Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
FRAUENHOLTZ MILLER PARK PROJECT 2016
FRAUENHOLTZ-MILLER PARK PROJECT 2016 15-Nov-2016 Plans,Specs, opinion of cost. 15-Nov-2016 Res 16-316, setting a public hearing. 19-Nov-2016 Notice of public hearing 06-Dec-2016 Res 16-346, approving plans, specs,form of agreement, and estimate of cost. 08-Dec-2016 Notice to Bidders 03-Jan-2017 Res 17-3, rejecting bids received on December 27,2016. 07-Feb-2017 Plans,Specs, opinion of cost. 07-Feb-2017 Res 17-40,setting a public hearing. 21-Feb-2017 Res 17-59, approving plans, specs,form of agreement, and estimate of cost. 22-Feb-2017 Notice to Bidders 21-Mar-2017 Res 17-78,awarding contract. 21-Mar-2017 Form of Agreement 06-Mar-2018 Res 18-56,accepting the work. .'O16 !.!OV 15 Al U: 48 r4i CITY CLEJ !i ( - vj1111114k- CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE FRAUENHOLTZ-MILLER PARK PROJECT 2016 IOWA CITY, IOWA I hereby certify that this document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: P 11-09-2016 Keith Billick, RLA Landscape Architect Iowa Reg. No. 657 My license renewal date is June 30. 2017. SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET t} CITY.{ CLERK TABLE OF CONTENTS 1O A CITY. IOWA NOTICE TO BIDDERS AF-1 NOTE TO BIDDERS NB-1 FORM OF PROPOSAL FP-1 BID BOND BB-1 FORM OF AGREEMENT AG-1 PERFORMANCE AND PAYMENT BOND PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 WAGE THEFT POLICY WT-1 GENERAL CONDITIONS GC-1 SUPPLEMENTARY CONDITIONS SC-1 BIDDER STATUS FORM BF-1 TECHNICAL SPECIFICATIONS Section 01-0250 Measurement and Payment 010250-1 Section 01-0250 Control of Materials 011060-1 Section 01-3100 Progress and Schedules 013100-1 Section 03-3000 Cast-in-Place Concrete 033000-1 Section 31-1000 Earthwork & Site Clearing 311000-1 Section 32-1316 Stamped Concrete 321316-1 Section 32-9210 Seeding 329210-1 Section 32-9220 Sodding 329220-1 Section 32-9300 Plant Material & Planting 329300-1 Section 33-4600 SubDrains and Footing Drain Collectors 334600-1 NOTICE TO BIDDERS Frauenholtz-Miller Park Project 2016. F , 0 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 27th day of December 2016. 2016 NOV 15 PM 4' OE Sealed proposals will be opened immediately thereafter by the City Engineer or designee. CITY C!ERK Bids submitted by fax machine shall not be i.i A CII 1, 10 WA deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Pro- posals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3rd day of January 2017,or at special meeting called for that purpose. The Project includes, but is not limited to the following: Provide materials and labor associated with 2 pieces of playground equipment, 17 plantings, 355 SY of decorative concrete, 988 SY of cast-in-place concrete sidewalks, 2 park shelters, 3 benches, 4 picnic tables, and 1 drinking fountain. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10)calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen(15)calendar days following award of the contract,or until rejection is made.Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent(100%)of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save AF-1 harmless the City from all claims and damages of any kind caused directly or indirectly by the F operation of the contract,and shall also guarantee ,. the improvements for a period of two (2) year(s) from and after its completion and formal accep- , tance by the City Council. 2016 'U 15 Ptd G: OF The plans, specifications and proposed contract documents may be examined at the office of the CITY CLERK City Clerk. Copies of said plans and specifications 1016iA CITY, IOWA and form of proposal blanks may be secured at Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A $25.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technographics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. 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 AF-2 NOTICE TO BIDDERS Frauenholtz-Miller Park Project 2016. Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 22nd day of December 2016. Sealed proposals will be opened immediately I!: 4 a thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be i. t.�t. •:'1 deemed a "sealed bid" for purposes of this G I T Y, 10V,'; Project. Proposals received after this deadline will be returned to the bidder unopened. Pro- posals will be acted upon by the City Council :t a meeting to be held in the Emma J. Harva all t 7:00 P.M. on the 3rd day of January 2i 7, or at pecial meeting called for that purp.se. The Project includes, but is not li ' ed to the folio 'ng: Provide materials and labor associa d with 2 pieces of playground equipmer , 17 plantings, 3 . SY of decorative concrete, 988 SY of c..t-in-place concrete sidewalks, 2'park shelte' , 3 benches, 4 picnic tables, and 1 inking •.untain. All work is to be one ' strict compliance with the plans and sped ' :tions prepared by Shive- Hattery which hay- eretofore been approved by the City Council and =re on file for public exami- nation in the O'ice of tV City Clerk. Each prop. al shall b' completed on a form furnished b; the City and riv st be accompanied in a seales envelope, sepbrate from the one containi•g the proposal, by 4id bond executed by a c. poration authorized to contract as a surety in the State of Iowa, in the sum df 10% of the bid. Th: bid security shall be made 'payable to the Tr EASURER OF THE CITY OFNOWA CITY. AWA, and shall be forfeited to the"City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contr' t and post bond satisfactory to the City ensuri the faithful performance of the contract and ma te- nance of said Project, if required, pursuant to e provisions of this notice and the other contradt documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City. and shall guarantee the prompt payment of all materials and labor, and also protect and save AF-1 harmless the City from all claims and damages of s.\ any kind caused directly or indirectly by the operation of the contract, and shall also guarantee ... the improvements for a period of two (2) year(s) from and after its completion and formal accep- tance by the City Council. f. Pt _f t t.r c. The plans, specifications and proposed contract 5 �ti,f E documents may be examined at the office of the City Clerk. Copies of said plans and specifications i TY CLL j.i i and form of proposal blanks may be secured at '0;'',;k (;i T Y, 10';';-,\ Rapids Reproductions/Technographics of Iowa ity located at 415 Highland Ave Suite 100, by b .pa fide bidders. A $25.00 refundable fee i req\iired for each set of plans and specificatio•s prov)ded to bidders or other interested per •ns. The ?e shall be in the form of a check made payable, to Technigraphics. The fez will be returned\if the plans are returned in un arked and reusable \condition within 15 days of Council Award. Prospectiv: bidders are advis=: that the City of Iowa City de sres to employ •inority contractors and subcontra.tors on City •rojects. A listing of minority contra ors can •e obtained from the Iowa Departmen- of Economic Development at (515) 242-4721 a d e Iowa Department of Transportation Con. :cts Office at (515) 239- 1422. Bidders shall lis on e Form of Proposal the names of pers• s, fir , companies or other parties with w •m the bi er intends to subcon- tract. This lis shall include he type of work and approximat- subcontract am unt(s). The Co•tractor awarded e contract shall submit - list on the Form of Agreement of the propos"d subcontractors, together with quanti- ties, it prices and extended dollar amounts. By irtue of statutory authority, pr erence must be given to products and provision grown and eal produced within the State of to a, and to owa domestic labor, to the extent la ully re- quired under Iowa Statutes. The Iowa r- iprocal resident bidder preference law applies o this Project. The City reserves the right to reject any • all proposals, and also reserves the right to wave technicalities and irregularities. Published upon order of the City Council of low_ City. Iowa. MARIAN K. KARR, CITY CLERK AF-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal Envelope 3: Bidder Status Form NB-1 FORM OF PROPOSAL L E FRAUENHOLTZ-MILLER PARK PROJECT 2016 i :16 NOV 15 AM 11: 48 CITY OF IOWA CITY CITY CLEK NOTICE TO BIDDERS: ICITY, 10V' PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor. services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and . and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP-1 BID FORM FRAUENHOLTZ—MILLER PARK PROJECT 2016 7 e r: . v' CITY OF IOWA CITY - ' ^Rv. ►!ntr 1 7 ` t , n, ITEM NO. ITEM UNIT UNIT PRICE QUAN. ' TOTALPRICE General 4 1 Mobilization LS 1 Surfacing 2 Demo and Removals SY 279 3 Colored & Stamped PCC, 6" SY 355 4 Ramps each 5 5 PCC Sidewalk, 6" SY 988 Site Work and Landscaping 6 Electrical Conduit , 2" PVC LF 200 7 Erosion Control LS 1 8 6" perforated PVC w/ Filter Sock and Rock Chamber LF 150 9 6" PVC LF 140 10 Earthwork LS 1 11 Trees each 17 12 Sodding SQ 98 13 Seeding LS 1 14 Play Area Mulch CY 112 15 Limestone Outcropping each 6 Site Amenities 16 Shelter each 2 17 Bike Racks each 2 18 Trash Cans each 3 19 Benches each 3 20 Water Fountain / sump/ Back Flow Preventor each 1 21 Park Sign each $2,0000.00 1 $2,000.00 22 Picnic Table each 4 23 Play Structure each 1 TOTAL PROJECT COST FP-2 BID FORM FRAk ENHOLTZ-MILLER PARK PROJECT 016 CITY OF IOWA CITY ITEM NO. ITEM UNIT U T PRICE QUAN. TOTALPRICE General 1 Construction Staking LS 1 2 Mobilization LS 1 Surfacing 3 Demo and Removals SY 279 4 Colored&Stamped PCC,6" ® _ _ 355 5 Ramps Ill.237 5 6 PCC Sidewalk, 6" IMF 988 Site Work and Landscaping 7 Electrical Conduit, 2" PVC 1r LF 200 8 Erosion Control LS 1 9 6"perforated PVC w/Filter Sock and Rock Chamber LF 150 10 6"PVC LF 140 11 Earthwork S 1 12 Trees e- h 17 13 sodding S•' 98 14 seeding LS 1 15 Play Area Mulch CY 112 16 Limestone Outcropping each 6 Site Amenities 17 Shelter each 2 18 Bike Racks each 2 19 Trash Cans each 3 20 Benches each 3 21 Water Fountain/sump/Back Flow reventor each 1 22 Park Sign each $2,i 000.00 1 $2,000.00 23 Picnic Table each 4 24 Play Structure each 1 TOTAL PROJECT COST FP-2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-3 BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20 . (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). ib i-4t i,z ; a A'4 11: 4$ Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20_, for the Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers • b. Plans; c. Specifications and Supplementary Conditions: d. Notice to Bidders; e. Note to Bidders: f. Performance and Payment Bond; g. Bidder Status Form; h. Contract Compliance Program (Anti-Discrimination Requirements); i. Proposal and Bid Documents; and j. 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 prices, and extended dollar amounts, are as follows (or shown on an attachment): AG-1 7. 1£ NOV 15 A1111: 145 CITY CLERK 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 20 City Contractor By By (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) roc. tiny c me Ii _ r Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators. successors and assigns,jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that. if Contractor shall promptly and faithfully perform said Agreement. then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement. the Owner having performed Owner's obligations thereunder. the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price. but not exceeding the amount set forth in the first paragraph hereof. The term "balance of PB-1 the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement. together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 Contract Compliance Program I Iz_. 11.ardwziri- • •754rbip. 4:4 �III42%; iih "744Prillibil41.."1"11717k.11 "ilkallism_______ CITY0F IOwA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. nco, cn a 7, n r'� m mgr\asst\contractcompliance.doc CC-1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. 20161,QV 15 r, With respect to the performance of this contract, the contractor, consultant or vendor agreE a follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment. promotion, demotion, or transfer: recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City. enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display. in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mgrlassticontractcompliance.doc CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? f ¢ PILI..• 2016 Nu 15 F 12: O2 CITY CLERK ln,sr,‘ CITY. t^ = The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date mgr\assticontractcompliance.doc CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY 3 L • Determine your company's policy regarding equal employment opportunities..Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings. web page postings, employee handbooks. and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion. transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgr\asst\contractcompliance.doc CC-4 Attached for your information is a copy of Section 2 —3- 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. c?'"C• c 7:a•r -0 t O ru CC-5 2-3-1 : EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender icte?tity, marital status, national origin. race, religion, sex or sexual orientation. (Ord. 03-4405, 12-16- 2003) cn B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage. childbirth and recovery therefrom are. for all job related purposes. temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a CC-6 bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647. 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) ars C? Cr► n ti'21 r.) CC-7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti-discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising: layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC-8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to,any person or entity(including an owner of more than 25%of the entity)who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter"Wage Theft Policy") I. Application. The Wage Theft Policy applies to the following: "" C a. Contracts in excess of$25,000 for goods, services or public improvements. -- -` ci b. Contracts for discretionary economic development assistance. Discretionary' economic development assistance shall mean any economic development assistance provided by the CIt' Of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. Ill. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity(including an owner of more than 25%of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. WT-1 The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. TM's Q Y C" [.rl °'"" C7) tt . - C7 3 • rn C..7 WT-2 In v f w WAGE THEFT AFFIDAVIT 20163O,' 15 PN12: CITY CLLR lid';, a CITY,sirs Wh STATE OF )ss: COUNTY , upon being duly sworn, state as follows: 1. I am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25%of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law,the Iowa Minimum Wage Act,the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on , 20_ Notary Public in and for the State of WT-3 GENERAL CONDITIONS ,.a. � 20 C b NOV 15 "M 0 3 Iowa Department of Transportation "Standard Specifications for Highway-' and- Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. WT-1 SUPPLEMENTARY CONDITIONS I n 2016 NOV 15 PH 12: 0:1 ARTICLES WITHIN THIS SECTION , CII uL i_ \i1 rv,req r. IOWA CITY{, I S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form Caption and Introductory Statements These Supplementary Conditions amend or supplement the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICA- TIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work SC-1 will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. 