAR L DRAINAGE tiHANNEL AND SURRONDINGS. SHAPE > 0 :;;
~ " " RCP .CUL VERT TRAIL WILL BE STAKED USE SOILS EXCA VA TED FROM NEW CHANNEL FOR TRAIL CONS TRUC nON. USE ENGINEER APPROVED 0 Z 0>
' ,. IN THE FIELD BY TO FILL AND REGRADE EXISnNG CHANNEL FILL MA TERIAL. 0: <(' _
EXISTING THE ENGINEER TO SHEET DRAIN TO THE NEW CHANNEL 0.... s2 LL
PATH TO 2: 0 0 f-
REMAIN \. w 0 >- n3
CP#4 f-o:t: a
(f)O)O ~
NOTE: CONTRACTOR TO INSTALL RIP RAP AT
INLET AND OUTLET ENDS OF ALL CULVERTS DATE 07/17/06
8 l' WEIR DRAWN CLW
~ ELEV = 681.3 ~ CHKD SSF
~al 6" WEIR DOWNSLOPE @ 20: 1, ~~ APROV. SSF
69':~ Ilr;~:;1I ~~.,;\...,...,..... ~~90
Ul.~........ ...,...., ",.,,'., .'.','. """"l:.\Z7.S.,.,Z'NG'~oAD.E:...; ,..'",., ,.,. "" ':::"'::If:::D:'O';I';"SL"O:'DC:-:;;'~::10":1''': ..:::..:: ..::::::: :::,::::. ..,...,., ."""., "'~C:I
:: : : : :: :: ::::::::: ::::::::: ::::::::: ::::::::... "": J I : : . : ~.ih~ , . : '\ : : : : : ::: ::::::::: ::::::::: ::: '\?'I' T;L.; : '" :: ,:: ::: ::::::::: :::::::: :..:..::: :::.::: :::..:::: ::: ll.; 685
I :: .........'/, ......... .........I\,~...I ......... ......... .......... <Jv ......... ........./ 680 ~36
11 :\;, 'jROPOS'E () STREAM: .. ,...,..,. ,..,..." ",'.,,'. ,.... . .,...,.",.. ,.,....,. ,.". 675
I 675::::::. ::::::::: ::'::":: :::::":: ~f;O::f: :G~A[)f:::: :::.:: i ':::.::.. :::::.:: : i..'::: :::::.::: i.. i: i.:' ::.:'.:;; ::.:::. :: i:.::: :::::::: ::::::::: :::::::: ::::: 670 SHEET TITLE
~ 670 ".,..... .,."..., ..., "" ,.',.' (Q C) ~ ~ t\I (Q C)
; R ;';10 ~::; ~~ ~~ O!;::l ~~ ~1;:j ~;;; ~;::: S~ ~g: ~F~ ~g c::l~ ci:;; dg: ~~ LA your &
~ ~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ ~~ :g~ ~~ :g~ :g~ :g~ :g~ :g~ :g:2 GRADING PLAN
., (Q (Q (Q<D ~<D ~ ,
~ 10+25 10+50 10+75 11+00 11+25 11+50 11+75 12+00 12+25 12+50 12+75 13+00 13+25 13+50 13+75 14+00 14+25 14+50
!';
"
~
i CHANNEL RELOCATION PROFILE SHEET NUMBER
o
I '"=30' H. 1"='5' V 3 .0 ffi
~ R~
o
w
o
:g-
o
'"
"
.
"0 f
8~ , ~~. ) / ,,, '. / S; ,
u~ / CO' ""-./ ~
~o I \>e\>e /, ttl. _
::5l:i / .f' <J~ // / l\J ~o
,.:" I 'S';- t". IoOJ'/\,'> ./ ~ :c N ~
~" I.J ~ 0~ '01Il,,~
~f / -'~ c;,Q,\>e'(,~_ _./ jj .....-; ~ I ~"'~~
t:-~ / ~ -_ / ---::'/ <I.l ~ ll::~"l"
"",. / ~ :--.." .. ..-/ ~~ / .....: 2 >--0""
",,5 /"/"' --- C\j!l~~"'n'l
~ c/O ,_c"'l~ '- -,- ~ ..-/ --. ..-/ /' E . =: ~ '" <>
-.J 0 '../ ~..>- ___ ,." t:Jl 0 ,_ ...-
g: / "11' -- __ ---././. ___ / _- 2:l ~ :r:~~,:,
8w '- ___ ------ ~ ,5000
~~ / MATCH A rf?AI .:':.._ ~~ ____ -- .' r- -, /' / /' 6i ~ ~u~~
Ii ~ .. I" / ~ ~--~ ,~, ,t!c<& / e-// ~ '\ I ~ [
~= ~./ ~..J/\)..... ?~l .- ..-/ ~ .--A /" (~. \. ./ . ./
~i .. -./ .L,..~ _ -~" _,~./ ..-- ~ - -- ~ ./ r./ /' /f _ ~ _ / / / / / / / /- ~
is . ...,.< ... /.,-L -- -- _ -.. ~ -,7 --;. n /- -. / -.~
u,~ .. " " " /::;;,. cg,.:'-, \,./_..::: .---- _ ~' ___ // ../ j~ , ./ ; / / . ./ "-
I Line Table: Alignments - ~~ ~~._-~... \c - ,,'~,. ~ ~ ' IC F: _' -M~/N . TRAIC;y/././ ~./";;]/ ,/:././ / // /././ "II ~
~ ' ~ ~~ .... ~~ -- A; f''''- '::';>', " r' ~ /- ___ -1,0 -rNID( PI,l" /' ,/}\) / ./ /./ . \. II tj
5 /~ ' ~',; -\.I .... ~ _ _ fo~':--, :><1'< ~ f': / ~J WAtKwA Y / /' /.,.././ ~/ /' I .
! Line # Length Direction Start Point 'End Point "" ,:~:..__-~ ~~~~ '-"; _ .,r:_ '/fJi;~'f:.. ,f f/ -'C' r:/::. _ -;..,./ o)./? ,/}.. ./ /./ ./ .-/ ~ .----.......- '-, 1]1 ~.. ~ ,
'~ .' "N 608575.057 N 608551.224 ~~ ~ -'I ~ ~ ~ ~ ~ - ~,V:',::, .},' t--. b1 rr I..Jr P\,~-'l7 ~ V / ~/ ' ) / / ~ ~ i
i L1 23.962 NA 174 02 24.62 'E 2174229.441 'E 2174231.929 ~ '/~!...-F~ ~ -. ,-' ~~ ~~ ~~ '7/, ~ ~,\r- I.e/ 0;( ff'5,U'.,~. Jl ~ ,,7_ y./././ /..-/ 1./ I ~
: .' "N 608526.526 N 608521.119 /./, l- ~,' ,.,.~~,.... /' ,",,-'.:;;. x'./ '~':'~ ./ \ \ :--+.... ~
; L2 5.671 NA 197 32 38.23 'E 2174229.424 'E 2174227.715 1-. -,-- ~ :, _ .., " '.' r-.x ~~ ..-- ~ 'i I -V ~ ,. /........>/ / ~ I ~ a:
" ,,/ l - - _ ~ """ ~ ~,~ / -- 0..--- /' \ '~ 91 / A"...' / \ \'-\ ~ w
~ L3 84.496 NA 148' 24' 17.2r N 608475.724 N 608403.753 ",,\ l\ ./ "() :;; ~_ ~->"'- .~, ~ ./ ><::/,_ _~ - ' --- / /., / ~...<..V' ~7" x 4 .. RCtl ~ 'f \.3 ~
'~ 'E 2174233.309 'E 2174277.578 ~ . .-- '""'- '{' ... - .---::. ___ ~) 0/ f'/ __ __ -_____ / / 'ARCH PI 'E /~:ril} 0
;<0 <:2 r / ___ ,.k - -- ~ /./ ~ - d _ / If ( ~ -::;;::;, --l~1111
. .' "N 608320.719 N 608238.674 /---"--/- .;..:....-:,- .-\.. / __./ / V' --' ~ :;.-::; P ~II I
~ L4 101.000 NA 215 40 36.19 'E 2174274.619 E 2174215.714 ~'/ / ./ .. .~. ~ _-::.=='-~ ~~ ~ ~''\. ~.-/ ~ ._ _____/ ( I ~.... '"" 0 o(f~/'/ Jill 6 I
~ ~ V.---- ./ -:-J ' ~- ,r:- '~/\ ,/ .-/ ,/ '''-. r ( ~,' "I ~ 'C. --7;./ '\ iV ) iI! ~ /
~ "/ ~ L 1-- -- I/,/ -- --- / ~ -- "'" \" "', .~: ~/,. ~~ i~/ ~ ~V\I/ .
~ ,/ 'C\\ "" 'I _ _I --- ..-: /'< sbftL TER TRAIl/' "'- ~ ,....-;r ,lilA' ,/ IV( I ')V/c '';'.
o _ ,.---- I ./J',j ...>'~ /~ /;/"" -.:: 'II ./ ~,
; Curve Table: Alignments _ 0 ' , __ - 1 /' - r-- / / /' ";- ~ 0 ~~r/! J, 2+74_~ I 'vfl ~, '1/ \p ',,;;
i f- --- - -- ." ....-- '-, I / ~ D,FftlLJ , ~ T I /1/ UJt~ /0:: ~.':'\
011 ___' _ ....0 1
~ C1 23"30'13.61" 60.943 25.000 NA 185. 47' 31.42" 24.825 -- --- --- - ~ / V~ -S ~ _' t-'<:: /~'- - - ---- SH~L"rE:R PAD ~ /.(~ _ _ / ._,' P:; I ''-./ "_",- + ."',...,. ~>Yl~V tl;,hl :~;\ ::, v
~' J -- / c:Y 0 ~ c;, > 1/ ''-fl if)y 0
C2 49'08'20.96" 55.000 47.170 NA 172' 58' 27.75" 45.738 .... ~"' - ~S _" ~-- -- .......-' . ,/, ./ ,_ _._ /~-- .- -- /,/ ~~ -'l .~, /l " .::;. ~c;, \ '-,Li'.".,.L,~, \\ > II: 1(1 I ~ ~
.- .......-. .---- .......- ~ -. "\ co'O ~ "-! " ..' I if)
f-
o
/ \ \ / - PLA Y STRUCTUR'E./ ..---: ~ I /'V l~V\ ' ,,',\',:,'.'. j I 1,1 ~
/./. Y. "'..... ./~..-< . ~- -. '_ ,.,...'..\, I II 0...