1 A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a I ' Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. SC-2 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any) such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special-exclusions or ' Q limitations not common to the type of coverage being provided, such exclusions or_, limitations shall be noted on the Certificate of Insurance. ; : 'NA 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. SC-3 C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and"; expense (including reasonable attorney's fees and court costs) resulting from, arising•' out of, or incurred by reason of any claims, actions, or suits based upon^or alleging bodily injury, including death, or property damage rising out of or resulting`from them: 03 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.bygeither of them. :Uit,i L I Y, 10' : 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRAC- TOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of themselves or others employed on the project. SC-4 Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance-ofnsuch X14 person or employee. ,`D To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC- 1. S-9 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page VVT-1. S-10 MEASUREMENT AND PAYMENT. The provisions provided in these contract documents will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-11 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-12 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-13 BIDDER STATUS FORM. 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. Note that these requirements involve only roadway projects not funded with Federal monies. SC-5 Bidder Status Form To be completed by all bidders Part A Please answer"Yes"or"No"for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review thii:oasjhegt-Qn the oextipage). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail,telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes"for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No"to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to _/ /___ Address: City, State, Zip: -- Dates: / / to /____.__..i Address: • City, State, Zip: --- Dates: / _/ to Address: _- You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes"to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D l certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156, This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. L Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa,the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. G.7 rn — c.n r- -1;y r:� 309-6001 02-14 BF-2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21,the Labor Commissioner hereby adopts a new Chapter 156,"Bidder Preferences in Government Contracting,"Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C'as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical;other more substantive changes are described below. References to"domicile"were removed from several rules. Subrule 156-2(1)was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses,not construction worksites, must be reported;to remove a reference to perjury;and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b"was changed by deleting the phrase`under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b"was changed by adding the phrase"if applicable." In rule 875-156.3(73A),the term"public body"replaced the term"nonresident bidder." A new rule 875-156.9(73A)containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making,no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12,2014. The following amendment is adopted. Adopt the following new 875 Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A)Purpose,scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act"means Iowa Code section 73A.21. "Affiliate,"when used with respect to any specified person or entity,means another person or entity that, either directly or indirectly through one or more intermediaries, controls,or is controlled by,or is under common control or ownership with,such specified person or entity. "Commissioner"means the Iabor commissioner appointed pursuant to Iowa Code section 91,4 or the labor commissioner's designee. ' "Division"means the division of labor of the department of workforce development "IC .,.Y... 1 -- ' tJl —I - rn Cr1 --ter) IN) C.+J Dr-3 "Nonresident bidder"means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent,"when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body"means the state and any of its political subdivisions,including a school district,public utility,or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state,its agencies,and any of its political subdivisions and includes road construction,reconstruction,and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder,the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary,"when used with respect to any specified person or entity,is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A)Reporting of resident status of bidders. 156.2(1)Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder,the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state,to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that,except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body_ 156.2(2)Determining residency status. a. For purposes of the Act,a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2)"a"for determining whether a person or entity in that state or country is a resident bidder,then the more stringent definition applies. 156.2(3)Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship,the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or joint venture,more than 50 percent of the general partners w...: or joint venture parties are residents of Iowa for Iowa income tax purposes; ., C , 2 - rn "' . N) 'T'p CD 47,3 BF-4 c. In the case of a limited liability partnership which has filed a statement of qualification in this state,the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state,the limited partnership or limited liability limited partnership has not filed a statement of termination; f In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa,the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa,the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state,the corporation (1)has paid all fees required by Iowa Code chapter 490,(2)has filed its most recent biennial report,and (3)has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation(1)has received a certificate of authority from the Iowa secretary of state,(2)has filed itsmost recent biennial report with the secretary of state, and(3)has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked;or lc The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91C. 156.2(4)Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail,telephone calls,and e-mails; and - b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable,made payments to the Iowa unemployment insurance fund,if applicable,and maintained an Iowa workers' compensation policy,if applicable,in effect for each of those three years. 875-1563(73A)Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder,the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference,a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or fgrtign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify-4s a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country a:the nonresident bidder to whom the contract was awarded would apply a preference to the sabot ntraeter. 3 Fri -tz t'v cp ES NO s.a Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A)Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2)or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue,Des Moines,Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid;the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3)Availability of written complaint form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A)Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep,for a period of not less than three years,accurate records of all workers employed by the contractor or subcontractor on the public improvement The records shall include each . worker's name,address,telephone number if available,social security number,trade classification,and starting and ending date of employment. 875-156.6(73A)Investigations;determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1)Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee,and to investigate those facts,conditions,or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. c. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths,take or cause to be taken deposition of witnesses,and require by subpoena the attendance and testimony of witnesses and the production of all books,registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant xtt the merit system provisions of Iowa Code chapter 8A,subchapter IV. 4 -4 Cl 111 cn t`*ta ro t) - cD BF-6 f Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days,the commissioner may direct,within 15 days after the end of the 10-day period,that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2)Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3)Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference,the division may pursue the following remedies. 156.7(1)Injunctive relief If the division determines that a violation of the-Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement,or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed$1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed$15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty,the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A)Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held inval4 by a 5 court,the remainder of these rules or the rules'applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13,effective 2/12/14] [Published 1/8/14] EDrrOR'S NOTE:For replacement pages for IAC,see IAC Supplement 1/8/14. • ra CD _) .- 1Iry y5 i:in 717( 6 un Fri co c.� BF-8 SECTION 01-0250 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 SUMMARY A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.2 STANDARD OF MEASUREMENTS A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.3 SCOPE OF PAYMENT A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. L PART 2 - PRODUCTS ..; 2.1 NONE �W �;�'- PART 3 - EXECUTION r't �"C' `, 3.1 PROCEDURE -, A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01 0250-1 3.2 BID ITEMS A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. _• ; Li-\ rj i...tl 01 0250-2 The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS 1. Demo and Removals. The unit price for this item will be paid based on the number of square yard of demolition, removal and disposal of all existing sidewalks, curb & gutter and other existing site improvements as indicated on the plans. 2. Colored & Stamped Portland Cement Concrete (PCC). The unit price for these items will be paid based on the plan quantity of square yard of Integral colored stamped PCC sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, integral coloring per Section 32-1316, stamping, curing, jointing and joint sealing, and backfilling at form lines. 3. Portland Cement Concrete (PCC) Sidewalk and ADA Ramps. The unit price for these items will be paid based on the plan quantity of Portland Cement Concrete sidewalk and ADA ramps constructed at the specified widths, thicknesses and mix designs. Included with, but not limited to, these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, curb & gutter, curing, jointing and joint sealing, truncated dome inserts, and backfilling at form lines. 4. Electrical Conduit. Includes full compensation for all materials, labor, supervision, tools, equipment, supplies, excavation, trenching and incidentals to complete the electrical conduits indicated on the plans. 5. Erosion Control. The unit price for silt fence will be paid based on the number of linear feet installed at locations indicated on the plans or as directed by the Engineer and includes installation, maintenance and removal upon establishment of ground cover. The unit price for erosion control mat will be paid based on the number of squares (1 square = 100 square feet) of actual area covered and includes supply and placement of specified material, anchor slots, junction slots, check slots, terminal folds, lap joints and maintenance. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. -- p 6. PVC Subdrain and Rock Chamber. ' -'' The unit price for subdrain and rock chamber will be paid based on the number of linear 01 0250-3 feet placed. Included with, but not limited to, these items is trenching, disposal of excess excavated material, furnishing and placing blind ends, elbows, tees, aggregate rock, including coverings, grouted joints, special connections, drilling or coring into outflow drainage facilities, furnishing and placing porous backfill, and finishing the surface as directed by the Engineer. 7. Earthwork. The unit price for this item will be paid based on a lump sum price for sub-grade placed for earth berms, topsoil stripped, salvaged and re-spread. Included with this item is all work required to furnish, haul and place sub-grade, remove material from cuts, or areas to be covered by fill, preparation of vegetation, and hauling, depositing, and re-spreading the topsoil on areas to be seeded and sodded. Also included is mowing, plowing, blading, disking, and stockpiling. Topsoil shall be removed to a uniform 8-inch depth. If rock is encountered during earthwork operations, it shall be uncovered but not excavated until measurements have been made by the Engineer, unless in the opinion of the Engineer, satisfactory measurements can be made in some other manner. 8. Trees and Shrubs. The unit prices for these items will be paid based on the number of trees and shrubs planted for each type, class and size specified, in locations marked by the City Forester. Included with these items is furnishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved soil mix, hardwood mulch, and all upkeep as specified, including a one-year guarantee.. 9. Sodding. The unit price for this item will be paid based on the number of squares (1 square = 100 square feet) of sod placed and includes preparation of sod bed, fertilizing materials, installation of sod, watering and all upkeep as specified, including a one-year guarantee. All disturbed areas not replaced with pavement shall be sodded unless noted on the plans or directed by the Engineer. 10. Seeding. The unit price for this item will be paid based on the number of acres seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one-year guarantee. No distinction in unit price shall be made for various seed mixtures specified. Only disturbed areas not replaced with pavement and sod shall be seeded unless noted on the plans or directed by the Engineer. 