. / S / ~ A AIA~;"'-- -\>...J ~ - -- " <q" /,
. ,,/ + ./ A ..- 0 ......r ~ ',A /I I
~ / ~/ / N'----- =~ c"o) ~/ \,<)' 1
/' ~. ./ ../ ..... / ./~~9""' ~ (1''1\1 I '/,.\ \ \. '\ II
\/" ..,..., ~~~.P' pt.! __ \ / ':':"'.~~ ,,\'J
___ ---.-/ ..0r- / '- / / ~"'--:--~ r- '" _ /' '-- (vO \ __S'l\~--- "'- -- / / X \"\,\ '/II~/~I
i;R'EA-1./ >c?',,~ ............J- ~" ~...... r "/.y / 1;,1/
o /<"./ _ _....0 0 0 ' -- ~ (vO' (\,'1\1 ........... ~ /~__ I \~.5 l\. r .
---- - - / // ~ 0 < (vJl~ I c'l\l~ r--l~ ....~-",,1, ifl; r,
o ~ ~ ~ \ ~ (I 0 / - ,. \7)'/
-..-/ /, ,~ 0 ~" " I ,~; "" h (f)
--- --- ~ ~~ ZvJ' + \ ~ -' -"", ::,
o -- -- --- :;:/ / .~ _ ~ - .'0.... _ -_ v ~ (\,'1\1 . -./ v ."....----- / / ~ ~~ .'/ 'f;:/ ~ ~
- J ./ ~ .-/ - - - ~. ,I'M) '\ ...---sA W CUT AND REMO 1 ~~c.-~-1/ ~ ~ ~
wo..
\ , () "'- '. ~../ / .( ~Yr1..-<7 ~- ~~,_. '\....... "m~ ____.." TO MATCH PCC TRAI / 6 ~ ~
I 0 ~~o
~ CL~LL
I 0 ~~
I ~O) ~oo f-
I ~:'i wo>- ~
l1')~ I-~t: 0
~ ,.,J 0) IC) (f) (l) 0 g:
71d''''itilii.' ......... ........~ ::: __u
705 ......... ...',..,. . 1't, ,"":, . , ,... .....'." ......... ......... ......... i . ' , . . . . . . : . . . . . , . , . I ' , . . . . . .. ..",,'. _ DATE 7/17/06
. '..:...:...:..:..' .. .......,. I . : : : : : : : : . . : : : : : : :: :::!-::";:::::::::::.:W:' El:. .= 684. 02 ."...... ......... ......... .........,......". I . . . . . . . .. .,....co.co .....,., ~ '
. .. . . ' . . . . . . , . I l1') 0) , . .' . ' . , . . '...., S"A _. 2+2~'OO' ......... I , . . . . . . . . . . . . . ' , . . . ' . . . . . . . .. ...".l'Ij.1W) ....,... 1- DRAWN CLW
. . . , . .'.---:...' , . . . . , . . . . . ' , , . I . ' . . , . . .. ... co.,' I . . .. .. cu,''R 'l'rN.. i;= .4.80 ...... yq , 1'1 ~. . . y, ,. .........'.........,...",..,.......... ....,..., ..J ........ ":'
. . . . . . . " "''-' .:.... . '. ......,.."........ ... '..'..,",. . u;;,. . - . ~ ..., 00 CHKD SSF
700 t\.1.ij .,. . ..1...,."" ,....CU,'R'JI:"H:.U..'A...Q''''' ...."'+'CO ........Cl
. . . ' . ' .' .. . . . . , : : :: :::: i : : : : : : : w:'cl STA.' :1+94.29 '::::... YI;. U;;/~.: ; ::-'~o: : : : : : :"'i :.~ ' : : : : : : : : : APROV. SSF
, . .. .... i . . . . . . . .. ELEV:, 684.26. ........, ,:,.-: '. . . . . . "~':S: .'....... 695
695 . .. .... ......... "...".... .. ....., rH:...' 68....1.2. . . . . . 'N'i':'! .........
: . .;.. .... ......... El.:EV:. 683.74 .."",., 1;.'-1;. Y:. v. . . . . . . .l1')..... ",'."..
. 9. o~. -4..00%..... '.::::::: :::.:: :\.1"r TA:: ~T:4.7;5.2: , . , . . . . . . 3+24.94.":' :: :::::::::
· .... - .-........ ,. ~2- 690
~ 690......... ....,.... ..-:'7"~__ ,........ ......,..1...,..... ..'",... .'\- ,./. 06036
Itc -1000 . . . . . . . . . , . . . . . . . .. ..,...... . .,...,.
~ : : : : : : : :: ::::::::: : : : : : : : :: ::::::::: :::::.":. -... _. . . . . . : : :: :::: I : : : : : : : :: ::::::::: : : : : :;.~ : : 06036904
'E . . . . . . . .. .".,.... - - I 685
i 685 ::::::::: ::::::::: ....'" : : : : : : : : : : : . : : : : : I : : : : : : : : 2. 5%: : : : : :: ::::: :~~ ~~~..:.:-:: ::~::::::
8 . . ' . . . . . . . , . , , , . .. ......... - - - ~ ' '. ......". ......... SHEET TITLE
- . . , , . , . ,. ......... --- --- - 680
~ 680 ..,.,... .......,. . '.., ....
" . . . ' , , . '. ......... MAIN TRAIL
~ . . . . . . . .. ....... -. .........
<; : : : : : : : :: ::::::::: .'.',... : : : : : : : : : lSnNG' , .. ......... .,..,'...
~ . . . . . . . . . . . . . . . . . . .. .. .". .. .,.',..... ,........ ,'....... "",,'.. 675 PLAN & PROFILE
8 675 ......... . . . . . . . .. ..,.,.... ......". "....... ..."".,
'" . . . .ARCH . 'I'P,'C-, . , , . .. ......... ......... .....".,
~ . . . . . . . . . /. ~
~ 670 ::::::::: : : : : : : : :: ::::::::: ::::::::: ..::::::: ::::::::: 670
~ ~ ~ I'-.. ~ ~ ~ I'-..~ (.Q~ I'-.. (.Q
~ _N _m aN ~~ K~ (.Qm ~~ ~N (.Qro ~~ <\j~ ~
~ .N .~ .~ ~ .N.~ .ro. . t".: ' .ro .....r--. m SHEET NUMBER
~ -N ~m (.Q~ ~N ao ~ro -0 -0 ,~o ~~ l~~ 0
~ S>>o ~m ~m ~m ~m ~ro ~ro ~~ ~~ ~~ ~ro m 4 0 ~
~ '~r--. (.Q~ (.Q~ (.Q~ (.Q~ (.Q~ ......~............ (.Q ......~ ~ ~
I 0+25 0+50 0+75 1+00 1+25 1+50 1+75 2+00 2+25 2+50 2+75 3+00 3+25 3+50 3+75 . REV
o
o
'"
N
.
2'-g "0 F
8~ C ~
:c \ \ ' "'~~ . tU~
uio ",// " , -a
;! \/// 0 / ~ i ~~N
"" , 0 ' ..r~'CItI...",
F=.o " . '..........' 't -<<: m ',...
E ~ ',,,," H, \ . 0 I ,;-... '" /' Qj ~ ~ ~ ~ 'l!
~.2 0 \~~ ~ /' .>.::~,.,.Qo:::;
~- , ~ . I - "" tV l' .!l! ,-M
C ,',' E~v,,-'
---' 0 - '\ . :.: = '"' CJ'I
;;:{O <lJ i 0:;;: iU-
~ w 0 :r; ro c: ~
~~ ..c: ~o,g~
lr V'l .D _Uo.LL
~ ~ . 20 0 10 20\ \ '. ~"'\' ~__ its y-- '__ _'_ _ __ ~~ /
i; \ ~ I I ~- '. '- ~,::' '::-:>" ~-_. 'V'/\:l\\-'__ --~-- -'-- ----- '~o" / ---- ] t;:!~1 I
:0- / - ~ \ ~ - ~~ ''\) "'\\, -~'---~ / ~~
~g, .. ==:;: -__. - ~~~ _ '""\ ',-s:-\-... ~,~~<,\ _ __' -' - ./
~ ," , - - -" -' :" '" \,' '" \ ",', ", , " \ " /'-, ..."../
~. -- -~ ...-- ", ' ,",' "t ,\ "" ".'," .
~i Line Table: Alignments -- -_ -- ~ -- '" ' " \, ," "n:; ", ,'\ " fV- ,-- ----- ~ _ __ '\. _ //- --- -
:5. -::1 c~ L" '~/',,,' \.'..... L _ - "
":s ,/ / '",,)o,.:.(f' ~~...., .1 ~-l9 ~ /~ ,__,......- - -
I Line # Length Direction Start Point 'End Point- ,= = 5?- ._ / ( 1:1Ji'h r~~~', ~ ~ ~ " ~ ~?;. 0/- --- ,- - -'- ~ ~~ -- _ ~
~ ; 1J,f/-.>H" "''''' ~-~~~ ""~ ___---_~ ~ .
~ L5 79.247 NA 300.01' 13.52" N 608525.236 N 608564.883 ___ >. ~!~ '- ~_~ -'.... ~ ~ ~~ ~ ---~ --', -- ';,,~-............... - -- - -- ~
13 . 'E 2174229.016 E 2174160.401 - ,.r,~I~ I~ ^ . "- ...."" -...::: "-- - ," \.\);;:< ~ ~ '" J?s~ -'--""'" - __ ~ I
- ~...' ' ~ ~ --.;:, . ' aa ~ I
[ .' "N 608477.901 N 608452.683 -./ >~~'~ '" -....~ ~ "V~ ~/.,' X /- --- -- _ ,,_ __ _ ~ .
i L6 49.483 NA 120 38 20.14 'E 2174204.907 'E 2174247.482 ~ ^ '..=-.;:' ~-~~~ 5l.. J ~ ~\ Y'~'Z~".:~ ~ -' _-_ ___ _ (::..~ ~
" .;:...~ ". ~ ~~ '~\,'\: ,:).;. ",., 7' - , <~-aa-- c:::;
" -- " ,K - ~' - ::t
- ,'~ ~ ~' ---
'" ----. - . " ., -..... ' .:,:;", ~) --- -- --- ..-
o ' " '., ,;',;,,_.. _ --... .....~ ,-- '.:.: '" -- ~..
- " _~.........""-.;.',..- ~~- r':,\ \W .0 &'Y., -9- __...... -- ;::...., a:
)! ", ,',', ,...,..0..:., ...,..', '~"":"" ." -- - - ~ w
.g "-, ~ "-, ~""",f.-., ,~.::":;C",",,,"",""",:. '.", ,,'~,,'.,',.:',.",',~, _ -;z: . ~ ~ z
"- -i___ ,.",'". ' " ",:c.,:z.;v\,> r- -- J '-' s
f ~ ~-- ___ ~ r ........^./ ---., ., I' i" .,,". ',',.,'... "", ",:.;,\;-".: '>/ ',., ,..'~ aa -,..-/ 0
~ Curve Table: Alignments ~, ___ ,""-- ., - -- --' I-- ~--1/:::.....-=--"\. ~ '- - ,\ --- -~ _."" ~: .,..., .,.~, ,-- --- --- --+- - ---' _ ,.-' a:/~ /'
. - (~' , .1/ ,\. -, - - \. / ^ ...--- ':\- '- / "'-=;/ <;;<::::---. 11 / - -- '><.... / I
~ -'- --- - --- - ., \ \ \~.j. ' . \\ \ \,,/(-\..8'...5~~TFJ? 7-- ~-- ,', X)~-=-~- ---- --- /,' >-: I
g Curve # Delta Angle Radius Length Chord Bearing Chord Length ----- __ ws- '-'\\\\~I~~ - ~'__', --.....~'- '_.~ --\:'\. - --q'f?Al?f'L~ "-- _~<}"< ,/ ~ ___ ,- ~~ ~'<~ ~/ ~ i, ~"
"0 ws ~ I/'\ ) \\ '---./ C. ..Jh ~_. --\- -- ----- , ;,~,,',""..'.'" ...',.~ - - ' , 0 . c-. -II
~ C5 169"26'49.51" 22.500 66.542 NA 215.17' 48.76" 44.809 :.. -- -- ___ /_ '( C5(J~ \\ v!. \.."----~/ -// Z- \:. /' --. -- , - ~- ~- ~y~/=. ~ -; /~ / -~ =_ '_~_ ~~~a~~ /. ~~Sf:, ~ -::0
,~ C6 9"56'03.87" 500.000 86.694 NA 125.36' 22.08" 86.586 --- - - '~~_/~~ _~ - ~,/ -:- \ ___ -- ----- _ J~ \ "....Y', ,', ~/ ./ ->-- ,/ ~ 'J';' :?: ',::-~
~ ,- -- ~-- \ "", ' -- / (> ....... -:7 --K> . ..",.' " -" / <\--- -- -- --' --- \}j ""f~' \~\ ~ ~
E ---'--. '-....... ._----~-- r~ --_____ /..-,.r...,,_:,-,:, '>'- .._____.- \ <~';-:. ~:.
~ - -_ ~_ \ /'.... "~",- _,../"'~ -__ .....__ -', ~ "'"".-. ,'. __...-" ~\ _.,.;:,.1 \....,
o - "t-'---_ - J'" J ". / ,.....; . I _ 0
" / ~N '~ ~ 1 /' ~ -, /"------ '-" /' ---------,-- Y
\ ".. /' '" -- - ~--~- ."" ---- --- '-', .//
o \, ''-. ~/'...,.. " -.... --. / -~ /// // ~ ' ')./
o 0 ..... ___" __ -..... ' ). 0 -...... /' ~
..------ .:--~ ---" /- -- '" CV "_.' \ _/ / " ," f, , 7 . (/)
'~--- , . --- " - / -- - --... \.,'~ / - / ' / ,;' ~
' ...... 0 ~ I _---. _", ..,. __ __ '. / ' ,... // ~ ,// ,/
J .,,-.... ~ ............, _..__ ___ '_......___ ____ , ( _ " /'
_..= - . I . /' -... _ _ .... ___e' /' <(
O ~\ ' .,'00 :-~~. _ ~~ ~-, " ,-- ~'-'-' ,,~ \..", I / /./ I-'
~- ~ -- J ...., /' 0 I / _ (/)
- ., 0 -, r- 0 (, ,', '''_
--. 0 _ __ /,"' y--- \ \ / ':.
~ \.. - /- "'- \ - -.....c 0'0 0'" -- ... -~-_./ ~ +~ \. 0 / " ,', ,; ~ J I ! / / / t5
(1'1) -'-. -, " , 0 0 _~ - _ '_ ~ / ~...... C;>,_ . \ CO ''''",.'., 'V ..- : , w
~'~ ..... -, ~' - . -. -' .- ,/..... \ .,. , ,\ I I -,
, ' ~-- ..-"" ~- , -' \ .....,', ~ ,. (' / 0
'----.- -- ~--, - ...-' ...,. \", I
( - -, .... /-.., ',~ ,..../ ;..'\ \ . \ 0::
~ -"- _, > 0 <...., J ", -, . :.......:. = ~_ ~ ' ' ... -. , ,. r.-- ,l,. ~-..ll. ' ......... ,I 0...
· (/'I) ~ /(1'\) \~/'I) - -, _ t. f \, ~"..j "..... .-J-- "Si' '- 0 ---- -::::-~:-i ..:-~.. ,<~), ../_~__\,' / ':/
__ .Ie (X'\'- '--, -. .... 0 ' . - _"-.J~ -. ' ::r'" .............v; ( ,- ___ ",,' '\
(F'M)_____ ,. ~' -. -((,I) ____ /\ , ", /...i\' -- \"'~ ' J.. ----. K")
---- - ~ ,. " ,\ ".,,/ fj" II
( M)~ '~ .J ," ----- .......... (5 -(\,.,1)- _ "" t ............ "" ~ \ / C I "-;:",'" (~t:: _-IE'//;/~
' \e "'J' r '" . ............ .,. (\,1)- , ;"', ) V ...........----11\,},c..:::.', (~ '\ l-- 1'1/ I
-'e ,. ---- -s> - ';:-(\,1) , ...........---- \' ,,)" 1:/.- j I
Q /1)7-) ---(Vf'1~ -,~ _........ " __ ','" -(\,I)............ ,,_.. ___________(~' \~\ >-/' :~ //~
_ ______ ,/" ./ _ 0 c....::J\ .Y\.______. -'", ',- ---( \,I L ........__( \tJ i \ \ / ~': ',":'.'.'.(",''\;:j" ..". /1,"'" / ,';) /; I
-- . ~ ~ - ~~~(F. /1----------., ! ;' /' :.II '
- ____ / ,- ___ ~-, '0) ~ ~ / .,. ,', / '/. /. .
a - --=--... - --.:~.--: /~-:-:.-~_ --=___~ --: " " '-.... (FM)) ~, 6' WIDE) I \ -f-,/: ,'..'. I II / /../.../ ' -(FM) I
- ________ - - ./ __ ~- --....'........ ' , ~ I , / ':, . 'FMi- (/)
- =----.::::- ~- - ----- ----......-..., ........ ", \ ' , , (PM) (PM) i 1,;','/; (Fr-';t1/. '01';1, I-
-a ---~ ------___ -~ "::--- "'" ' I < 1 (PM)- \ (P / '~<CM) j b /.;.(?[,/) Z ~ ~
- ~ ___ -, ' '" M) -cFMi., I ~
---- '0 ~ --:- --.. .........-::-- ......, /. \ 0 ~ '" /~ -- --- _(~}~M) / cFM) I'~?", ?//~/ w ~ _
------____ - -' --- -- \ ~, --, ) .',' ~.f '0;'/ /, ~ 0... 0
- --, -. '" I '} / / / /;;, w
.a____- -, ", V ~ ~ V 0 ~~ \ I I.".> ~"-.... 1/ ( ,,',;r > 0 :;S
a~ " J ' ~ >"'::../ ----.. YI/I/;I 0 Z >-
r ~~o I
o...~LL
o ~oo ~
~ wO~ 8
~ r PROPOS'ED ~ GRAD'E I- ~ 0 ~
~~ (/)ffi 0...
....
:"l:oi
1-:0,
~ <0 VPI STA = 5+75.12 ~
Cl. t;:I STr"~L H'AN'DR'A1'L VPI EL = 693.69 Iii
705 r Ic:;,c:;" 1'1 1'11, I~^i 0'00 ...... .0' :L 705 DATE 7/17/06
:: :: :: :: : V': :tiULt-: X: ;J: "-IIJI-...': ::: .....K:~:3,0.:: ::::::::: ::::::::: W/:STA=6+~0.12:::::: ::::::::: 'vPfEL:.= 690~'5'::: ::: :: :":' ~ DRAWN CLW
. . . '-':' . , " ..',....,.,.',.,. VPC STA. .5.. 70..13. , , . .. ,........ VP/. EL = 68994' , ' , , . ,. ,'."".. CUR'&- Il!'N.= . ,~"'. . . . , .. , ~ OJ CHKD SSF
700";,,01(.... '''''; '.,.",., ..,.,'.,. ";;";";'6~-1 ......... .."..... '-.......;;C.ir-'.... :,&!:e;,..'.,. """", ".':..~"" -",.... 'lI)110 700
" ,.., ~':::-8 ~ : . ' , ,: .;....:;,.:::::: : vpT STk :5-180.:12: : : : :: ::::::::: _K:'" :3.0 : :: ::::::::. ::::::: /" 'vPC STk 7+0<445 : : : : : :: : ~ APROV. SSF
,:::::: . .-"'~O% ~~: : ELEV:693.4 ::::::::: ::::: ~;,ST~~~6~~I2.:32::::::: :::::/: E!:.EV;:69.0.:05: :::: :Cl.t;:I
695 ' <f'- v: . :/.. F-Sl'1t:-7 695
.. """ ,....,." "." .-......,...:,...' "..,'.', ",.'"" lA:>TS...A..'6+"''rr'''2''''' ..,. ..,. l!'1l!'l>.'69'O'O'<::' "..".., .,
, .. , WtSTl "5+0'''' 12 ,. ",..,... ,. ,., ,-500...' " """". vr. ''''.,:..J .;;7, , . , . . , . . . , . . . . t;,u;..;. .' oJ. ,..."", '.