11. Play Area Mulch Includes full compensation for all materials, labor, supervision, tools, equipment, supplies, and incidentals to complete stockpile, haul and install imported wood chip mulch to the 01 0250-4 depth indicated on the plans within the play areas. 12. Limestone Outcropping Includes full compensation for all materials, labor, supervision, tools, equipment, supplies, and incidentals to complete in place, provide, and install limestone outcroppings as shown on plans. 13. Site Amenities (shelter, bike racks, trash cans, benches, picnic tables & play structures). Includes full compensation for all equipment, structures, materials, labor, supervision, tools, equipment, supplies, and incidentals to complete installation of the site amenities as indicated on the plans. 14. Installation of Drinking Fountain and Water Service. The unit prices for construction of drinking fountain and water services will be paid based on the number of each size and type installed. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL. a. Furnishing and installing pipe, joint materials and fittings. b. All water main adapters and sleeves required for installation and connections to existing water mains. c. Furnishing and installing tapping sleeves, corporation cocks, tapping services, curb shut-off valves and boxes, couplings for connections to existing water services, and removal of abandoned service valve boxes. d. All trench, mole, exploratory, and hand excavation. e. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. f. Supply, placement and compaction of standard backfill and granular backfill material. g. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as necessary. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. ;$ j. Testing and disinfection of water mains and water services'as required. k. Dechlorination of flushed water entering storm sewer system. -*s r- 01 0250-5 Temporary support of existing utility mains and service lines. m. Repair or replacement of utility services damaged by Contractor. n. Protection of existing valves so they are fully operational and accessible during construction. o. Connections and/or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. p. All materials, labor, supervision, tools, equipment, supplies, and incidentals to complete the installation of drinking fountains and aggregate sump pits as indicated on the plans. 15. Park Sign. A place holder budget amount of$2,000.00 shall be included for this line item. END OF SECTION cr• 01 0250-6 SECTION 01-1060 CONTROL OF MATERIALS 1.1 MATERIALS SOURCE OF SUPPLY AND QUALITY REQUIREMENTS A. Materials used in the work shall meet all quality requirements of the contract documents. In order to expedite inspection and testing of materials, the Contractor shall notify the Engineer in writing of the proposed sources of those materials requested by the Engineer promptly after being awarded the contract. Any material shall be produced with a reasonably uniform quality and within requirements specified; the producer shall perform quality control tests and evaluations the producer believes necessary to control the product adequately. All materials for use in the project are subject to inspection and tests at any time prior to being incorporated into the work. B. For the convenience of the Contractor, and when convenient to the Engineer, materials may be inspected at the site of production. Materials tested and found in compliance at the site of production may be later inspected for reasonably close conformity and normally will not be rejected except for obvious mistakes, contamination, quality change, or mishandling. To avoid later rejection, materials that usually show an extreme change in character or quality prior to or during the process of incorporation into the work should be produced to more rigid limits than those required by the specifications. C. At the option of the Engineer, approval of the source. or approval of materials at the source prior to delivery, may be required. If it is found after trial that sources of supply for previously approved materials do not produce specified products or when conditions are such that use of unfit materials cannot be prevented except by extraordinary inspection methods, the Contractor shall furnish materials from other sources. Before delivery, and at any time during the process of preparation and use, materials shall be subject to the approval of the Engineer. D. Materials not previously inspected will be inspected at the project site. Acceptance at that time will be based on sampling and testing, producer's certifications, visual inspection, or any combination of these at the discretion of the Engineer. E. Use of materials on the basis of the producer's certification, quality control tests, and evaluations may be permitted or required. The Engineer may require specific data obtained by qualified persons and procedures be provided with the material, when delivered. 1.2 ALTERNATE PROCESSES, EQUIPMENT, OR MATERIALS A. General: In order to establish a basis of quality for the work, performance, or economy of operation, certain processes, types of machinery and equipment, or kind of material may be referenced in the contract documents by designating a manufacturer by name and referring to its brand or model numbers. Such reference is not intended to foreclose other processes, equipment or materials that will in the sole discretion of the Engineer meet. or exceed. the designated standards. There may be instances where the Engineer will not consider alternate processes, equipment, or materials. B. Consideration: 1. The Jurisdiction may consider alternate processes, equipment, or materials for those specified in the contract documents; however, it is only an indication that the Jurisdiction will not foreclose consideration of the bidder's/contractor's request, and is not an approval. Following are the steps for consideration of alternate processes. equipment, or'materials: 3;;,, t�7 01 1060-1 -7 a. If a bidder/contractor desires to use alternate processes, equipment. or materials, the bidder/contractor shall contact the Engineer to confirm the Jurisdiction would consider alternate processes, equipment, or materials for those as specified in the contract documents. b. Support/requirements for submissions of alternatives: i. The Engineer will consider and evaluate other products, equipment, methods, and systems only when such items are accompanied by full and complete technical data, test data, code compliance, and other relevant information, including samples and finishes where appropriate. ii. The bidder/contractor shall submit design information, material compatibility, performance, durability, laboratory tests. chemical analysis. color, manufacturer's specifications, and other relevant information as proof of quality and integrity when presenting proposed alternatives to the Engineer for consideration. The bidder/contractor must include the kind. quality, design, and performance of the proposed materials and equipment. iii. If alternate methods are proposed, the contractor shall furnish complete engineering plans covering the proposed change. iv. It is the sole responsibility of the proposer of any alternative product to have pre- qualified the product proposed for its intended use for compliance with all applicable codes within the Jurisdiction prior to submittal to the Engineer for consideration. c. In making an alternative request, the contractor shall be responsible for all costs including reimbursing the Engineer for services furnished and any time required to review the proposed change. d. If the bidder/contractor desires to use alternate processes, equipment, or materials for those as specified in the contract documents, the bidder/contractor shall secure the written approval of the Engineer before entering an order therefore. e. Proposed alternative processes, equipment. or materials that will in the sole discretion of the Engineer meet. or exceed, the designated standards will be given written approval to be used on the project as an "Approved Equal" or `Equivalent" to the specified item. f. If approval as an "Approved Equal" or "Equivalent" is given by the Engineer, such approval will be on the condition that the bidder/contractor shall be fully responsible for producing construction work in reasonably close conformity with contract requirements. g. In order to ensure fair competitive bidding, it is critical that all bidders base their bids on providing the material, equipment or process (including those trade named) fully complying with the contract documents. h. The contractor shall not be entitled to any additional compensation if the Engineer does not approve the contractor's request for alternate processes, equipment, or materials after the contract is awarded. The bidder/contractor is solely at;risk until the Engineer issues written notification of `Approved Equal" or "Equivalent." i. The Jurisdiction reserves the right to adjust the contract price when the cost of an `Approved Equal" or "Equivalent" is less than the cost of the specified item. The contractor shall estimate the net savings of the proposed alternate and if the . 01 1060-2 19 �" '� Engineer approves the proposal, a change order may be processed to reduce the contract amount by up to 50% of the estimated net savings of the "Approved Equal" or "Equivalent." 2. If the contract documents state that the Jurisdiction will not consider alternate processes, equipment, or materials, the bidder/contractor shall not propose any alternates to those specified in the contract documents. 1.3 SAMPLES AND TESTING A. Each consignment of material shall be tested or inspected before being incorporated into the work and shall be approved by the Engineer in charge of the work before it is used. The Contractor shall allow such facilities for collecting and forwarding samples and subsequent testing as the Engineer may require. B. Samples shall be supplied to allow ample time for testing without delaying the work. No material for which samples are requested shall be used until the samples have been approved. If necessary, work will be delayed or suspended, at no cost to the Jurisdiction, to permit the completion of all specified tests and examinations. Tests made on the samples of materials utilized for improvements constructed under these specifications will be made by the Jurisdiction at no cost to the Contractor. C. All tests shall be made by the Jurisdiction testing laboratory, or at such independent testing laboratories as the Engineer shall approve. Except as otherwise specified, the testing of materials furnished for use under these specifications shall be done according to the methods described in the specific ASTM, AASHTO, AWWA, or other authorized specifications for each material. Results of all tests shall be submitted to the Engineer. 1.4 STORAGE OF MATERIALS A. The Contractor shall be responsible for care and storage of materials delivered to the work site or purchased for use. Material delivered to the work site and damaged before actual incorporation in the work may be rejected by the Engineer even though it may have been previously acceptable. Stored materials shall be located to facilitate thorough inspections, to minimize environmental damage, and not interfere with operations. 1.5 UNACCEPTABLE MATERIALS A. All materials not conforming to the requirements of the specifications at the time they are to be used shall be considered unacceptable, and all such materials will be rejected and shall be removed immediately from the work site unless otherwise instructed by the Engineer. No rejected material. the defects of which have been corrected, shall be used until approval has been given by the Engineer. 1.6 MATERIALS SUPPLIED BY THE JURISDICTION A. When any materials are to be furnished by the Jurisdiction, the designation of such materials and the time of availability will be included in the contract documents. 1.7 MATERIALS SUPPLIED BY THE CONTRACTOR A. Unless otherwise stated in the contract documents, all materials and equipment needed for, or to become a part of, the work shall be furnished by the Contractor. The Contractor shall assume full responsibility for ordering materials and equipment of the quality specified and of the quantity necessary, and shall be responsible for payment of the purchase and/or delivery cost of such materials and equipment. 2- ry cD 01 1060-3 - B. All materials and equipment that become the property of the Jurisdiction as a part of the project shall be unused and newly produced or manufactured with original materials (as opposed to recycled or used materials), shall be state of the art for that material or equipment, and shall be properly stored to protect the integrity of the material and equipment. The Engineer may waive this provision and accept used or recycled material or equipment prior to submission of the bid. Such waiver must be in the form of an addendum. END OF SECTION C rn r>) CD 01 1060-4 SECTION 01-3100 PROGRESS AND SCHEDULES PART 1 — GENERAL 1.1 SUMMARY A. Update as necessary a schedule of the work. Work with the Right of Way, especially work requiring the use of advanced traffic control or lane closure. will require public notification. This notification was must be provided to the Engineering department in a timely manner so proper notification can be release to the public. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.2 SUBMITTALS A. The Contractor shall submit prior to the Pre-Construction meeting an estimated schedule of the proposed work. The schedule shall include dates and durations of work resulting in the installation of traffic control. PART 2 - PRODUCTS Not used PART 3 - EXECUTION 3.1 MEETINGS PRIOR TO CONSTRUCTION A. A Pre-Bid meeting will not be held for this project. B. A Pre-Construction meeting will be held one week prior to beginning work. 3.2 PROGRESS OF WORK A. The specified early start date is February 15, 2017. Late Start Date is March 15, 2017. Project Completion Deadline Date = May 31. 2017. Liquidated Damages = $200 / Day for improvements not completed in the first and second milestones. B. No work shall be done between the hours of 10:00p.m. and 7:00a.m. without the approval of the Engineer. C. Work will proceed in a well-organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.3 COORDINATION WITH UTILITIES A. The Contractor shall work closely with the utility companies to identify utilities prior to planting and to keep clear of utilities during work. •.••-- • rL. ry rNa 01 3100-1 3.3 TRAFFIC CONTROL AND LANE REDUCTIONS A. Contractor shall notify the Engineer 3 days in advance of the installation of traffic control so that a press release can be issued. B. The Contractor shall furnish and install Traffic Control per US Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways", Current Edition and per IDOT Standard Specifications, 2012. END OF SECTION f= C'.] CTS ..fir," CJ1 g 7<IF; -73 T\) t7 C) .r- 01 3100-2 SECTION 03-3000 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Removal of Sidewalks, Shared Use Paths, and Ramps B. Installation of Sidewalks, Shared Use Paths, and Ramps 1.2 DESCRIPTION OF WORK A. Remove existing sidewalks. shared use paths, and ramps. B. Install shared use paths. C. Install sidewalk. D. Install driveway. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials, as well as the following: A. PCC mix design. B. Submit type and color of detectable warnings. C. Results of required testing. 1.4 SUBSTITUTIONS Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY, STORAGE, AND HANDLING Comply with Section 01-1060 Control of Materials, as well as the following: A. Portland Cement Concrete 1.6 SPECIAL REQUIREMENTS Provide 10 calendar days advance notification of a pedestrian path closure to the Engineer and the National Federation of the Blind of Iowa (www.nfbi orq). 1.7 MEASUREMENT AND PAYMENT A. Removal of Sidewalk, Shared Use Path, or Ramp 1. Measurement: Measurement will be in square yards for the area of sidewalks, shared use paths, or ramp removed. 2. Payment: Payment will be at the unit price per square yard for the area of sidewalk, shared use path, or ramp removal. 3. Includes: Unit price includes. but is not limited to, sawing, hauling, and disposal of materials removed. ) B. Removal of Curb �- 1. Measurement: Measurement will be in linear feet for removal of curb by-grinding or sawing, measured along the back of curb. 2. Payment: Payment will be at the unit price per linear foot for the removal of curb. 03 3000-1 3. Includes: Unit price includes, but is not limited to, hauling and disposal of materials removed. C. PCC Sidewalk & Ramps 1. Measurement: Each thickness of PCC sidewalk will be measured in square yards. The area of manholes, intakes, or other fixtures in the pavement will not be deducted from the measured pavement area. 2. Payment: Payment will be at the unit price per square yard for each thickness of PCC sidewalk. 3. Includes: Unit price includes, but is not limited to, minor grade adjustments at driveways and other intersections, subgrade preparation, formwork, additional thickness at thickened edges, jointing, sampling, smoothness testing and correction, and testing. D. Detectable Warnings 1. Measurement: Measurement will be in square feet for the area of detectable warnings installed. Paved area beneath detectable warnings will be measured with sidewalk or shared use path item. 2. Payment: Payment will be at the unit price per square foot for the area of detectable warnings installed. 3. Includes: Unit price includes, but is not limited to, steel bar supports and manufactured detectable warning panels. E. Sidewalk, Shared Use Path, and Ramp Assurance Testing 1. If the contract documents specify that the Contractor is responsible for concrete compression and HMA density testing, performed by an independent testing laboratory hired by the Contractor, measurement and payment will be as follows: a. Measurement: Lump sum item; no measurement will be made. b. Payment: Payment will be at the contract lump sum price. 2. The Contractor will be responsible for payments associated with all retesting resulting from failure of initial tests. PART 2 - PRODUCTS 2.1 PORTLAND CEMENT CONCRETE A. Class B or C concrete with materials complying with Section 7010. Use coarse aggregate of Class 2 durability or better. B. Comply with the following for PCC mixes for sidewalks, shared use paths, and ramps unless otherwise approved by the Engineer. moi*. co I\) 03 3000-2 �" ca Table 7030.01: PCC Mixes Machine Finish Hand Finish Type of Concrete Class B or C Class B or C Slump Minimum 1/2 in. 1/2 in. Slump Maximum 2 1/2 in. 4 in. Percent Air Content Target 7% 7% Minimum 6% 6% Maximum 8 1/2% 8 1/2% 2.2 DETECTABLE WARNINGS Use manufactured detectable warning panels or brick pavers with a non-slip surface and raised truncated domes. Comply with the Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right-of-Way (also known as PROWAG) for contrast and dimension requirements. Also comply with Iowa DOT Materials I.M. 411. 2.3 ISOLATION AND EXPANSION JOINT SEALANT Use a polyurethane, self-leveling sealant complying with ASTM C 920. Application temperature range of 40 to 120°F. Minimum elongation 700%. PART 3 - EXECUTION 3.1 REMOVALS A. Remove sidewalks, shared use paths, ramps and curbs to the removal limits specified in the contract documents. B. Saw pavement full depth in straight lines to the specified removal limits. C. Remove to the specified removal limits without damage to adjacent property, trees, utilities, or pavement that are to remain in place. D. Grind or saw existing curbs at locations specified in the contract documents to install sidewalks, shared use paths, and ramps. E. Dispose of rubble and debris resulting from removal operations. ra it 3.2 SUBGRADE PREPARATION crt A. Sidewalks, Shared use paths and Ramps: R3 03 3000-3 : -: ,D 1. Remove all vegetation and roots from ground surface. 2. Construct grade to final subgrade elevation. a. Cut area: Remove all material that will be displaced by the sidewalk. b. Fill area: Scarify the surface to be covered with embankment to a depth of at least 6 inches and compact. Construct embankment in lifts of 6 inches or less and compact each lift. Tamp surface with a mechanical tamper until firm and unyielding. 3. Remove all soft, spongy, or yielding spots and fill the void with suitable backfill material. 3.3 ADJUSTMENT OF FIXTURES A. Adjust fixtures to conform to the finished pavement surface. Cooperate and coordinate with the utility agency to ensure proper fixture adjustment. B. Comply with Sections 5020, 6010, or 8010 as appropriate. 3.4 PLACEMENT A. Form Setting: Comply with Section 7010 with the following additional requirements and exceptions. 1. Slip form paving equipment may be allowed in lieu of setting forms, if approved by the Engineer. 2. Wood forms are allowed. 3. Use of an automated subgrade trimmer is not required. 4. Set forms true to line and grade and hold them rigidly in place by stakes placed outside the forms and flush with or below the top edge of the forms. B. Concrete Pavement Placement: 1. Sidewalk, Shared Use Paths and Ramps: a. Maintain moist subgrade in front of paving operation b. Deposit concrete on the subgrade as required to minimize rehandling to prevent segregation. c. Hand spread with shovels, not rakes. d. Place concrete as required to slightly overfill the space between the forms. e. Consolidate with vibrators and smooth by use of a straightedge. f. Do not contaminate freshly mixed concrete with earth or other foreign materials. C. Finishing: 1. Sidewalks, Shared Use Paths and Ramps: a. Use a wood float to depress the large aggregate and create a dense surface. b. Allow concrete to set until all shine has disappeared from the surface. c. Smooth with a metal trowel until surface is free from defects and blemishes. d. Construct joints by sawing or by using a jointer or groover tool. e. Finish edges of sidewalk or driveway with an edging tool having a radius of V 03 3000-4 l.� approximately 1/2 inch. Ensure tool marks do not appear on the finished surface. f. Brush with a soft broom at right angles to the side forms to provide a non-skid surface. D. Curing: When curing is specified in the contract documents. E. Jointing: 1. Construction Joints: a. Locate construction joints to provide uniform joint spacing. b. Place a construction joint at the close of each day's work or when depositing of concrete is stopped for 45 minutes or more. c. Form construction joint by using a header board. Set perpendicular to the surface and at right angles to the centerline. 2. Transverse Contraction Joints: a. Sidewalks, Shared Use Paths and Ramps: 1) Space transverse joints equal to the width of the shared use path, or as specified in the contract documents. Space driveway contraction joints so panel length does not exceed 12 feet. 2) Form transverse contraction joints to a depth of 1 1/4 inches with a pointed trowel or jointing tool. In lieu of forming, joints may be sawed within 12 hours of placement with a 1/8 inch blade saw to a depth of 1/3 the pavement thickness. Use a straightedge if joints are sawed with a hand-held saw. 3. Longitudinal Contraction Joints: a. Sidewalks, Shared Use Paths and Ramps: 1) Space longitudinal contraction joints so panel width does not exceed 24 feet. 2) Form longitudinal contraction joints to a depth of 1 1/4 inches with a pointed trowel or jointing tool. In lieu of forming, joints may be sawed with a 1/8 inch blade saw to a depth of 1/3 the pavement thickness. Use a straightedge if joints are sawed with a hand-held saw. 4. Isolation Joints: a. Install isolation joints where sidewalks, shared use paths, or ramps abut roadway pavement, parking lots, buildings, and structures. b. Install a 1/2 inch or 3/4 inch thick strip of preformed resilient joint material to the full depth of concrete. Trim any isolation joint material protruding above the finished work to the level of the abutting concrete. c. If the isolation joint is to be sealed, place the preformed material 1/2 inch below the level of the abutting concrete. 5. Joint Sealing: a. Do not seal construction or contraction joints in sidewalks, shared use paths.or ramps. yt.a 3.5 DETECTABLE WARNING INSTALLATION 11 A. Manufactured Panels: r rn'TJ 03 3000-5 PJ 1. Install according to manufacturer's recommendations. 2. Set panels in fresh concrete. 3.6 TOLERANCES FOR SHARED USE PATHS AND RAMPS A. Check finished surface with a 10 foot straightedge placed parallel to the centerline. B. Ensure the cross-section and profile of the pavement is constructed to within a tolerance of 1/4 inch in 10 feet (0.2%) of the design grades. This does not allow maximum slopes to be exceeded. C. Mark areas showing bumps of more than 1/4 inch in 10 feet and grind down with an approved grinding tool to an elevation where the area will not show deviations in excess of 1/8 inch. 3.7 CLEANING A. Remove all litter and construction materials or tools immediately after the end of the curing period. B. Remove excess dirt from the site. C. Broom clean completed sidewalks, shared use paths, and driveways. 3.8 TESTING A. General: When testing is specified in the contract documents as the Contractor's responsibility, provide testing using the services of an independent testing laboratory approved by the Engineer. B. Concrete Compression Tests: When the concrete volume placed on a single day exceeds 20 cubic yards, comply with the following test requirements. When deficiencies are encountered, comply with Section 7010, 3.08, E. 1. Prepare at least two test cylinders per day. 2. If the concrete volume placed on a single day exceeds 200 cubic yards, prepare two test cylinders for each 200 cubic yards placed. 3. Provide 7 and 28 calendar day tests according to ASTM C 39. Minimum compressive strength is 2,000 psi at 7 days and 4,000 psi at 28 days. 3.9 SIDEWALK AND CURB RAMP COMPLIANCE Compliance with cross slopes and grades, as well as all other elements, for sidewalks and curb ramps is crucial. If the construction cannot be completed as specified in the contract documents, it may be necessary to adjust slopes within the accepted legal limitations. Contact the Engineer prior to placement of the concrete if changes from the values specified in the contract documents are being made. END OF SECTION r.-.� [_a Cji Wd" n 03 3000-6 r-- SECTION 31-1000 EARTHWORK& SITE CLEARING PART 1 -GENERAL 1.1 SECTION INCLUDES A. Clearing and Grubbing B. Earthwork, Excavation, and Embankment Construction C. Subgrade Preparation D. Subbase Construction E. Topsoil 1.2 DESCRIPTION OF WORK Excavate and construct embankments, sub-grades, and subbases. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials, as well as the following: Submit results of Standard Proctor and in-place density tests on compactions when required. 1.4 SUBSTITUTIONS Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY, STORAGE, AND HANDLING Comply with Section 01-1060 Control of Materials. 1.6 SCHEDULING AND CONFLICTS Notify the Engineer at least 3 calendar days prior to start of operations. 1.7 SPECIAL REQUIREMENTS If impractical, or if scheduling does not allow the removal of utilities before excavation, work around the utilities. 1.8 MEASUREMENT AND PAYMENT A. Topsoil: c�- ---- C.11 1 a. On-site Topsoil: r a. Measurement: Measurement will be in cubic yards of topsoil stripped, salvaged, and spread, and will be computed on the basis of a uniform 8 inch finished thickness, or as specified. b. Payment: 1) Payment will be at the unit price per cubic yard. 2) Topsoil salvaged from excavated areas and paid as topsoil will not be included in excavation quantities for which payment is made. 3) Overhaul will not be paid. 1. Compost-amended Topsoil: a. Measurement: Measurement will be the same as for on-site topsoil. b. Payment: Payment will be the unit price per cubic yard. c. Includes: This work includes, but is not limited to, furnishing and incorporating compost. 1. Off-site Topsoil: a. Measurement: Measurement will be in cubic yards for furnishing, excavating, hauling, and incorporating the material. b. Payment: Payment will be at the unit price per cubic yard. B. Class 10, Class 12, or Class 13 Excavation: 1. Measurement: a. Measurement for Class 10, Class 12, and Class 13 material excavated from the project site and borrow areas will be the plan quantity in cubic yards, without final field measurement. Adjustments may be made to the plan quantities if agreed to by both the Engineer and the Contractor. b. If either the Contractor or the Engineer desires actual measurements rather than using contract document quantities, that party must provide written notice to the other party prior to starting work. 1. If actual measurements are used, use cross-section surveys by the Engineer before and after work for the basis of computing the cubic yards of excavation. The extra survey cost will be paid by the party requesting the survey. 2. When the Engineer determines it is impractical to make cross-section surveys, use the truck count method, with a shrinkage factor, resulting in volume per truck type and size determined by the Engineer. Unless otherwise specified, use a shrinkage factor of 1.35 for Class 10 and Class 13 excavation. No shrinkage factor will be used for Class 12. 2. Payment: a. Payment will be at the unit price per cubic yard. b. Payment will not be made for excavation work done prior to the staking and, if necessary, cross-sectioning. 3. Includes, but is not limited to: a. Site preparation for, and the construction of, embankment, fills, shoulder backfill. and backfill behind curbs. ,.._ ia... b. Overhaul. c. Finishing the soil surface, including roadways. shoulders, behind curbs. f s. 31 1000-2 side ditches, slopes, and borrow pits. d. Repair or replacement of any fences that have been unnecessarily damaged or removed. e. Compaction testing, as specified in the contract documents. 