,g . . '. '" '" oJ. .. ."",... ......, - r-: . ......", ..,'..... ELEV: '689.96 """." """,.. ,..,."" ,.....". "
~ 690 ....VPIELF'69.9;04.... ..",." .."..'..--__.... '" ,', 0.20%1 ,. "".'...:".Q.252:."..,. 690 06036
i :: : :Jt,;1/;:~~0;~:0:: ::.:: ,'::.:::. :::::::: >~ ~;o~osf :~op: . : : , , : : " ::'.,:.:: :C):: X JrXI877Nr.' . : : : 06036905
i 685 ,."ELEV...f'{J9.13.,'",. ,..,..", """", ..",.,.,I/.Uf., '.,...... "",.~Yl 1IN(i,PLA.JII.....J".....,,'OAD'~"... .. 685
a . . . . VPT ST.. '5+"""'~'2' .. ,..,...., .,.'"". ,...,..., II . . , . . . ,. .,....... ....,.... S't".OR' 'nlp'~ .. . . , . . . ., nJ'1 c:;, , , . .. .. SHEET TITLE
- , , , " . 11'.., .V;:I..U, , " ".,..... """", ""..." ".""" , r,~VtSnN'" .."..... I" M ,'''', c:.. ",.,.,.. "",,'.. ..
",' , , ' , ELEV: .t 198. 81 . , . , " ",....,. """,., ",.,.", """'" . I ~I\I "~ ""..... .,..,.,., '..",.,. ."",.', ,.
~ 680 .. J l IVL/ 680 SHELTER TRAIL
~ tgLD ~eo t:tv ~N ~r') ~eo ~N ~tO 8N ~r-- ~m PLAN & PROFILE
~ .co .T""""" .v .00 .<.0 .(".. .L() .O'l .-.:;:t- .~ .0
~ ~r-- ~tO ~v ~~ ~m Oeo O)m am 00 0)0 0)0
~ O)m O)m O)m O)m ~Jeo 0) eo ~eo 0) eo O)m ~m ~m
~ ~tO ~tO ~tO ~tO ~tO ~tO ~tO ~tO ~tO ~tO ~tO
g
i 5+25 5+50 5+75 6+00 6+25 6+50 6+75 7+00 7+25 7+50 7+75
l SHEET NUMBER
! 5.0 ~
~ REV
8
,.
N
.
~ .
W~ "0 'f
8~
u.. c:
oS '5 tV
:::ia. "i6 ~
. . tV i ~ ~
...- CLEARING & GRUBBING LIMIT (VARIES) J:
-~ , ~-N
~"
~ ~ '0 ""'"
;=" IOm":f"oo
~~ ---- ... i g~~.q
~.. - WIDTH VARIES ~
:5= - ~ 0 ."
-- 2' 2' -"''''
~~ - (SEE PLAN) tV ~ .:g ,,- "!
- EARTH E . :: = MO'-
- EARTH i 0'5 OJ-
w~ - LOCATE WATER BAR AT QJ J:-c:'"
@= CUT- - ~OULDE 6" THICK PCC TRAIL SHOULDE 0 tO~,g~
0 LOCATIONS SHOWN ON i5i
~~ ~Ua..LL.
- WITH BROOM FINISH.
~! - - PLANS. CONFIRM LOCATION ]~ [
ij' - 2%
F~ - _2% SLOPE . . WITH CITY PRIOR TO
u" --- -" -"~ 111= - :;", CONSTRUCTION.
i'!o
~~
"-'<;
....~ SHAPE MOUND TO DIVERT
" I I I I I I I I .
-. COMPACTED SUBGRADE I III Il- =t 1-- --!ILL t?
~.. SURFACE WATER OFF TRAIL.
l'5'li
u]
] -- ~
g.
~ t3
~ 3' (TYP)
c
0
"
'8 N~ 6 ~
~
"- NOTE: HAND TOOL OR SAW TRANSVERSE ~
"
!E
2 CONTRACTION JOINTS @10' SPACING. ~
2-
.
:s
.'l ~ ffi
~
.'l
0 t3 ~
~
'"
c
.. 0
0
.:l'.. 6" LAYER OF 3/8" MINUS
Ii
E LIMESTONE COMPACT AT PLAN VIEW
~ OPTIMUM MOISTURE
0 r',
~
. CONTENT NTS '~ :.
:s /- '~---0
'l; CUT END OF PIPE ~(\ {p -;:::--
. 6"0 PLASTIC SMOOTHWALL
. EARTH SHOULDER, -'-7 .../ ./ '......-<"\
, TO MATCH SLOPE,
. > ~'- _\ \ \
= TYP. PIPE, 1 % MIN. SLOPE TRAil SURFACE "-,, ..............'\
.!l TYP ~ ';.> " --0. j
~ 1.00' 6' LOCATE WHERE SHOWN "<1- --L \. -:;.~
:. \"':" r::-
. CROWN TRAIL TO ON PLANS, AND AS ~(- j';->-- .'""\
.2 PROVIDE SHALLOW ..."/ / \'''
. PROVIDE 2% SLOPE DIRECTED BY THE OWNER. GRADE AND FORM TRAIL ;;:.. 0
>
0 SWALE WHERE SHOWN y
~ (TYP) SUBGRADE TO CREATE A 4"
ON PLANS
" , 2: 7 HIGH WATER BAR, KEEP
<: 7 ", .. -'. . ~ ' .. (f)
.." .' GRA VEL (TRAIL) SURF ACE 6"
,.; .' , ' , -.3:7 :J
. . .-'. .~"..
. ',: ..... ',' ..,:........... .. '. '.: - ".:. -'. .
- -.3,'7 ' ' . . -..... l-
. . .' . " DEST~CTION VIEW ~
. ...',." ," . . ~. ,.'
I 1"111111 I I I I (f)
I-
0
111~1111Tlllmlllm 11-111-11-1- w
--,
.liIlllrrrlllmlllmlllmlllp- 0
NATURE TRAIL WATER BAR CD- a:
III III 111==1 a..
.
-" ,-", 11111111111" ,ll SECTION VIEW -J III III .. NTS
COMPACTED SUBGRADE
-III_II
NATURE TRAIL - LIMESTONE GRAVEL SURFACE CD
N~ 6
(j)
I-~~
8'-0" MAX. 8'-0" MAX. Zo:::
W<e-
~o..O
~O~
8" OZO
0:::::5-
1~" 2~"2~' 1~' 1 1/2"(6 SCHD. 80 1 1/2"(6 SCHD. 80 o..~LL
S.S. PIPE (TYP.) S.S. PIPE (TYP.) ~OO I-
0
. " " WO~ w
... (2) 9/16"~ N --,
~ 1-0:::- 0
SOL THOLES. 1 1/4"(6 SCHD. 40 1 1/4"(6 SCHD. 40 (j)(l)O a:
a..
S.S. PIPE (TYP.) S.S. PIPE (TYP.)
<:t ';,J- DATE 7/17/06
1.0 1'0
DRAWN MPS
CHKD SSF
APROV. SSF
10' PCC TRAIL 24"(6 x 3'-6" DEEP 24"(6 x 3'-6" DEEP
AUGURED CONC. PIER AUGURED CONC. PIER
3'-0" BASE PLATE, BASE PLATE, 06036
SEE DETAIL 8' PCC TRAIL 2% SLOPE SEE DETAIL 06036902
2% SLOPE 4/U3.0 -- 4/U3.0
~ T/ PIER ~ T/ PIER
'"0 ~~y SHEET TITLE
o EL. SAME AS,,>> 0 (2) 1/2"(6 ANCHOR BOLTS, 0>~~ ~ ' ,>>/)~y>' o EL. SAME AS -")0 ^ (2) 1/2"(6 ANCHOR BOLTS, 0~~~ " ~"
~ T/ TRAIL /~"< ~ DRILLED AND EPOXY GROUTED ~" " ~<<~ " ~~~ ~ T / TRAIL /:0<,,< ~ I> DRILLED AND EPOXY GROUTED '>~" 0 ~V TRAIL
v>> I> > /Y~V~y{~~~ >>~ " ~ DETAILS
" ~ ~"< > " TO DEVELOPE A MIN. PULL-OUT //", <S' ",,<~~~ ^''' /-,,, ~~ " ~ ,("< ~ " TO DEVELOPE A MIN. PULL-OUT //"
" CAPACITY OF 2500 LBS. " ~Y-2 >s 12" >-. , " CAPACITY OF 2500 LBS. ,,"
~
~ ~); ~
CD 101 TRAIL HANDRAIL DETAIL CD 81 TRAIL HANDRAIL DETAIL SHEET NUMBER
NTS NTS 6.0 &
REV
1:1 ~
c '~
. ~ ~
~ . -, - -- ru. -
w ~ -- --- E ru ~ ... 0
i! -.--"", --- -..,- '.n" AND 'C' LEV L :I: , . ."
~! ~~. 'm,_",__'___.,,__,.,: WE~;:,c:,,'ii PAVlNG PAmRN-1.?~2 ___ -,.. ellT pee r ~~~ ~ I i!~~
;1 ~"-.," BASKET WEA VE S~El-~'IlNG" , , 'M TO N?i/U'l'''';-'0)!Y);; '%W^" 76 I ~C' ~
... 0 NO . ,2 IGH PATTERN -- __II 1'__1 E :g " '" Cl'>
Eli . '-,,- . LAYING CONC"'P'A-VE-RS.__~,--_ f' 0 ~ Qj_
;1 ---, '-""- . ~ =11 L 6" DEEP 8. ~,5 ~
~~ f>l::1M.E;2TONE 'I1tMJ I TO BE LEVEL. -------- -::z ---------- f- 11111' I INTERCEPTOR 5i ~ 8 il: IE
i!:: l5 '-"'--- S --- _ __ ._____CONCRETE PAVER N' _II' I" SWALE AROUND ] [
~~ 2. BACKFILL CREVICES__ BETWEtN- --- ------ - -- --------c::~~~! ACE, HOLLAND 2 TYP ...J.1'1_ SEA T WALL
~ ~ LIMESTONE PIECES WITH--3f&-'--------___ _ PROiflER--- _. 'T:~I=' __ I _
.: MINUS LIMESTONE GRAVEL, ' "" ~',. BROWN' COLOR, 'C" r LEVEL II 'WEATHERED . ~
I, -, '-. ~-' , - 1 .... '1'- '; x PA VlNG PA HERN, MFG -. ..III LIMESTONE', APPROX.
~.~ -------------- Ai e- I - I ~,.,ll = '1-1---1 - -" _ _ BY HOLLAND PAVERS, III. 12" HEIGHT
i3 ~ ------___ j'T - III- ! ~ 11- ~ I -__ ______ ____ ~ .