2. Does not include: Stripping, salvaging, and spreading 8 inches of topsoil, unless otherwise specified in the contract documents. C. Below Grade Excavation (Core Out): If unsuitable or unstable soil is encountered below the 12 inches of subgrade, measurement and payment for removal and replacement of such materials is as follows: a. Measurement: Will be measured and paid as extra work, unless otherwise specified in the contract documents. b. Payment: To be considered for payment, the Engineer must order the removal and replacement of the material. Payment will be considered only in previously undisturbed areas and not in existing embankments or following proof rolling operations. c. Includes: Payment includes, but is not limited to, equipment, tools, labor, disposal of unsuitable materials, dewatering, drying, furnishing, and placement of foundation materials as required by the Engineer, compaction and finishing of the excavated area, and all incidental work as may be required. D. Subgrade Preparation: 1. Measurement: The area of the proposed pavement under which the subgrade preparation is performed, plus 2 feet on each side, will be measured in square yards. 2. Payment: Payment will be at the unit price per square yard. 3. Includes: Work includes, but is not limited to, excavating, manipulating, replacing, compacting, and trimming to the proper grade. E. Subgrade Treatment: 1. Measurement: The area of the proposed pavement under which subgrade treatment is provided, plus 2 feet on each side, will be measured in square yards. 2. Payment: a. Payment will be at the unit price per square yard for each type used. b. Payment is in addition to subgrade preparation. 3. Includes: Work includes, but is not limited to, furnishing, placing, and incorporating the subgrade treatment material [cement, asphalt, fly ash, lime, t— geogrid (type), or geotextiles]. YY 1 71 C) 31 1000-3 F. Subbase: 1. Measurement: The area of the proposed pavement under which subbase is provided, plus 2 feet on each side, will be measured in square yards. 2. Payment: Payment will be at the unit price per square yard. 3. Includes: Work includes, but is not limited to, furnishing, placing, compacting, and trimming to the proper grade. G. Removals: 1. Structures: a. Measurement: Each specified structure removed will be counted. b. Payment: Payment will be at the unit price for each specified structure removed. c. Includes: Unit price includes, but is not limited to, removal and disposal of structures. 1. Culverts: a. Known Box Culverts: i. Measurement: Each type and size of box culvert removed will be measured in linear feet from end to end along the centerline of the flowline. ii. Payment: Payment will be at the unit price per linear foot for each type and size of box culvert removed. iii. Includes: Unit price includes, but is not limited to, removal and disposal of box culverts. b. Unknown Box Culverts: Removal of unknown box culverts will be measured and paid as extra work. c. Known Pipe Culverts: i. Measurement: Each type and size of pipe culvert removed will be measured in linear feet from end to end at the flowline. ii. Payment: Payment will be at the unit price per linear foot for each type and size of pipe culvert removed. iii. Includes: Unit price includes, but is not limited to, removal and disposal of pipe culverts. d. Unknown Pipe Culverts: Removal of unknown pipe culverts will be measured and paid as extra work. 1. Pipes and Conduits: a. Known Pipes and Conduits: i. Measurement: Each type and size of pipe and conduit removed will be measured in linear feet from end to end. ii. Payment: Payment will be at the unit price per linear foot for each type and size of pipe and conduit removed. iii. Includes: Unit price includes, but is not limited to, removal, disposal, and plugging, if specified, of pipes and conduits. iv. Abandoned Private Utilities: Removal of all private utility lines is the responsibility of the respective utility agency, and will not be measured or paid. ;a d F ) 31 1000-4 b. Unknown Pipes and Conduits: Removal of unknown pipes and conduits will be measured and paid as extra work. H. Pavement: Comply with Section 7040. I. Filling and Plugging of Pipe Culverts. Pipes, and Conduits: 1. Known Pipe Culverts, Pipes, and Conduits: a. Measurement: Each type and size of pipe culvert, pipe, and conduit filled and plugged will be measured in linear feet from end to end. b. Payment: Payment will be at the unit price per linear foot for each type and size of pipe culvert, pipe, and conduit filled and plugged. c. Abandoned Private Utilities: Filling and plugging of all private utility lines is the responsibility of the respective utility agency, and will not be measured or paid. 1. Unknown pipe culverts, pipes, and conduits: Filling and plugging of unknown pipe culverts, pipes, and conduits will be measured and paid as extra work. A. Compaction Testing: 1. The Contractor will not be responsible for compaction testing or payment unless otherwise specified in the contract documents. 2. If the contract documents specify that the Contractor is responsible for compaction testing. performed by an independent testing laboratory hired by the Contractor, measurement and payment will be as follows: a. Measurement: Lump sum item: no measurement will be made. b. Payment: Payment will be the contract lump sum price. 3. The Contractor will be responsible for payments associated with all retesting resulting from failure of initial tests. PART 2 - PRODUCTS 2.1 TOPSOIL Use suitable topsoil of uniform quality, free from hard clods, roots, sod, stiff clay, hard pan, stones larger than 1 inch (1/2 inch for turfgrass seeding). lime cement, ash, slag, concrete, tar residue, tarred paper, boards. chips. sticks, or any undesirable material. Use on-site topsoil. unless compost-amended or off-site topsoil is specified. A. On-site Topsoil: On-site topsoil material is material excavated from the top 12 inches of the site. Use of on-site topsoil material is subject to the Engineer's approval. B. Compost-amended On-site Topsoil: Amend low-quality on-site topsoil. not meeting the requirements specified for off-site topsoil. with a minimum of 1 inch of compost for every 3 inches of topsoil. Use compost meeting the requirements of mulch for y � � 31 1000-5 pneumatic seeding in Section 9010, 2.07. C. Off-site Topsoil: Contains at least 3% organic matter, according to ASTM D 2974, has a high degree of fertility, is free of herbicides that prohibit plant growth, has a pH level between 6.0 and 8.0, and meets the following mechanical analysis requirements: Sieve Percent Passing 1" 100 1/2" 95* to 97* 1/4" 40 to 60 No. 100 40 to 60 No. 200 10 to 30 * 100% for turfgrass The Engineer will approve the source of off-site topsoil. Surface soils from ditch bottoms, drained ponds, and eroded areas, or soils that are supporting growth of noxious weeds or other undesirable vegetation, will not be accepted. The Engineer will determine if testing is necessary. The Contractor will be responsible for payment of the testing if the off-site topsoil does not meet the above requirements. If the testing verifies the off-site topsoil does meet the above requirements, payment for the testing will be the responsibility of the Jurisdiction. 2.2 EXCAVATION MATERIALS All project site and borrow excavation will be classified as Class 10, Class 12, or Class 13 as defined below, and as indicated in the contract documents. A. Class 10 Excavation: 1. Class 10 excavation includes all normal soil such as loam, silt, gumbo, peat, clay, soft shale, sand, and gravel. It includes fragmentary rock handled in the manner normal to this class of excavation. 2. Includes any combination of the above described materials and any other material not classified as Class 12 or Class 13. A. Class 12 Excavation: 1. Material deposits so firmly cemented together that they cannot be removed rn 31 1000-6 without continuous use of pneumatic tools or blasting. 2. Class 12 excavation includes the actual measured volume of granite, trap, quartzite, chert, limestone, sandstone, hard shale, or slate in natural ledges or displaced masses. 3. Also includes the estimated or measured volume of rock fragments or boulders that occur on the surface or in subsurface deposits mixed with soil, sand, or gravel when their size, number, or location prevents them from being handled in a manner normal to Class 10 excavation. B. Class 13 Excavation: 1. Class 13 excavation includes all materials listed under the definitions of Classes 10 and 12, and any other material encountered, regardless of its nature. 2. This classification covers work commonly referred to as "unclassified excavation." 3. The contract documents will specify the limits for Class 13 excavation. Excavation within these limits will not be classified as Class 10 or Class 12 excavation. C. Unsuitable or Unstable Materials: 1. Material encountered during excavation above or below grade that does not meet the suitable soil requirements in Section 2010, 2.03. 2. Rubbish and debris, including trees, stumps, waste construction materials, scrap metals, and other materials that cannot be buried or used for backfill or topsoil. 3. Moisture content does not determine suitability of materials. D. Borrow: Unless otherwise provided in the contract documents, when the quantity of fill material required is not available within the limits of the project cross-sections or specific borrow areas as indicated, the Contractor should make up the deficiency from borrow areas provided by the Engineer, or furnish equivalent material from other borrow areas. 2.3 SUITABLE EMBANKMENT MATERIALS Meet the following requirements for all soils provided for the construction of embankments: A. Density of 95 pcf or greater according to ASTM D 698 or AASHTO T 99 (Standard Proctor Density). B. AASHTO M 145 group index of less than 30. 4. ; C. Liquid limit (LL) less than 50. VOIONMOD - V f D. Soils not meeting these requirements are considered unsuitable soils, regardless of classification. 31 1000-7 E. For soils to be placed below water, use clean granular material. 2.4 FOUNDATION MATERIALS A. Select Subgrade Materials: 1. All soils required for select subgrade materials must be approved by the Engineer. Approval of materials and their use will be based on AASHTO M 145. a. Cohesive soils must meet all of the following requirements: 1) 45% or less silt size fraction. 2) Density of 110 pcf or greater according to ASTM D 698 or AASHTO T 99 (Standard Proctor Density). 3) Plasticity index greater than 10. 4) A-6 or A-7-6 soils of glacial origin. b. Granular soils must meet all of the following requirements: 1) Density of 110 pcf or greater according to ASTM D 698 or AASHTO T 99 (Standard Proctor Density). 2) 15% or less silt and clay. 3) Plasticity index of 3 or less. 4) A-1, A-2, or A-3 (0). 2. Crushed stone, crushed PCC, crushed composite pavement, or RAP; mixtures of gravel, sand, and soil; or uniformly-blended combinations of the above; as approved by the Engineer. 3. The Engineer may authorize a change in select subgrade materials subject to materials available locally at time of construction. B. Granular Stabilization Materials 1. Clean, crushed stone or crushed concrete, with the following gradation: Sieve Percent Passing 2 1/2" 100 2" 90 to 100 1 1/2" 35 to 70C_722 1" 0to20 ti �9 1/2" 0 to 5 2. The Engineer may authorize a change in gradation, subject to materials available locally at time of construction. 31 1000-8 A. Subgrade Treatment: 1. Cement: Meet the requirements of AASHTO M 85 for portland cement. 2. Asphalt: Meet the requirements of AASHTO M 140. 3. Fly ash: a. Meet requirements of ASTM C 618 or AASHTO M 295. b. Either Class C or Class F. For Class C, the pozzolanic activity test with lime will not be required. c. Approval of source required. 4. Lime: Hydrated lime should meet requirements of ASTM C 207, Type N or AASHTO M 216, and others. 5. Geogrid: a. Rectangular or Square: Use an integrally-formed grid structure manufactured of a stress-resistant polypropylene material. Use Type 1 geogrid, unless Type 2 is specified. Meet the following minimum physical properties: Table 2010.02: Geogrid (Rectangular or Square) Property Test Method Units Type Type 2 Aperture stability modulus at 20 kg-cmKinney2 - 01 kg-cm/deg 3.2 6.5 Minimum true initial modulus in use Machine direction (MD) ASTM D lb/ft 15,0 32,890 Rn 6637 Cross Machine direction 20,5 44,725 (CMD) 60 Tensile strength, 2%strain MD 270 410 ASTM D lb/ft CMD 6637 380 590 Junction efficiency GRI-GG2-87 % 93 93 Flexural rigidity ASTM D 1388 mg-cm 250,0 750,000 Aperture size Minimum N/A in. 0.5' 0.5 Maximum 2.0 :. 2.0 CD 31 1000-9 1 Geogrids meeting the requirements of Iowa DOT Article 4196.01, B and Materials I.M. 496.01 will be acceptable. 2 Dr. Thomas C. Kinney, P.E. and US Army Corps of Engineers. a. Triangular: Use punched and drawn polypropylene that is oriented in three substantially equilateral directions. Meet the following minimum physical properties: Table 2010.03: Geogrid (Triangular) Property Test Method Units Type 3 Type 4 Aperture stability Kinney1 kg-cm/deg 3.0 3.6 modulus at 5 kg-cm 01 Resistance to loss of load capacity Chemical EPA 9090 resistance Immersion % 90-100 90-100 Ultra-violet light and ASTM D 4355 weathering (500 hrs) Junction efficiency GRI % of 93 93 GG2- ultimate 87 tensile Radial stiffness ASTM D Ib/ft @ 15,000 20,000 6637 0.5/0 strain Rib Patch Longitudinal N/A in. 1.5-1.75 1.5-1.75 Diagonal Mid-rib depth N/A in. 0.04-0.06 0.05-0.08 Mid-rib width N/A in. 0.035-0.05 0.035-0.055 6. Geotextiles: Use a woven or non-woven permeable fabric, manufactured of polymer fibers, meeting the requirements of ASTM D 4439. c.rn A. Subbase: Srri-73 -13 Nei i i5 . rc> C) 31 1000-10 1. Special Backfill: a. Comply with Iowa DOT Specifications Section 4132. The quality requirements of Iowa DOT Materials I.M. 210 for recycled pavements are waived. b. The Engineer may authorize a change in gradation subject to materials available locally at time of construction. 2. Granular Subbase: a. Comply with Iowa DOT Specifications Section 4121. b. The Engineer may authorize a change in gradation subject to materials available locally at time of construction. 3. Modified Subbase: a. Comply with Iowa DOT Specifications Section 4123. b. The Engineer may authorize a change in gradation, subject to materials available locally at time of construction. PART 3 - EXECUTION 3.1 STRIPPING, SALVAGING, AND SPREADING TOPSOIL A. Stripping and Salvaging Topsoil: 1. Mow all weeds, grass, and growing crops or other herbaceous vegetation close to the ground and remove from the site. Shred sod by shallow plowing or blading and thorough disking. Thoroughly shred to allow the soil to be easily spread in a thin layer over areas to be covered. If allowed by the Engineer, herbicides may be applied, and vegetation may be incorporated into the topsoil. 2. Remove an adequate amount of topsoil from the upper 12 inches of existing on- site topsoil to allow finish grading with a finished grade of 8 inches of salvaged or amended topsoil. The topsoil may be moved directly to an area where it is to be used, or may be stockpiled for future use. A. Preparation for Topsoil Placement: 1. Finish excavation and embankment work according to the specified grades and cross- sections; grade and slope all surfaces to drain away from buildings and prevent ponding. Conform to the grading plan within ± 2 inches. 2. Loosen surface to a minimum depth of 4 inches to reduce compaction. B. Topsoil Spreading and Finish Grading: 1. Place the topsoil after all grading and trenching activities in the area have • been completed. 