~o -------- T..- _ II - ~ - II- II - I - - \; -' ------------ --- , I II . ~
I: "---'-' -, j T -- , - , >- , - I -- -- I -- 'V>- , ,.." ------- "- I111I III 8" LAYER (MIN.)OF !::
~ ~ '1- I - II - T - I I- II I- '- II - i '\ LIMESTONE SEA TWALL ~ ':111- _III [_=11 1" ROAD STONE \.3
; · - · -. , N ,11-1 I . . . i:!]
; "'. LIMESTONE" WALL I - I.... I " 1'- I" , ~ -,. - , I '~.....s LIMESTONE WALL, III, '"
11 12 HIGH - ~ -1'- ,..... ~ -II- III- I- r .. 1 I -- -- - " ,.. CONC PAVERS ~ :111 II 4" PERFORATED DRAIN 0..;;;,
I I n II - 1 - II - - II I- I - I C "~~-L_ , l"_
~ . , -- I - 1'- -. >- _ '- ",' I - I -- 1 - 50 LF WEATflEREI).. --. , I ' TILE. EX1END TO <:s
4j - - --- ll- I - 11'- - II - II I I II' II - T I LIMESTONE WAil DD _ _. =--11 DAYLIGHT. GRADE TO
! - .; -- ',1-'" .' ~ ~I ..'.," - , I ..'. , L ~ '24 HIGH. ffi--'m "m I m "ll Ie I'W" 'III I U DRAIN, 1 % MIN. SLOPE. ~ ffi
; \.- '- 1 >- I - I I -1'''' U.I., ,I,,,. I 'I "1 ~ -;- ~T . -,/:::::., ,-12" \I1DE pce PA VERIII"I W~III -III III-III-!II='II-'I \.3 j\:
~ ------ \If - ~ f- ~ I- ,.... i - 1~i1- II - II - T - r --TI)S-E--__~__ . =111:=111==111==111==111 0
~ ----- 'I- I '- II -I i --:' II - I - ~ e-- T - - II - I- I I ----- -----~~ ___ =/11==111==
I ---- __"'_ - , - T ~ 1.... , I- ,,- I - I -I l ,.... I ·
- --
c __
o __
I ------- 12' .., ffi--
i _. -SAWC04'-?CC-3ijBo------------~~~HEL!~':.-W::K, 8 LIMESTONE SEAT WALL DETAIL G,\
~ ~----,- PAVING NTS 7 ....e: '.r
~ ----- , ---- 0 ~-"II
o --'---- 1 6 r -z C!. y'" ,,;::..
,s -----~- '7 ':> .-'
.l'l --_____ / _!_ -' ',_"\
E --- r) , :-.,
; -.. .... ....,"" . . "' ,-)
o __ . _ \ ' . /
i --- ---~--~-_p_GG-.pAVING--5~--THIB_K--- _____~---- ELCl'J1C-.sblELIE~__________________________ , ~~~,~ ~
' "," ~; ':0
---- ----- vv ~HtLTER PAD, 6" 6 x 6 W1.2-W1.2 MESH, ~
------------- 1 THICK CENTER IN SLAB ~
--~--- 0
----- ill
--- ,
/ ----'-'-"-' .-/----........ ---//\ pee PAVERS ~
5" THK PCC SUB-SLAB
· SCULPTURE PLAZA DETAIL Q)- 1P~~R1 JrfT~~~M~~gus
SCALE: 1" = 5' 7 lEDGE' I
DDDDDD DDDDDDD
1-1/1- "<I,, <I ,
------ .6.1 <J - __ :I1-__"_____ _____
' 6' r -1111-11 ---------------4----.0-- "d- <J',
r1 l i - " · ^
1111I111 - . _ 4 · . . . .. " ",," ~ ~
-ill-J.JJ.-- I I~ I~ I I I I IIII-.~ as r:r: ~
I I-l--I-Iilll I I ill-I I lillmillmw ___COMPACTED 6" THICK ~ <( 0
-" ,-" ,- SUBGRADE SUBGRADE OF 1" W 0.... <(
WEA THERED LEDGE ROAD STONE 6 ~ S
HIGH x 6' LONG x l' 7 ~ ~ LL
THICK. . P k _ 0 0 f-
. r 0
~ wo~ ~
8" TALL CAP LETTERS, a r EST. 1924 ~ ffi u ~
SAND BLASTED IN, AND
PAINTED BLACK.
ril rJl rJl DATE 7/17/06
3 #5 TIE EPOXY : I I DRAWN MPS
COA TED, 2' O.C., DRILL I CHKD SSF
- - & EPOXY. ---H+--t------BI-t-------I~------r I APROV. SSF
10 H1 Pl, CHAMFER EDGE --------- III I III I ,i I I
I III U I U I LJ I N
I L I , I I I
I I pcc FOUNDATION, ~ I I I I FIN. GRADE 06036
I I CROWN TOP 1/4" IN I I I I
I I I I 06036909
I I CENTER FOR DRAINAGE. I I
- SHEET TITLE
' 1
- - 2 #4 BAR -II I I I I 111= in PLAZA AND
l.ll~ I I --" , " I ...; PARK SIGN
I1111 Ii 114 TIE 18" ON CENTER -=11, ' :..:... _ _, I ,. :..:... _ ,II If l DETAILS
I~-II f I m-I~II" f~- NOTE: SHIM STONE SIGN LEVEL, SEAL 11m 1m m m I mll-TIl- Tllm III ill W~-~ill~, ,ill', "ill, , ,W~
" - GAPS WITH EPOXY GROUT. 11---111-11 ED- BER
18 COORDINATE STONE ATTACHMENT WITH PARK SIGN DETAIL B SHEEOTNUM
STONE SUPPLIER. 7 7. &
REV
· , 'V ~ / " / "0 g>
~~ 0 v ffi~
~~ . 0 \> ~ ~ ;;:0
~~ General Notes ~ ~~> / ~ i "2 ~ 5 ~
;;I'" '. ~ G'\ ... 0 ~ 1Il.o
;; BURIED UTILl1Y LINES - MAY EXIST WITHIN THE PROJECT AREA. CONTACT ~ . ~c 0. os<V / ~ f ~~ ~ ~
~~ UTILl1Y COMPANIES AND CONFIRM LOCATION OF THESE BURIED L1~ES PRIOR'~ ~.. / "';- 33 DA YLlL Y - ~<v\.,..~ / / ~ 1m ~ ~ ~ ~
I: TO CONSTRUCTION AND PLANTING. '" . ~ // ~ ~~X-. ~ / ~_ ~ ~ ~ h
~05 . ~ / 0 ,,\t... ~/; V'l _ U <>.u..
o . '. 0 ~ ' /' p
i I; PLANTINGS - ALL TREES AND SHRUBS WILL BE BALL & BURLAP . / 0 -, _ ~ ....- /'.....,., /-
,I CONT"NER GROWN. ALL PlANTS WILL BE GUARANTEED T E GROW ~.. ~.." ~ / ~ ~ ~ ~ _ _r _- ~ ;:c -;/;::/ -~ t::f't
~~ VIGOROUSLY FOR ONE GROWING SEASON, OR WILL BE R CEO . ____ \. ~~-7- ~ ~ 07 r3YVA ~
~ 0 '", . '" . 9 PLANTING .J ~ ,:J.tI- /'.,. -- - _....- ....- 4 CANADIAN HEMLOCK
~t PLANTING PREPARATION - STRIP OUT SOD FOR GR NDCOVER OR'" '" ~ '" '" ,r;;v "" "";'.' ' ~/-:;< V""- -- ~~L~~~
o~ \ PERENNIAL PLANTING BEDS. CLEAR BRUSH FOR NTINGOFTREES;&.I...G, . '" '" ..~ \ I_./;!:!. ...~~ Lo~BlJ .-.., ABELLE 4 BLACK HILLS SPRUCE ;::....
.~ RAILROAD RIGHT-OF-WAY. . '" '" '" " ~.y-/" ~ 1- ::;-::~~ ..... " -..--- '~~I~EA ~
~ ~ '" "'" _? / --- .,-,,",,, ,1...:'7"1\ ~ - (( :;. :..\. ./ ...--...c\.I}....' \'~ BLACKHAW VIBURNUM (j
~.. .. '" .r-- ___ ""'. - .... ~(.-}' ~
! M CHPLANTINGS-WI SH~pWOOD. 1\ PLY2"TH.IC'K R. '...",,,, ..___"t-:___uf lA .,' ..,~ ::::".;:. '.. :\. ",rv..: '> / ~
~ 0 DPERENNIALSAN .4"THICK~YERAROU T ESANDSHRUBS.DO '" ~., ..--- --<-~ -----1-1l1.. . ---~ hi ........:.. '.,' .: ..'.i~::.. .'\.<:, .::?.......... 2 SARGENT CRAB ~
t NOT US ED BARRIER ~RIC. ED~,MULCH W A SPADED EARTH "'..'", "'\.. __r"--- _ - ~ -- ____ -;.0 ~ r:;r' '~ " ':: :..'. ,~~i~ __ it.;;..::;;.:... ~.:.:::-%. "......" 3 SILVER ~
5 EDGE. "~ '" '" ~"~rf<:' - ~~ _ J!/ "<l..'~ ~ /,/, IIk"Y;"., ;'~ ",,",'C =- ..' '....y -.. ~'\l FEATHER ~
~ '" '. \,"., ('I __ ./ '-, -.... ~ ' ,'~;ji:~ ':!;'~1, ~l /1 t:;r /.. y;"'~v GRASS ~
.:- INGPLANTIN S-WILLBE~EBYTH.CONTRACTORATTHETIMEOF '. ~..-- --, ....-~ -~....-....-./~v{~-~ I~ "~-..d:' , - .... ?-......~v -0 ,,, \%~ d:---..., //../. ;::....