2. Place topsoil at least 8 inches deep; smooth and finished grade according to the contract documents. If topsoil is being amended with compost, thoroughly blend compost with on- site topsoil at the rate specified in Section 2010. 2.01. 31 1000-11 3. After finish grading the topsoil, remove clods, lumps, roots, litter, other undesirable material, or stones larger than 1 inch (1/2 inch for turfgrass). 3.2 EXCAVATION A. Notification: Notify the Engineer prior to start of excavation activities. B. Pavement Removal: 1. Cut surface pavement to full depth as required, and at designated removal lines. 2. Remove all pavement materials. a. If specified in the contract documents or allowed by the Engineer, process for re- use. b. Dispose of excess material as follows: 1) Use as unsuitable soil according to this section. 2) If specified in the contract documents, deliver and stockpile at a site designated by the Engineer. 3) Otherwise, properly dispose of off-site. 3. Remove pavement material broken or damaged by the Contractor beyond designated removal lines to new line designated by the Engineer, and replaced at the Contractor's expense. 4. Protect subgrade beneath existing pavement removal areas. C. Excavation: Perform Class 10, 12, or 13 grading, as specified in the contract documents, to the prescribed grade. D. Shaping of Borrows 1. Ensure that borrow areas provided by the Contractor are regular in cross-section to allow accurate measurement. 2. Ensure that care is taken to blend to natural land forms and avoid unnecessary damage to the land. 3. Do not divert natural drainage of surface water onto adjoining owners, and be diligent in draining the surface water in its natural course or channel. 4. Complete excavation in a way consistent with the existing natural drainage conditions. A. Drainage 1. Provide temporary drainage facilities to prevent damage to public or private interests when necessary to interrupt natural drainage or flow of artificial drains. 2. Restore original drainage as soon as work allows. " u7 rrl ci 31 1000-12 3. The Contractor is responsible for damage resulting from their neglect to provide erosion control or artificial drainage. B. Unsuitable or Unstable Materials 1. Remove unsuitable or unstable materials to a depth specified in the contract documents, or as directed by the Engineer. 2. The Engineer will determine the need for and type of backfill material, including select soil or granular subbase. 3. Remove all soft areas. Replace with approved materials. 4. If subbase materials are used, provide weight tickets at the time of delivery. 5. Dispose of unsuitable or unstable materials according to the requirements in this section. C. Removal of Boulders: Remove all boulders with a minimum diameter of 6 inches. D. Rock Excavation: 1. When excavation to the subgrade elevation results in a surface consisting of loose or solid rock: a. Excavate 1 foot below the finished subgrade elevation. b. Construct subgrade with suitable material. c. Conduct operations so the Engineer is given the opportunity to measure cross- section before placement of subgrade material. 2. When pre-splitting of rock cuts is necessary, the limits of the area and the procedure used will be subject to the approval of the Engineer. 3. Dispose of rocks and boulders 6 inches in diameter and greater off-site. E. Removal or Filling of Pipe Culverts, Pipes, and Conduits: Remove, plug, and/or fill with flowable mortar, as directed by the Engineer. 3.3 EMBANKMENT CONSTRUCTION A. Notification: Notify the Engineer prior to start of embankment activities. B. Site Preparation 1. Remove all ground cover from the area. 2. When an embankment is placed on or against an existing slope that is steeper than 3:1 and is more than 10 feet high, cut the slope into steps as the construction of the new embankment progresses. The steps should ensure that all sod or other potential sliding surfaces are removed. Cut each step or series of steps to approximate horizontal planes which have vertical slope dimensions of at least 3 31 1000-13 feet. A. Depositing Embankment Material 1. Except for rock fills and granular blankets, deposit embankment material in horizontal layers no greater than 8 inches in loose thickness. Do not incorporate vegetative materials in embankments. If some otherwise suitable soil contains small amounts of vegetative materials, such soils may be deposited outside of the shoulder line, within the outer 3 feet of the embankment. 2. When the width at the attained height is 30 feet or more, divide the area upon which the layer is to be placed into separate and distinct dump areas, having widths of at least 15 feet. If hauling equipment is operated within a dump area. cover the area with at least one passage of a tandem-axle disk, or two passages with a single-axle disk, prior to compaction. 3. Keep hauling equipment off dump areas of embankments 36 feet or more in width during compaction operations. Within 36 feet of a bridge or other limiting structure, or where the width of the embankment is less than 36 feet at the attained height, empty hauling units may travel on the dump area during compaction operations, as necessary to pass loaded hauling units. If the design width of the embankment is less than 30 feet at the attained height, hauling units will be allowed to travel through areas where compaction operations are in progress. When any hauling equipment is allowed to pass through compaction operations, do not require water, disking, and compacting equipment to deviate from their intended paths. 4. Deposit the material over the dump area as a separate and distinct operation. If the material. as deposited. contains an average of more than one lump per square yard, large enough to have at least one dimension greater than 12 inches, cover the area by at least one passage of a tandem-axle disk, or two passages of a single-axle disk. Use a disk that is designed and operated to cut and stir to the full depth of the layer. 5. After depositing and disking, if required, smooth the material to a uniform depth with a suitable motor patrol, bulldozer, or self-propelled sheepsfoot-type roller with a blade attachment. In addition to the initial smoothing operation, continue this smoothing and leveling of the lift during compaction, as necessary to provide a surface area free from ruts and other objectionable irregularities. Use the self-propelled sheepsfoot-type roller (meeting the requirements of Iowa DOT Article 2001.05) under the following conditions: a. Leveling must be done according to the prescribed rolling pattern. b. Compaction should be the primary function of the unit. c. Prevent spinning of the power drums. d. When, in the opinion of the Engineer, the unit cannot satisfactorily accomplish both leveling and rolling, use a separate dozer or motor patrol for the leveling operation prior to initiation of compaction. e. For embankments constructed primarily of sand or other granular material, the Contractor may substitute a pneumatic-tired roller meeting the requirements of Iowa DOT Article 2001.05. • -o fl] ``▪a=J ,"may _....) 31 1000-14 6. Keep the outer portion of an embankment lower than its center, and wherever construction will be suspended for a period during which rain is likely to occur. roughen the surface to prevent erosion. This can be done by tracking, disking, or scarifying. Stones 6 inches and smaller in diameter may be placed in embankments, but distributed to avoid pockets. No stones larger than 3 inches may be placed within 1 foot of the finished subgrade elevation. A. Compaction with Moisture and Density Control: Compact with moisture and density control, unless Type A compaction is specified in the contract documents. See Section 2010. 3.09 for moisture and density requirements. B. Type A Compaction: When Type A compaction is specified in the contract documents, compact as follows: 1. After the surface layer has been smoothed, and before material for the next layer is deposited on it, compact the layer with at least one passage of the sheepsfoot-type roller per inch of loose thickness of the layer, until the roller is supported entirely on its feet. The roller will be considered to be supported entirely on its feet when the tamping feet penetrate no more than 3 inches into an 8 inch lift or layer being compacted. 2. Determine if moisture content of the material is excessive or suitable for satisfactory compaction. a. Start rolling operations immediately after the smoothing operation, or delay them.and instead aerate the material in preparation for rolling. b. Perform aeration and compaction operations without unnecessary delay. c. Rolling operations made prior to any aeration operations for a lift will not be counted as any of the required coverages. 3. If the material is dry to the extent that it will not likely be satisfactorily compacted by rolling, moisten the material. a. The Engineer may order the material to be moistened uniformly before it is compacted. b. The Engineer may authorize the use of water in the final finishing of the roadbed. c. Delays from the ordering of moistening or drying will be at the Contractor's expense. 4. The Contractor may substitute compaction with moisture and density control for Type A Compaction. providing all testing as required. at the Contractor's expense. 3.4 USE OF UNSUITABLE SOILS Unsuitable soils are not allowed in the right-of-way, unless otherwise specified in the contract documents or allowed by the Engineer. 3.5 SUBGRADE PREPARATION Shape and consolidate subgrade in preparation for the placement of pavement. A. Uniform Composition: Provide uniform composition of at least 12 inches below top 31 1000-15 of subgrade under new paving or subbase, plus 2 feet on each side. Use select subgrade materials unless granular stabilization materials or subgrade treatment is specified. 1. Subgrade Compaction in Fill Sections: a. Follow the compaction with moisture and density control requirements in Section 2010, 3.04. b. Construct in two 6 inch lifts. 2. Subgrade Compaction in Cut Sections: a. Excavate and stockpile the top 6 inches of subgrade. b. Scarify, mix, and re-compact the next 6 inches of subgrade. c. Replace, mix, and compact the top 6 inches of subgrade. Remove stones over 3 inches from subgrade. Construct to elevation and cross-section such that, after rolling, surface will be above required subgrade elevation. A. Subgrade Stability: Perform proof rolling with a truck loaded to the maximum single legal axle gross weight of 20,000 pounds or the maximum tandem axle gross weight of 34,000 pounds. Operate trucks at less than 10 mph. Make multiple passes for every lane. The subgrade will be considered to be unstable if, under the operation of the loaded truck, the surface shows yielding (soil wave in front of the loaded tires) or rutting of more than 2 inches, measured from the top to the bottom of the rut at the outside edges. If soft or yielding areas are located, remove unstable materials and replace with suitable foundation materials as approved by the Engineer, meeting Section 2010, 2.03. Compact subgrade materials in cut sections as required by the Engineer. If stabilization material is used, place and compact as required for subbase. B. Final Subgrade: Complete final subgrade by excavation to grade by use of steel- shod template supported on side forms, support rollers, or by use of an automatically-controlled subgrade excavating machine. C. Subgrade Check: Check subgrade elevation and grade by method approved by Engineer prior to paving. D. Ruts: If ruts or other objectionable irregularities form in subgrade during construction, re- shape and re-roll subgrade before placing pavement. Fill ruts or other depressions with material similar to other subgrade material, and compact. 3.5 SUBGRADE TREATMENT 2.71 A. Lime, Cement, Fly Ash. or Asphalt: 1. Incorporate the subgrade treatment material uniformly during subgrade preparation to the depth and rate specified in the contract documents. 31 1000-16 2. Place subgrade treatment in the areas specified in the contract documents for the width of the pavement, plus 2 feet on each side. B. Geogrid or Geotextiles: 1. Install according to manufacturer's recommendations, on top of the prepared subgrade. 2. Place in the areas specified in the contract documents for the width of the pavement, plus 2 feet on each side. 3.6 SUBBASE A. Subgrade: Compact subgrade and shape smooth before subbase material is placed. B. Construction: Construct the specified type of subbase to the specified depth. plus 2 feet outside the pavement area. A. Moisture and Density: Compact subbase and provide testing according to Section 2010, 3.09. D. Final Elevation: 1. Trim to the design elevation and shape to the final template with an automatically- controlled trimming machine. Excess material may be salvaged and spread for use on any other approved project location or operation. 2. Conform to the design profile and cross-section to the extent that no point is higher than the designated elevation. and no point is lower than 0.05 foot below the design elevation. 3. Ensure that the top 1 inch of the subbase is uniformly moist prior to paving. 4. Do not allow hauling equipment and other traffic on completed subbase. 3.7 FIELD QUALITY CONTROL A. Compaction Testing: If it is specified in the contract documents that the Contractor will conduct compaction testing, use the services of an independent testing laboratory approved by the Engineer. B. Moisture Content and Density: 1. Ensure that moisture content falls within a range of optimum moisture to 4% above optimum moisture. 2. Compact cohesive soils to no less than 95% of maximum Standard Proctor Density; and cohesionless soils to no less than 70% of Relative Density. C. Testing: r in • cD r 1 31 1000-17 1. Lab Test: Determine laboratory density of material according to ASTM D 698 or AASHTO T 99 (Standard Proctor Density) or ASTM D 4253 and ASTM D 4254 (Maximum and Minimum Index Density for Cohesionless Soils). Provide at least one analysis for each material type used unless provided by the Engineer. 2. Field Test: a. Perform in-place field density and moisture testing according to ASTM D 2922 and ASTM D 3017 (nuclear) or ASTM D 1556 (sand cone) and ASTM D 2216 (moisture content). b. Frequency: 1) Urban Section: Provide one test per lift per 150 feet. If section is less than 300 feet, perform at least two tests per lift. 2) Rural Section: Provide one test for each 500 cubic yards of material placed, with at least two tests per lift. 3. Test only locations selected by the Engineer. 4. The Engineer may require additional testing if noncompliance or change in conditions occur. D. Test Failure: Rework, recompact, and retest as necessary until required compaction is achieved. END OF SECTION Q CJ .� rn 31 1000-18 SECTION 32-1316 EARTHWORK & SITE CLEARING PART 1 GENERAL 1.1 SECTION INCLUDES A. Stamping of new full-depth concrete. B. Coloring of stamped concrete. C. Surface coatings on stamped concrete. 1.2 RELATED REQUIREMENTS A. Section 03 3000 Cast-in-Place Concrete: Concrete mix design; bonding and chemical admixtures; mixing; placement; finishing of concrete surface to tolerance: floating, troweling, and similar operations: frequency and treatment of control joints. 