; A AND S REQUIRED UN1't ACCEP NCE OF THE PLANTINGS. .' " ~ -/ ~ _ ~ ?"""L ~ ~c.-- \ ,~..... ~.--o ,/ I v j C' --J .0-:: .( ~ 1""1 v -- ~ / / ~ ffi
"0' r-" Z
o ~ S
~ '. ~ , ___ /"..-:- 1<:..::;:; ) ... ~ 0\ ~~:- - ,;--lll ~ ....-.L ~ - - '/ ,'V",... \ 1:.1 0
~ SEEDDISTURBEDAREAS-TOBLUEGRASS .SCARIf'\SOIL,PRO EAND___" I /' ~'--;-- /.-J~--f-A PLAYG01JNf"~~..... (*'__-#-- //,.---;) /'- .--L::--= -.. BURMU / , 'f'\,~~c.1':... \ /
~ INCORPORATESTARTERFERTILlZERINTOS~.~EEDMIX'.e-T4LB.~~O ~ / '../ /'/" ~ ~ _\7"~"'~o \.. ..-----li;)~/'<~.~L2frUA?L1LY ~3-s.[LvfR ~tATIER ; ~"it;)
\j SQ. FT.,AND MULCH WITH STRAW. ~ '\.--- / ,,/' 0 /: ),~ ~~uu___.A<" '.!J/; -MIX /---./ GRAS? 1\ r....- -'bly.~
! REDBUD. LAWN L //, \ SWING l ..1;.~ ..... - -- ~, ~ -::::;/-~__.// /' "......, > , \, "',' "\:,,-: ~ J6J111'l _____EXiSTING
;s .' ,0\ ./' ~ .A""/' _ _ _ __ P-- v~ /''-<::1 ~~: \........ \ \1 '\ f:~J;;I) TREE, TYP,
"0 ..--- - K'-' _ - - \.--.-- ~7 __ --....- ___ - - - --- - - -LAWN /' -:''''''-- ..........->"'- ~ ~'_./ ~ -,.,r \...........' iJ ,'i;;/~ \ l"
! ..___ x OLDEN WEEPI G ........... /./ ....- --- _ ___ /' ~ ' ......-_ ~ / &:!y .' .., (/~; ~ '_"
s ~~
,!! ~ .="'~' ". ~.~ --- - ~I /" / CLETH-RA--- ~ .' l~' ~ I {",l n" ""0 ~_ /(\
!i . -'? ,( _~ ~ ~ / \ '\. i",' \ t;.;,'h r"'~ __
- ~ /" ,--' -~~ ~,-... r1 ~",;' r --:;--
~ . J ~ , ~ - - /" __ - ' . J ,\.L~ - ...J, - '" \ '\. ~ In 'f,,! ~ 'i" >,\ __ '.-r\
~ '" .~ ........--- -- ~/-, -" l~ \'1, JfYJ' ,_' -' ,
~ '. '/~ \ t - -r "'" ~ /' -- . ~.., ~__ '- J '" - ." - - -.. \,'" , ' 1. /1"'-11 s;<' '3,:)
"\ ~ J" >) / '-"'" . ~T ___ --h( Po ~ :0--. --.. \\ - /' '- ,<Vl <Vl <Vl lV~ I l'I'IY-- ~,.,,' f.;//// c:~;\ '; ;
"", .: r-~R~~RGENT LAWN /' \\ \ 0" 0 ~,HEf~I'TAGE..17j ~ ~~ Ocgt,O// ~<V) ....... (J LAWN I"I'I'~ .,'..., \\ ""') J//' '~~ ~~
'\.. // ~ -..,-:: ~ l" p""":'7L,=' =-:::~IL -------- ~rEXISTING TREES, "")=-==-0"")-----/ """", \\ '.['If? f!f ~
'. (I'\).. .. 1'\) (1'\) ~ <M- ~~".-' ;::-. .........-~ I TYP. IF'''~ ....- - - - "./ -.r!J j,,';"d":Y; '';7/1;, Q l-
./'-, (I ':::" -,...., - ~ I _<FM) /' / r~,~ 1// 0 ()
/~ /' ---~ ~F ....."... <FM)} <FM~ lFMl /' I. 0 w
"~ ;:- E UNS 0 ( r'j~ (04)-=-o_u,2'"__........~~~........ I... '\ ~ V REDBUD,\--- ~". I; ~ (3
GRAPHIC SCALE " ...... M E 0 / ""J/ '" ''\'') -tMl~ F ...... /' "/.>....- - ..:::- _- ...:::- --- -::-r-- -...... '1 .... . /, ~ ('\\ ~ ~.j 'I'rf! is g:
· ~ ~ ~ ~ I\~ ~ At X_ {~/~SrPRUCE ~/ NORWAY ---:::::k<-=----:.::----- ~ '\ / (3 l _._ _.._-'..d," \'''Z :;::L REDBUD
..r--..'. /:"'//Jx.. x.. \~SPRUCE --.-:---:::- :::- -<3D)~ u01 ~~O1 ., ., II / ~
\ ~"'.. / ~ "" - - ---- - -l301 <3D) ., "'''-.... BLACK HILLS "/ '1'"4''' /' / 31 GRO LOW
........... - (]o) ........ J -
3 NORWAY --l \ \ .... -. .... .. .. .. 5 BLACK HILLS SPRUCE / I-- 0 FRAGRANT
SPRUCE'--", /. /\ STRIP OUT SOD AND PLACE SPRUCE REDBUD SUMAC
Planting Schedule '"'-- -. ''"''-_/ 6" THICK LA YER OF TOPSOIL
AND SEED TO LA WN
(30' X 80') (/)
Scientific Name Common Name Size Req'd Comments . ~ ~
Acer rubrum 'Franks Red' Red Sunset Maple 7' ht 1 W ~ ~
Amelanchier x grandiflora 'Autumn Brilliance Autumn Brilliance Serviceberry 7' ht 1 Clump Fonn DIG SHALLOW TROUGH ALONG EDGE as CL 0
Betula nigra 'Heritage' Heritage River Birch 7' ht 3 Clump Fonn OF MULCH. THE ALIGNMENT SHOULD > 0 ~
Cercis canadensis (MN strain) Redbud #7 5 Clump Fonn BE EITHER STRAIGHT OR SMOOTH ~ ~ 0
Malus 'Don Wyman' Don Wyman Crab 1" cal 5 CURVES, AS SHOWN ON THE PLANS. CL ~ LL
Malus'Sargentii' Sargent Crab 1" cal 5 ~ 0 0 I-
()
Picea abies Norway Spruce 6' ht 5 ~ ~ ~ ~
PiceaGlauca'Densata' Black Hills Spruce #10 10 DISTANCETOPLANTINGSVARIES, _ (/)(1)0 ~
Salixalba'Tristis' Golden Weeping Willow 2"cal 1 SEE PLANTING PLAN, 21 MINIMUM).
Tsuga canadensis Canadian Hemlock 6' ht 4
\ \ \ DATE 6/17/06
FIN. GRAD . .'. .,. . . .,..:.... ". .' DRAWN MPS
Clethra ali~ifolia 'Humingbird' Humin~bird Clethra 5 gal 24 -III -II:: ':>: ':":::.::".'..;Mt~Lc,H~'':'-.''':'::.<..:':::.''',:''.:::::: ::> ::. DEPTH OF ~~~gv. ~~~
Com us sencea 'Cardinal' Redtwlg Dogwood 3 gal 8 _ _ L. .'...'.:. ..',.. .. ." .' ".' .' , ., 1'1 MULCH
Hydrangea arborescense'Annabelle' Annabelle Hydrangea 5 gal 24 IIlYplll ill r:' .':.. ..,. ..:::...:..:.:.....,..::. :'. ':, ""-I'IIIII-llllllmll 11
Hydrangeapaniculata'PinkDiamond' PinkDiamondH~drangea 5 gal 3 6 . :111 III <.:..,....:'.~:..,..:,.:.-.,...., 11-111_ -III~ 06036
Juniperus sabina 'Moor Dense' Moor-Dense Juniper 2 gal 1 J I Ill-I,. ::.: .:. '. I 1---1 I I-ITT'
Physocarpus opulifolius 'Nanus' Dwarf Ninebark 2 gal 7 =111= III_Ill_III _ - . 06036902
Rhus aromatica 'Gro-Low' Gro-Low Fragrant Sumac 2 gal 38 I III III III 111= SHEET TITLE
-111-111-111-111-1
Spirea x bumalda 'Froebelii' Froebelii Spirea 3 gal 9 HOSTA MIX PLANTING
Vibumum prunifolium Blackhaw Vibumum 4' ht 3 H. 'June' H. 'Guacamole' H. 'Gold Standard' PLAN
H. 'Sagae' H. 'Striptease' H. 'Regal Splendor'
Hemercalis 'Stella de Oro' Daylily 1 gal 108 24" on center H. 'Sum & Substance' H. 'Great Expectations' H. montana 'Aureomarginata' S pad ed Ed 9 e Detai I
Miscanthus sinensis 'Silberfedher Silver Feather Grass 1 gal 6 H. 'Paul's Glory' H. 'Krosa Regal' H. 'Blue Angel'
Vinca minor 'Atropupurea' Vinca 3" pot 200 12" on center NO SCALE SHEET NUMBER
Hosta vars. (SEE LIST) Hosta Mix 1 gal 50 30" to 36" on center 8 . 0 ffi
Mown Lawn Mix SY 200 REV
· lell ~-::fl .... m
I' ; I ) ....., eo-
1'i1i .' , c: I
~ m
8", ",,__ "II 17 .. -
<1i' L'JCJJ~l_ Pliy:24 ~J' ;0
,,0. ..... N Ltl
.ID ..&.. N-N
~.- ... / f',;' \, . r/ J' 't]lJ'l.....0'0
g "-. " \Jj i I \,~ L_=:-II\ " ltI 1tI ..: r...
~'e 'J> ~ n',(,I' c..', v ~n\"I^ ... !l g S Ltl '<l
F=o. 0 r_\ lV\,/' "II I, d...)V\r/\ (JJ lJ ot'l)",
~. ~ <: v ~ ~ "'_"''''
~;s OS\-- ro ~ ~.,. _ "!
g~ Planting Area Detail Notes 0 ?- ~s\-~ ~ t ~{~~
o~ ",., ~ .c ~ O'-O~
tt!.s ';) J VI .ll ~8a:Ll.
~ ~ PLANTING SCHEDULE - REFER TO PLANT SCHEDULE ON SHEET SHEET 8 FOR 0 ,~ " /> ] [
~! PLANTS SHOWN ON THIS SHEET.',,- ---c:;
i i. LIMESTONE BOULDERS. TO BE WEATHERED UMESTONE' AS SOLD BY WEBER C? <7' """,,' D'" ':.:: ~
;:.: STONE 319-462-3581, SIZES TO BE APPROXIMATELY 3' x 4' X 20" HT. \' "'" ") },!t:'i(: "-
?i.,:,:,~
~o
~'i SEED MOWN LAWN -IN ALL DISTURBED AREAS SHOWN TO BE LAWN. ,," ;):):.?'\
~ 14 ANNABELLE HYDRA GEA "', <: ,~'" ;::.....
! PERENNIAL BEDS AND GROUND COVER AREAS - SOIL TO BE AMENDED WITH A2" ~ :i"::?\.. AUTUMN BRILLIANCE 6
."