1.3 REFERENCE STANDARDS A. ASTM C109/C109M - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or (50-mm) Cube Specimens); 2013. B. ASTM C309 - Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete; 2011. C. ASTM C979/C979M - Standard Specification for Pigments for Integrally Colored Concrete; 2010. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-Installation Meeting: Conduct a meeting one week prior to start of work of this section. 1. Require attendance of parties directly affecting work of this section, including: a. Installer. b. Contractor's representative. c. Owner's representative d. Landscape architect. 2. Review mock-ups, material sequence, preparation and application, cleaning, protection and coordination with other work. 1.5 SUBMITTALS A. Comply with Section 01-1060 Control of Materials. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Installation methods. C. Maintenance Data: Provide data on maintenance and renewal of applied finishes.: HI 31 1316-1 D. Certificates: Certify that products of this section meet or exceed specified requirements and are suitable for intended application. 1.6 SUBSTITUTIONS A. Comply with Section 01-1060 Control of Materials. 1.7 QUALITY ASSURANCE A. Installer Qualifications: Company specializing in performing the work of this section with minimum five years of experience. 1. Submit installer's list of completed stamped concrete projects. including project name and location, name of Architect/Engineer, and type and quantity of materials applied. B. Testing Agency Qualifications: Independent firm specializing in performing testing and inspections of the type specified in this section. 1.8 MOCK-UPS A. Construct mock-up(s) of stamped concrete to serve as basis for evaluation of workmanship. 1. Number of Mock-Ups to be Prepared: One (1). 2. Use same materials and methods for use in the work. 3. Record technique, timed procedures and material used. 4. Minimum Size: 4' by 4'. B. Obtain approval of mock-up by owner's representative before proceeding with work. C. Retain mock-up(s) until completion of work for use as quality standard. 1.9 DELIVERY. STORAGE, AND HANDLING A. Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying product name and manufacturer. B. Store and handle materials in accordance with manufacturer's instructions. C. Keep materials in manufacturer's original, unopened containers and packaging until application. D. Store materials in clean, dry area indoors and out of direct sunlight. E. Keep materials from freezing. F. Protect materials during storage, handling, and application to prevent contamination or damage. 1.10 FIELD CONDITIONS ,J A. Do not install materials when air and surface temperatures are below 55 degrees F or above 80 degrees F. B. Do not install materials when rain, snow, or excessive moisture is expected during application or within 24 hours after application. v 32 1316-2 PART 2 PRODUCTS 2.1 MANUFACTURERS A. Stamping and Coloring Materials: 1. BrickForm 4050 Color Plant Road Springfield, IL 62702 Phone: 800-624-0261 Website: www.brirckform.com 2. or approved equal. 2.2 STAMPED CONCRETE APPLICATIONS A. Full Depth Stamped Concrete Slab - Type 1: Patterned new concrete. 1. Application(s): As indicated of the plans. 2. Pattern: Running Bond New Brick - Standard FM-5150-S/O. 3. Color is to be achieved as follows: a. Concrete pigment. mixed into concrete prior to placement. 1) Pigment Color: Stone Gray (615). 4. As last step, apply clear sealer. 5. Confirm compatibility of chemical products if supplied from multiple manufacturers. 2.3 INTEGRAL COLORING AGENTS A. Concrete Pigment: Pure, concentrated mineral pigments specifically intended for mixing into concrete and complying with ASTM C979/C979M. 1. Concentration: Base dosage rates on weight of Portland cement, fly ash, silica fume, and other cementitious materials but not aggregate or sand. 2. Packaging: If pigments are to be added to mix at site, furnish pigments in premeasured disintegrating bags to minimize job site waste. B. Concrete Hardener: Premixed, pigmented dry powder densifier, for application prior to concrete set using broadcast method. 2.4 SURFACE TREATMENTS A. Clear Sealer: Suitable for interior and exterior application. 1. Sheen: High gloss, wet look. -' ' ci 2. Color: Clear.` a" cry 3. Products: • -� rn a. BRICKFORM; BRICKFORM Gem Seal 400 VOC: www.brickform.com. • n 32 1316-3 PART 3 EXECUTION 3.1 EXAMINATION A. Examine surfaces and areas to receive stamped concrete. B. Verify that utility penetrations and peripheral work are complete. C. Notify Architect/Engineer of conditions that would adversely affect application or subsequent use. D. Do not begin preparation or application until unacceptable conditions are corrected. 3.2 PREPARATION A. Protect adjacent surfaces, areas, adjoining walls, and landscaping from overspray, blown dry materials, and damage due to work of this section. B. Immediately remove dry pigmented materials from surfaces on which they are not intended to be applied. 3.3 STAMPING A. Match approved mock-ups for pattern, color, texture, and workmanship. B. Use release agent to prevent damage to concrete surface or creation of bugholes during mat removal. C. After removal of stamping mats, make minor surface repairs as required. 3.4 CURING A. Protect recently placed materials from premature drying, excessive hot or cold temperatures and mechanical injury until fully cured. 3.5 SURFACE TREATMENTS A. Match approved mock-ups for pattern, color, texture, and workmanship. B. Wait at least 28 days before applying any surface treatment materials or mechanical finishing. C. Clean curing agent residue off surface prior to application of surface treatment materials. D. Sealer/Coating Application: Apply uniformly over entire surface in accordance with manufacturer's instructions. 3.6 PROTECTION A. Do not allow traffic on finished surfaces for the following periods after application: 1. Foot Traffic: Minimum 24 hours. CT1 2. Heavy Traffic: Minimum 72 hours. ,... -71 B. Protect finished work from damage during construction and ensure that, except for normal. __- -- END OF SECTION -<� t! 111 i',k) 1)1 32 1316-4 SECTION 32-9220 SODDING PART 1 -GENERAL 1.1 SECTION INCLUDES Sod Installation 1.2 DESCRIPTION OF WORK This section includes preparation of the sodbed, furnishing and installing sod, fertilizing, watering, and maintenance for completed sodded areas. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials, as well as the following: A. Sod grower's certification of grass species and location of sources. B. Certification of the fertilizer analysis. C. Written instructions recommending procedures for maintenance of sodded lawns, prior to final acceptance of sod. 1.4 SUBSTITUTIONS Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY. STORAGE, AND HANDLING Comply with Section 01-1060 Control of Materials, as well as the following: A. Harvest, deliver, and transplant sod within a period of 24 hours unless a suitable preservation method is approved by the Engineer prior to delivery. B. Do not harvest or transport sod when moisture content may adversely affect sod survival. C. Protect sod that cannot be placed immediately on delivery from sun, wind, dehydration, and rain prior to installation. D. Sod showing visible signs of heating or dehydration will be rejected. c. E. Do not tear. stretch. or drop sod during handling and installation. 2 o F. Deliver fertilizer to the site in original, unopened, and non-damaged containers, each bearing the manufacturer's guaranteed analysis. -17 G. Store packaged materials off the ground and protect from moisture and deterioration. 32 9220-1 1.6 SCHEDULING AND CONFLICTS A. Notify the Engineer at least 3 calendar days prior to start of sodding operations. B. Perform sod installation after planting and other work affecting ground surface has been completed, or as approved by Engineer. 1.7 MEASUREMENT AND PAYMENT A. Sod: 1. Measurement: Measurement will be in squares, each square containing 100 square feet of sod. 2. Payment: Payment will be at the unit price per square of sod. 3. Includes: Unit price includes, but is not limited to, preparation of sod and sodbed, stakes, fertilizing, watering, maintenance, and clean up. Also includes any necessary sod replacements during maintenance period. PART 2 - PRODUCTS 2.1 SOD A. Provide a well-established (no less than 18 months old), well rooted, healthy, nursery- grown sod blend of improved Kentucky Bluegrass with a uniform color, leaf texture, density, and varieties consisting of a minimum of three cultivars selected from the following list: Allowed Kentucky Bluegrass Cultivars: 4-Seasons Liberator Arrowhead Midnight Award NuBlue Beyond NuDestiny Blue Chip Plus NuGlade Concerto Rubicon Everest Rugby II Everglade Rush' • Cl1 B. Sod grown in peat bedded soil will not be accepted. = rte -n � � C. Ensure sod is free from objectionable grasses and broadleaf weeds. roots of trees or 32 9220-2 shrubs, stones, thatch, and other objectionable materials, nematodes and soil-born insects, and free from disease. Sod will be considered free of weeds if less than two such plants are found per 100 square feet of area. D. Mow at a height of 2 inches prior to cutting. E. Cut sod with a sod machine in strips of uniform width and length, with square ends. Cut to a uniform soil thickness of approximately 1 inch; thickness measurement excludes top growth. F. Ensure sod is moist when placed. 2.2 STAKES A. Softwood Stakes: 3/4 inch diameter and 8 inches long. B. Steel Pins: Tee shaped with a 4 inch head and 8 inch leg. 2.3 WATER Unless otherwise specified in the contract documents, provide water and watering equipment such as hoses and sprinklers. Provide water free of substances harmful to plant growth. PART 3 - EXECUTION 3.1 PREPARATION OF SODBED A. Limit preparation to areas that will be immediately sodded. B. Where weed growth has developed, remove all weeds and weed debris. C. Shape and fine grade sodbed to remove washes or gullies, water pockets, and irregularities. Provide an even surface, true to grade and cross-section. D. Rototill and cultivate sodbed to a fine and mellow condition to a minimum depth of 3 inches. Clear the top 3 inches of soil lumps; stones over 3/4 inch, and foreign material using hand labor as required. 3.2 SOD INSTALLATION A. Do not install sod between the dates of June 15 and August 15, unless authorized by the Engineer. B. Do not lay frozen sod; do not lay sod on frozen soil or when freezing conditions are forecasted within 24 hours. r-..a ca C. Dampen dry soil prior to placing sod. '' 9 i 3'' D. Firm or heal in soil along the edges of the sodded areas. (7,0-< -- =lc) c-r1 r :' $ j" 32 9220-3 E. Carefully place sod in rows or strips evenly, with the longest edge parallel to the finished contours, and at right angles to the centerline of ditches and channels. On slopes. begin placing sod at the bottom and progress upward. F. Minimize traffic on newly laid sod during installation. Provide plank or wood sheets to protect sod already laid from equipment and vehicles. G. Tightly fit each strip against each other without voids. Do not overlap edges. Stagger joints at the ends of sod strips with adjacent strips of sod. H. Finish sod edges at walks, curbs, planting, mulch edges, and other vertical surface by cutting and fitting tightly to edge. I. Place sod mat approximately 1 inch below finished surface of walks, pavement, curbs, or other permanent features. Remove any sod not conforming to this requirement, adjust the subgrade, and re-lay the sod. J. Where new sod joins existing lawns, cut straight and neatly into existing lawn and level subgrade to match height. K. Stake sod on grades exceeding 4:1 and in drainage channels. Stake each roll at 2 foot intervals or as required to prevent movement during rainfall and stormwater runoff events. L. Roll lightly-watered sod with a small mechanical or hand sod roller to sufficiently set or heal sod into soil and remove lumps. Roll as required to firm and level the sodded areas. 3.2 WATERING A. Water sod within 1 hour of placement. During initial watering, thoroughly wet sod and sodbed. B. Water all sodded areas during the maintenance period as necessary to maintain sod and soil moisture, supplement rainfall, promote growth and proper rooting, ensure sod survival, and prevent dormancy. C. Apply water uniformly and consistently on all sodded areas to prevent damage to sod, trees, and shrubs. 3.3 MAINTENANCE A. Begin maintenance immediately following installation of sod and continue for a period until the sod is well established with sod rooted in place. B. Maintenance of sodded areas includes: _. CD 1. Watering. -`j — '. c?w< _ a • 2. Weeding. �'; ' �� 3. Mowing. Once sod has grown to a height between 3 and 4 inches, mow to a 2 to 2 1/2 32 9220-4 inch height. 4. Remove and replace sodded areas that fail to survive. 3.4 CLEAN UP A. Remove all excess materials, debris, and equipment from site. B. Clean all paved surfaces. C. Repair any damage resulting from sodding operations. 3.5 ACCEPTANCE A. Sod acceptance will be based on the following criteria: 1. All requirements for the completed installation and maintenance have been met. 2. Sodded areas are healthy and even-colored, and a viable lawn is established, free from weeds, undesirable grass species, disease, and insects. 3. Sod is knit down to the soil so that it cannot be pulled up. 4. Sodded areas are without scattered bare spots and dead or dormant sod. 5. Clean up operations are completed. B. Replacement sod work will be re-inspected before acceptance. END OF SECTION c5 -71 -i 32 9220-5 SECTION 32-9300 PLANT MATERIAL AND PLANTING PART 1 - GENERAL 1.1 SECTION INCLUDES Plant Material and Planting A. Warranty for Plant Material 1.2 DESCRIPTION OF WORK A. Furnishing and installing plant material. B. Maintaining and replacing plants for completed planting work. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials, and as follows: A. Submit copy of current certification that the Supplier is an Iowa Department of Agriculture and Land Stewardship Certified Nursery Dealer or Grower prior to starting work. B. Prior to final acceptance. submit written maintenance instructions recommending procedures for maintenance of all plant material types, including watering, insect and disease control, fertilizing, pruning, tree wrapping, and staking. C. When requested, provide certification stating container-grown material has been grown in the container for no less than 1 year. D. When requested, submit a schedule of unit prices for each size and variety of tree, shrub, and ground cover plant specified in the contract documents. 1.4 SUBSTITUTIONS Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY, STORAGE, AND HANDLING Comply with Section 01-1060 Control of Materials, and as follows: A. Protect plant root systems during transportation and storage, as necessary, with wet straw, moss, or other suitable material that will ensure root systems are maintained in a moist, healthy condition. C. Protect all plants with a tarpaulin when being transported in an open vehicle. D. When approved by the Owner's Representative, temporary storage of plants on the project site may be allowed. When temporary on-site storage is not approved, provide such facilities and location at no additional cost to the Contracting Authority. E. During temporary storage. heel-in plants and maintain them by providing moist straw, moss, or other suitable material to protect root systems: watering; and protecting from excessive sun, wind, and inclement weather conditions. This will provide a healthy, vigorous plant when planted. 