; DEPT, OF 6". IN AREAS WITH SURFACE ROOTS, PROVIDE IMPORTED (AND AMENDED) ~ ~
: TOPSOIL AS NEEDED TO STAY ABOVE ROOTS, 7 GRO-LOW ;:f ,../1 ./l ..(Y ~
.~ MULCH PLANTINGS - WITH SHREDDED WOOD. APPLY 2" THICK LAYER AROUND FRAGRANT SUMAC ---. r:t (/),.f J, r ~ ;\. ~ .....
~ PERENNIALS AND 4" THICK LAYER AROUND TREES AND SHRUBS. DO NOT USE A __ ,..! ''l. ~ ~ ..- ~'A ~ PARK SIGN f:s
.~ WEED BARRIER FABRIC. EDGE MULCH WITH A SPADED EARTH EDGE. \' ~ ~_,,/ J ' ( \ '-. '-t, /:~'
~ 5 HUMMINGBIRD \ '"',./ -/ - )~,./ ~ .' t 0:
i WATERING PLANTINGS-WILL BE DONE BY THE CONTRACTORATTHETIME OF CLETHRA \~. "\ II J,,~ ~ :~, .J ~ ~
~ INSTALLATION AND AS REQUIRED UNTIL ACCEPTANCE OF THE PLANTINGS. THIS \...----- ~ \ "" /' ~I I MOOR DENSE JUNIPER \..3 S
.r INCLUDES WATERING THE SEEDED LAWN AND GRASS SOD AREAS. ..------'....--- / _ "; , ~~~ ill 0
,!;.. 7 \ .',' j.:; '~ .i ," >>:"J ~
~ .. ~; , ' ~ ',\,\ j ~'vl': ~,;\ 7 FROEBELlI SPIREA
~ 4/"~i"i~iij!2 !~. ~~} ? " ~A\ A.7\,J\;. ~'!' ,--=~ _
. /.", ;\;:~:l;:", ," '_ ~ ~,_ .J /\ _
;S / .' :'..'". "'. 1"...". ,,- ~ , . J'''' /'...:'J, . . .. . -__
; ~i:~JI ';~:~(;'1i~;)i\~i~, (;r-...~ ~ ( r=::-- ~ ~y) _ V --... ~~ ~\r)J , \ . . ~.. (})~:;;\ -T -~ \I
' ~~~;~\;icb~t;t~~ ~ ~ ~~~~ '" /'-- v~~" -d~~/ ~ ~ ..... "'- -(l) ) ~~i
! ~ /:,"'/i{)" "~' ,,~ X-/ ~\Q ~ ~/ CONTINUbOS M~r I~"': " ...: ~;7 ;7 P "\ - ~,~ ;\
.~ REDBUD....... "1' '~~\.-- \::<LJ' X I -~~' ,,[',.., .... v-<-..., 't. J''t. r........ N ~ <u-
-; f'-....' i/ .......;... -~ ~ } Y';.... Zv _ x:: \' J(ABC'I ,r- "(1)'10 ", . . "". ~ - - b c..;--'\)
.9 ",,~[;:""- ~ \ "--'.: ~ '_0\.-- ':'; :/ ~ "';;. 'V r-;;.,. . . . . . _ X. /~~('. 'P //
~ I /' . tK _ ;. ''!;'))~ '""," '........ <=-1 ", ..... "c-\
I ~ I' ~ ..L.-- .~~~ ____ --. ~';;' """:ll.il V .....". .-.\ .\~,
~ fr t-,. " . . n .,j:,~~~ '~y, .~ - ,~.,;,~~:~ :...."', 'k\'~{ ~'.' 1(.'';. " . L C '-;<' ~. 'j
\........... ..... ~) '\2<..<..---": \ ~1(~.. ..... 1.;;,,, "'- V:.... ~............... ~ j1:J\", ..-
:::>...., s:-
I . . _ 'J ~~y~ ,,' . . . C = .......,... '''''4 ---" iXii:.:, )i;: .. 'V, \'>.. ~ '") ~t:?:-/~ ;::'
! ~ ~ .II /J ,'" -- ~------- ~ ~ ;,;-~:.:>.~'l ~ r .....!..~ .>> ~~ ~~. tiJ
'. .,../') x;:- ^' " (r ..;.."....1. ,( .~: N ?J >j: " / . .. 0'y
( #..:::~ CC CONTlNUOJ> J,~ '\ "" P;~~~d ,.:~'" ~. ~~~:\::./ ~
~ ~~~ LCH ISLAND- f P IT'[ ,1\\ ~ ~:. .. ~. .:...-~~ ' ..'-5:,", "?"""- f- C3
, ~ -:/ 50 DA: Y MIX I iF: 'f. / ~ ' Y.. ~i:'?,;: 'v' . ~: . .;J ii,S "'!&~''''"'-J t- g:
- -' ;c.- ~. '" ~\:. 'f... ::fi. rr:~yi;;;;;'\",:< , ,\'\
i · ~ ...-./ :t; SPADED EDGE . \ y:.::-.::~":~ ' ,', ';,);' I'
~ ~ ~. . '
... l ~ \2 FROEBELlI SPIREA -..t. 1ICIIi;lI o.'i1\A, , "
'" \' ..,.......... f'-.... ~:1\' 'E:C
r .// ~ 2 '" \ ":,;,~, .. ;, .. "\ ' ::!~ ' ' , -( _ '-':::
I A1~ ~~"~ --- "' ~'\ _ "~7 '---
,. "\ ~ r---..::.. "y \.. Y
<. . ~ / -vr/ V '--h................ x. _" ~- __- ___~,,, ~ J ""--200 VINCA 0 (f)
1 ./ {) ./ CS~) ~ j"-, r--- -"\ \ f r-
-..J ....r-/'/ Ad .-I ~ I \ > 0 Z ~
I / LIMESTONE ~) X I \ ) W 0: ~
: 0 , ( X. BOULDERS- ~~~ ~ 0~V1~~' / '. _____ \/ 0 ( ~ ct 0
~ <;.-. .~ ~ 1--- .. \ ~ 0 <(
! I'\-L--<-~ , 5 D~ WYMAN CRAB /. io- CeNTI,~ ( SHELTER,> ~ / 1i! z ~
------ /----1) I .-./ "PLAY~OUND \v4~ 7) MU C~ icS:,' . ,~ \ ROOFLlNE ./ ~ ~ LL
--J~~~ (/"-..1\/ ~ \ / V '-=::'00 f-
~ /'--.../' -k ' "i J ~' ED E \ PCC SLAB~ J) - 0 >- 0
, ../ L....J '\~ -u,,, \ I W r- ~
I - \ 0 r-O:_ 0
I ~"/:/ \ I ~~ ~\ '--------' (f) OJ 0 g:
i .\1 :- - 0 I ( ~ "
~ '-_/ o~J'
I \tiS BOULDERS L GRAPHIC SCAl g~~~N ~;~
I '\ 10 0 5 10 APROV. SSF
I \ ,____ s-t-'llS I" I ~ ~\ \ 06036
I 06036911
I SHEET TITLE
!
PLANTING
AREA
DETAILS
SHEET NUMBER
9.0 &
REV
.
Q'.,; '-I r ,- r,
g.s t- I L_ I 1
o~ SEE PLAN FOR LOCATION 'L ' "0 ~
'0 C t
~ a AND SIZE OF RIP RAP ')""1 I'" P" l !2 a
"," APRON ,o,u.JU~ I 111:24 IV' -
~1i' IV i ... 0
~f ~" , - ::r: ~ ~
Eo. L,j: '{ "...lL'-\/' ~ '0 lI\ ~ ~
~~ 24" LAYER OF CLASS D !O\^/'\ Cf!Y IOWA OJ ~ ~ ~ ~ ~
~~ RIP RAP, LAID ON FILTER ~ ~ ~~~~
@~ "'\~~ FABRIC ~ E . '6~~~
1; m'--3T1~\ "1r ~ 'F' 2,4 (nom) ~ f :t ~ ~ ':'
eJ8 ~n $..-- " ~--- No,ler .c li. 0 ~ O;c
~ ~ ~ -.LL_, ~~ -=1 I 1= (Reid Cut) VI ~' :!! 8 if. I!:
~; .-.-111==11, ~~ ~~ 111=' ~(~ ] dt [
~! -- 111== ~l 1_ 2~. _ n ~ n )IIJJ~_I__IIT (R,ldCut) : ~
~ ~ -. LU,,--=JJJ-"-:Il f-:::=:uJ -=-- TTT -- III :~Tn --=-in=::::- ni=-=rTT=::r~ ~= III::.
~~ I~ , ,'111, , ,II k==III==III==111 -I 11=- III _111,_,--111._ 111,_,_=111- ,I NOTES:
] =::'III==III==III==III=='II~I"-==III==III==II " 1. OWNER WILL FURNISH & INSTALL SHELTER
! -'-'---'Ii'--l-rl~'-II'-- -II-I" 'II-I"'-'---I"I~ AND FOOTING. CONTRACTOR TO FURNISH AND ------L~~fn~~~:~ch ~
~ ...1.--1 11-11 I~ SHAPE AND GRADE INSTALL 6' PCC SHELTER PAD WITH BOXOUTS 6,6(nom) tj
'8 SUBGRADE AS REQUIRED. FOR 6 FOOTINGS. Lomlnot,d
! 2. CONTRACTOR SHALL FURNISH SONOTUBE Column ~
a FORMS FOR PCC FOOTINGS ~
t RIP RAP APRON DETAIL @- ""
.. NOTE: CONFIRM COLUMN SIZE ~
~ NTS 10 c AND SPACING WITH SHELTER MFG. c::::;
~ I 1 0' AT 2% SLOPE TYP. , LITCHFIELD INDUSTRIES, 800-798-7589 "'" '"
'- 0 ~ W
of Slope ~oncrete u ~24" Opening For Column tj z
! . to Penmeter7 0 Expansion Joint Material All Around ~
ti SHAPE SH 0 Fin. Grade '-
~ ALL W SWALE, ,?S Ii'?, -' l..'-, 1L !...._' '!- _-'- c.u . .'e'....~~-4 '== . " .8 , ~ 6..c,<=d',~. -6" PCC Pad #4@12" EW
~ GRADE TO DRAIN. -.. \ S\-O I :=111=1/1=111=111::=111=111=111=-11112" II ~..' : ~:': ,:i3.' ' , . "-.. lCentered 'n 'Slab
~ J. _ _ _ -'W--lll III III ll1-.,-;-III~-;-III~ ,I" ~~.:.~ ~ .~~.. lLI=lll- "I ,U " U 1-IlF~ 1 [ [ """ I " .
'li I -I 1 1,-III-III-III--:cW, ,.ll1~c:J. I 1 1'7c!1 1==1 I 1.,....1 1 1:1, ., : Wj= II~ 4 Layer of 1 Road Stone
~ III 1/\ I 1\\\\\1 \ Thicker Slab 18" ~. =, ~
~ " " I I," 1':' .L.lJ. Typical Perimeter _ ~:; I . 11"- Compacted
~ 6 x 6 TIMBER WALL, 111:=111:=111==111:=111 Typ. --1 '- Subgrade
~ FASTENDED TOGETHER-II ---III-~III-'I ' . ll~II, LI_ :
i WITH SPIKES. TIMBER TO . 1'---1 1 1-,-'j"II- -- 1. ,'I-lilli,
::> 24" BE TREATED FOR ',--=:.:.....,..-c .,. 11_ I . .',1111"
GROUND CONTACT. -Ul--I =111 T'--"F'III 1 R~ad Stone
OFFSET EACH TIMBER ~, " - ~24. . Backfill
1/4", AS SHOWN. 111:= 6 M!,N. LAYER ~
1'11111 ~~O~E,R~~gNG COLUMN & FOOTING DETAIL @_ g
'[~LfTl: ENTIRE LENGTH NTS 10 0
SLop-~II- OF WALL. ~
SUBG~ADE 2% 12" ' . SAFETY SURFA , , -, " ~
· TO DRAIN TILE. I ,- ~I I Imll Inl TIf--'III~ ~ER~~RA TED CL
'\ t ., 111:=1 1:=111:=111:=111:=111- I DRAIN TILE, NOTE: OWNER WILL FURNISH &
----4.. 4"~ III fIT m~~-f m-- EXTEND TO INSTALL SHELTER AND FOOTING.
" 1__111__1 ,_111:=111- -III~II DAYLIGHT, CONTRACT,OR TO FURNISH AND
LAYER OF 1 =i 11:=111:=111:=111 IT 3: 1 SLOPE GRADE TO NOTE: CONFIRM COLUMN SIZE INSTALL 6 PCC SHELTER PAD
ROAD STONE ON _III_III DRAIN, 1% MIN. AND SPACING WITH SHELTER MFG WITH BOXOUTS FOR 6 FOOTINGS.
FILTER FABRIC SLOPE. .
~~~ PCC SLAB EDGE
~\ 00
,p ~
~~______ __ Z ~ ~
TIMBER WALL DETAIL W / ---- ~ 0::;:
NTS 10 / SAW JOINT, TYP. 6 ~ $:
THICKENED SLAB / 0: <c 0
18" / / " \ CL -.J LL
/ /' \ ~~O
6"x 6" TREATED TIMBER EDGING / I \ \ CONSTR. JOINT, TYP. W 8 ~
ANCHORED WITH %"~ x 30" NOTE: NOTIFY CITY REPRESENTATIVE, /.. CONTINUE REBAR ~ 0: ~ a
REBAR. DRILL HOLE IN TIMBER SO THEY CAN BE PRESENT WHEN I 'Q S' THROUGH JOINT. 00 co 0 g:
FOR REBAR, PROVIDING A TIGHT PLAYMA TE SURFACE IS INSTALLED. ~i....
FIT. DRIVE REBAR DOWN FLUSH :z , /
WITH TI 12" LAYER OF 'PLAYMATE SAFETY' ~ ~ - DATE 7/17/06
SURFACE 0.. DRAWN MPS
o
\ ~ / CHKD SSF
GEOTEXTILE FABRIC, \ ~ / APROV. SSF
BETWEEN SAFETY ~ I
I SURFACE AND STONE. \ 19' -081" /
I II II \ I /
III III, 4" LAYER (MIN.) OF 1" \ \ / / NOTE' #4 REBAR AT 06036
11- I II III ~III-"":'Ill."ill. ,II ROAD STONE \ \ / 12" ~. W., CENTERED 06036902
IN SLAB
4" DIA. PERFORATED \ _ / SHEET TITLE
DRAIN TILE. EXTEND TILE \ ----. - ~ - SHELTER
TYPICAL SAFETY SURFACE EDGE TO DAYLIGHT. GRADE TO 9 -616 & Mise DETAILS
DRAIN, 1 % MIN. SLOPE. - .
(AT PLAY STRUCTURE AND SWING)
NTS
COLUMN & FOOTING LAYOUT W SHEET NUMBER
NTS 10 1 O. 0 ~
REV
. I-II ,-" ~
:;;'1i ,-' ,1-::1) ~
"'_ '0 c
8~ c ~
~ I GENERAL NOTES ZDOG j:JL 17 PI1 4: 24 ~ ~ _
,..,.. ro I ~ 0
_~ CI '" :c N ItI
... , '1. NOTIFY OWNER'S REPRESENTATIVE TO MEET TO REVIEW i: '-.,:"':.:1.1\ ." 1tI;;: ~
~[ 2 TYP" VARIES ... 2 TYP CHANNEL GRADING PRIOR TO INSTALLATION OF TOPSOIL OR FABRIC. IOW/', CiTY IOWA ~ R ~~U;~
..~ EROSION CONTROL BLANKET ~ ~ ~.Q ~ ~
:5 5 2. INSTALL 'RECYCLEX' AND 'CURLEX' BY AMERICAN EXCELSIOR E ~ ~.!l;;; ~
g; COMPANY ACCORDING TO MANUFACTURER'S RECOMMENDATIONS, 2" LAYER OF TOPSOIL (IJ f ~ ~ Qj;;;
~~ INCLUDING OVERLAPPING SEAMS (TO FACE DOWNSTREAM) AND ~ ~ 0 ~ ~ )(
~ 5 FASTENING FABRICS TO SOIL. VI '" ~ U 0.. ~
5 I TURF REINFORCED MATTING
I~ ONISH GRADE TOP OF BANK ] ~ [
~~ SUBGRADE
"
-.
~~ I ~--
"'0 - I ---
o
-
.ll -- -~- --- ;::....
g. CHANNEL DEPTH VARIES I I ------ I -- ~
~ / " I SUBGRADE..... .
~ 1-1 2 TO 2 SEE ------- --- --- G
o PROFILE I L
,;
~ __I! ! I -I I 1 1 I ~
f - --= =--- __ 1- - i 1-=--_1 I =-= I 1== =--= --- ~~~; ~~~J5~:XB6~H12" ~
~ I III -- I' --I I -- I --- I 1----1 'I I I 1 I' SIDES OF CHANNEL,
! ____ 1 ~~~- ! ~~~~~Et~NGTH OF ~
:5 - ~- I~~I I
.; --- I I' -~ I I~-I I I':~-I I 1-- ;::.... 0:
! --- I'-~~- --- ~ ~
~ I I-~--- ~ s
1 -I I I I I I -I I 1- 0
Ii
E
: STREAM BED SECTION
1;
~ NTS
.
"
.!l
~
~
.
~
~
<(
(f)
::l
I-
;:;
3 CREST STONE HAND NOTE: ELEVATION VARIES, SEE (f)
SELECTED MODIFIED PROFILE SHEET FOR ELEVATIONS OF 0
CLASS A REVETMENT, TOP OF CLASS 'D' STONES AT W
2'x2'x2' (WITH FLAT CENTER OF WEIR. (3
TOP~. 0:
0...
. CLAY PACKED TOP OF BANK CLASS D REVETMENT, WITH FILTER CREEK CHANNEL FINISH
FABRIC, SLOPE VARIES 10% TO 20%, GRADE
CREEK FLOW 12" MIN. SEE PROFILE SHEET.
~
----III ',.. (/)
II -I I 1--111--111 ~ ~ r::
W~_
Lo...O
~O~
020
0:::;-
o...~LL
LOO I-
VARIES SEE TYP. STREAM BED SECTION ABOVE W 0 r:: ~
CREEK CHANNEL FINISH (/)1- ~ 0 ~
GRADE wu 0...
NOTE: ELEVATION VARIES, SEE
PROFILE SHEET FOR ELEVATIONS OF 3 CREST STONES HAND CLASS D REVETMENT,
TOP OF CLASS 'D' STONES AT SELECTED MODIFIED WITH FILTER FABRIC.
CENTER OF WEIR. CLASS A REVETMENT, DATE 7/17/06
2'x2'x2' (WITH FLAT
EXISTING CREEK SECTION I TOPS). DRAWN MPS
TOP OF BANK CHKD SSF
.... " - - - - - APROV. SSF
~ ~ \ 12 " ~ 1-
III 111_, I ,I 'I ~ G , 1 I , J)::J I III~_III 1
,-III--=III==III~I I I -eeC ' I .-I-=1-,uJ_ 111 J 11~111- 06036
II III = III == 111- III ~ I I I " ' 1 I I I I ill III == 111_ III =: 06036913
, " J II _ ~ III J 11'111, II , 11- -111'- III III = J 1 SHEET TITLE
I~I I I~I I I~I I [- III -111==111==111==111==111==111==111 111:= STREAMBED
=111==1 , 1=--ll'4~-1 I 1----1 I ,~ g~~I~s
~ I--
STONE WEIR TYPICAL SECTION SHEET NUMBER
NTS 11 .0 &
REV
. 1-/1 -_
O-g ;- /~ /-- r) "0 j
g~ ?lDr , c:
0'" '--L'r!) ,-,Vi I 7 \ tU
cri~ - Pi! 1/: 24 i6 I ; 0
;;0. '\ tU
om Cr J: "'Ill
....- ,\, , ~'-N
-- 'a i I -/ '. >/. -It
~u I We' n,~''-.Cllri '0 ":",,
~ "'~-.....
i= C , (,II J: IOV1/,.i\ ~ ~ ~ in "!
~o.
~.!! 0"'.....
~ ~- 0' m
:5'5 tU 'C ,- tv'J
~! E . :.= ~ M~
15- QJ i ~:2: ~m
011 0 ~ 0 )(
1::'05 .c: . OO.c: lU
",0 V\ ~Ua..u.
we '" ~
00 ] [
5~ / ~
z' GRAPHIC SCALE "'00
2.2
0 '"
i'!t: 30 0 15 30 / <)
00
",0. ~ I I '"'
"5 .~,>
.... .
GO
~~
25i