1.6 MEASUREMENT AND PAYMENT �rn ;i g 32 9300-1 cp A. Plants, By Count. With Warranty: 1. Measurement: Each tree, shrub, or ground cover plant accepted in place will be counted. 2. Payment: Payment will be at the unit price for each tree, shrub, or ground cover plant. Payment will be made in increments according to the following schedule: a. 100% of unit price at acceptance. 3. Includes: Unit price includes, but is not limited to, delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or guying. herbicide, and maintenance during the establishment and warranty periods. and replacements. PART 2 - PRODUCTS 2.1 PLANT MATERIALS A. General: 1. Ensure plant material meets the minimum requirements of size and grade as stated in the latest edition of American Standard for Nursery Stock, ANSI Z60.1. 2. Provide all plants true to name and tagged legibly as to name according to nursery standards of practice as recommended by the American Nursery and Landscape Association. Plant names indicated comply with the latest edition of"Standardized Plant Names" as adopted by the American Joint Committee of Horticultural Nomenclature. 3. Plants larger than those specified in the plant list with corresponding root system may be used upon approval of the Owner's Representative. 4. Match plants planted in rows in form and size, unless otherwise specified in the contract documents. B. Plant Material Quality: 1. Provide nursery grown plants grown in the same climatic zone as the project. 2. One-sided branching plants from tightly planted nursery rows will be rejected. 3. Provide healthy specimens without objectionable deformities, voids, and open spaces, with well-developed branch and root systems. Ensure specimens are true to height, shape, and character of growth of the species or varieties. Provide plants showing appearance of good health and vigor. 4. Provide plants free of the following: a. Harmful insects, insect eggs, borers, and all forms of infestation b. Plant diseases and moldy or dried roots c. Damage to trunk, bark. branches, leaders, root systems. or cut-leaders ror rn d. Defects, disfiguring knots, sunscald injuries, and frost cracks E'Ti nwp • mom" e. Rodent damage to bark and buds 32 9300-2 5. Plants with broken or cut back terminal leaders may be rejected. C. Balled and Burlapped Plants: 1. Provide firm, moist, unbroken root balls of the specified size. 2. Broken or loose root balls will be rejected. 3. No manufactured or artificially produced or mudded-in root balls will be accepted. 4. A container grown plant, in lieu of a balled and burlapped root ball, will be accepted provided it meets the specified size, complies with American Standard for Nursery Stock (ANSI Z60.1), and meets criteria for container grown plants. D. Container Grown Plants: 1. Grow plants in sufficiently sized container for a minimum of 1 year, with a root system developed to hold its soil together, firm, whole, and moist when taken from the container. 2. No loose root systems in the container. root-bound, or circling of the root system will be accepted. E. Bare Root Plants (BR): 1. Only use where specified in the contract documents or as approved by Owner's Representative. 2. Ensure plants have substantially all of the root system intact, with clean cuts on roots. Root system is to be packed in moisture-retaining material and bagged to protect the root system from drying out. 3. Prior to planting, properly prune and sweat according to the nursery source instructions. 4. Ensure plants are dormant or breaking bud if sweated at the time of planting. 5. Do not plant later than May 15. 2.2 MULCH Provide hardwood or softwood mulch complying with the following: A. Shredded bark and shredded wood mixture containing no more than 50% wood chips. B. Produced by a mechanical debarker and chipping machine. C. Reasonably free from leaves, twigs. dust, toxic substances, and any other foreign material. D. Not in an excessively wet or decomposed condition. 2.3 BACKFILL MATERIAL A. Shall be comprised of 1 part Compost to 3 parts material acquired from excavation of the planting pit. B. Ensure backfill material is loose, friable. and free of clods and rocks 2 inches in diameter or larger. Do not use frozen or muddy soil as backfill material. ? C �y car 2.4 GUYING MATERIAL (.11 32 9300-3 A. Earth Anchors: 1. Steel auger type with looped end; minimum 3/4 inch diameter, 36 inch long anchor shank, with 5 inch minimum diameter anchor disk. 2. Driven style earth anchors with a minimum 1,000 pound capacity in normal soils. B. Cable: 1/8 inch galvanized wire rope or equivalent cable with a minimum 1,500 pound capacity. Provide cable with ends clean and unfrayed. C. Cable Clamps: Match size and strength of cable. Provide two for each end of cable. D. Flagging Material: Brightly colored, minimum 12 square inches. 2.5 TREE WRAPPING MATERIAL FOR WINTER PROTECTION 4 inch wide bituminous impregnated tape, corrugated or crepe paper, specifically manufactured for tree trunk wrapping, having qualities to resist insect infestation. or similar material approved by the Owner's Representative. 2.6 WATER Provide water and watering equipment such as hoses and sprinklers. Provide water free of substances harmful to plant growth. 2.7 HERBICIDE Provide a granular pre-emergent herbicide as approved by the Owner's Representative. PART 3 - EXECUTION 3.1 ALLOWABLE PLANTING DATES Install plant material during the following times: A. Evergreen Plants: September 1 to October 15 and prior to June 1, but not after candles exceed 1 inch. B. Deciduous Plants (Balled and Burlapped and Container): August 15 to November 15 and in the spring prior to June 1. C. Deciduous Plants (Bare Root): In the spring prior to May 15. D. Weather Restrictions: Planting may be conducted under unseasonable conditions, except in weather below 32°F or above 90°F. No variance from plant warranty or other requirements will be given for plants installed outside the specified periods. 3.2 PREPARATION A. Provide notice to the Owner's Representative 3 days prior to planting. B. All plants will be inspected by the Owner's Representative prior to planting. Plants may be inspected and approved at the place of growth by the Owner's Representative for compliance with the specifications for quality, size. and variety. Such approval does not waive the right to reject any plant material after it has been delivered to the 21 site and/or installed. r- --- . C. Provide barriers or fencing as approved by Owner's Representative to protect the rti public from injury when planting installation is within the right-of-way. .�P U' 32 9300-4 3.3 LOCATION OF PLANTS A. Mark the location of all plants with flags or lathe according to the contract documents. Mark trees individually. Stake the outline of bedded plants or shrub groups for the quantity on the plans without marking individual plants. The Owner's Representative will approve the locations marked prior to excavation of planting pits and tree drainage wells. B. Make field adjustments in plant locations where underground or overhead obstruction is encountered, or where changes have been made as approved by the Owner's Representative. 3.4 EXCAVATION OF PLANTING PIT A. Excavate the plant pit, centered at the location marks, cylindrical in shape with a diameter 1 1/2 to 2 times larger than ball or root condition, with vertical sides and flat or saucer-shaped bottom. Excavate plant pit to a depth to match the nursery grade of the root crown for all balled and container root systems. Excavate plant pit to a depth 6 inches deeper for bare- rooted systems. B. Scarify sides of excavated pit. C. Following excavation of planting pit for all trees, fill the pit full of water; allow to stand (without adding water) for an 18 hour period to determine porosity of the soil. D. If the Owner's Representative determines the soils are too impervious, provide a planting well. 3.5 PLANTING A. Balled and Burlapped and Container Plants: 1. Ensure root systems are moist at the time of planting. 2. Remove all ties and wrap from branch system. except plant identification. 3. Container Plants: a. Remove plant root system carefully from container prior to planting without disturbance to root systems. b. Inspect root system and cut any circled (girdled) roots. c. Place plants centered, upright, plumb, and with desired orientation in planting pit with the root crown matching existing grade. 4. Balled and Burlapped Plants: a. Place plants centered, upright. plumb, and with desired orientation in planting pit with the root crown matching existing grade. b. After plant placement, cut and remove burlap from root ball. 5. Carefully place and compact backfill material in layers, filling all voids until two thirds of plant pit is complete; fill pit with water and allow soil to settle.. • -C.11 • a 6. Lightly compact the settled topsoil. :�I.:.� 7,? in N) CD 32 9300-5 7. Continue placing backfill material and form a 3 inch deep saucer around plant. 8. Water plant and surrounding area until thoroughly moist. B. Planting on Slopes: 1. Place the top of the root crown at or slightly above the finished grade at the center of the planting pit. 2. For all plants planted on significant slope, form a saucer as a dam or shoulder on the downhill side to catch and hold water and to discourage erosion. 3.6 MULCHING A. Dig edges of mulched areas to ensure the top of the mulch at the edge of the planting area matches the existing ground surface. B. Place mulch 3 inches deep in the planting saucer within 2 calendar days of planting. C. Mulch an 18 inch radius area around tree trunks and shrub branch lines. D. Provide a continuous mulch area around plant groupings. E. Following mulch placement, pull mulch back 1 to 2 inches from the base of all trees and shrubs to allow air circulation. F. Thoroughly water mulched areas. Rake to a smooth finished surface. 3.7 WRAPPING A. When specified in the contract documents, or when directed by the Owner's Representative, wrap the trunk of deciduous trees in the fall of the year in which the tree is planted. B. Inspect the trunk for injuries and evidence of insect infestation prior to wrapping. C. Wrap trunks spirally from ground line by overlapping one-half of the tree wrapping material and completely cover trunk to the height of the first branch. D. If necessary, secure wrapping material with twine or paper tape wound spirally downward in opposite direction, with ties around tree in at least three places in addition to top and bottom. E. Remove wrapping material by April 1 of the next spring. 3.8 STAKING AND GUYING A. General: 1. Maintain all plants in an upright and plumb condition. 2. Complete staking or guying by the end of the day in which they were installed for all single stem plants over 1 inch diameter. 3. Do not stake clump form plants and plants in paved pedestrian areas unless approved by the Owner's Representative. CJI B. Guying: �� 1. Provide three earth anchors and cables for evergreen trees 10 feet and taller and 32 9300-6 deciduous trees over 4 inches in diameter. Locate one anchor on the southwest side of the tree with remaining anchors equally spaced. 2. Locate the anchor a distance from the trunk equal to 1/3 of the tree height. 3. Attach the cable with a hose protector to the trunk between 1/3 and 1/2 of the tree height, or near the lowest main branches for deciduous trees. 4. Screw an auger style anchor into unexcavated soil until only the looped top is exposed. Install driven style anchors a minimum of 2 1/2 feet into the soil. 5. Secure cable to anchor with slight slack in cable; mark all anchor cables with flagging material. 6. Install manufactured staking system according to the manufacturer's published recommendations. C. Removal: Remove all staking and anchoring materials from all plants at the end of the establishment period and remove from site. 3.9 PRUNING A. General: 1. Provide proper and sharp pruning tools to provide a clean cut without injuring the branch collar. 2. Prune in such a manner as to retain the natural shape of the plant. Do not prune the terminal leader of a plant. Leave no protruding stubs, and prune to the closest outward growing bud. 3. Plant materials incorrectly pruned will be rejected. B. Deciduos Trees: 1. Prune broken. damaged, or otherwise defective branches. Remove all branches that may not develop properly. Also, eliminate narrow crotches or competing leaders. 2. Prune to develop an upright leader that will promote the symmetry of the tree. Prune flowering or specimen trees to develop their natural form. 3. Prune all trees in Class A sidewalks or other paved pedestrian areas to provide a 7 foot height clearance, unless otherwise directed by the Owner's Representative. C. Evergreen Trees and Shrubs: Remove dead and broken branches. D. Deciduous Shrubs: Remove dead or irregular branches. 3.10 CLEAN UP A. Perform cleaning during installation and upon completion of work. B. Remove all excess materials, trimmings, branches, soils, debris, and equipment from the site. C. Repair any damage resulting from planting operations. .-r- in -73 r D. Clean all paved areas with a broom. .T' C.) U 32 9300-7 E. Remove all tags and labels from plants following acceptance by the Owner's Representative. 3.11 ESTABLISHMENT AND WARRANTY PERIODS AND ACCEPTANCE A. Establishment /Warranty Period: The plant establishment /warranty period is 1 year after the installation is accepted by the Owner's Representative. A plant inspection will be made by the Owner's Representative prior to the expiration of the establishment period. B. Maintenance: Care for all plants prior to final acceptance by the Owner's Representative as required to keep plants in a live. healthy growing condition. 1. Prune plants to maintain a desirable shape. 2. Remove weeds and grasses from planting beds and mulch areas. Apply herbicide to control weed growth when directed by the Owner's Representative. 3. Water as required to enhance early root growth and maintain a moist soil. 4. Adjust stakes and ties to maintain plant in an upright and plumb condition. 5. Re-set settled plants to proper grades and position. Restore planting saucer and mulch; add backfill material and mulch as may be required. 6. Apply appropriate insecticides and fungicides necessary to maintain plants free of insects and disease. C. Plant Condition: Ensure all plants are in a live. healthy, and growing condition both at the date of acceptance of the installation by the Owner's Representative, at the end of the D. Replacement: Replace all plants not found to be in a live, healthy, and growing condition during inspection at the 1 year establishment period /warranty period (if specified) at no additional cost to the Contracting Authority. 7. Upon notice from Owner's Representative, remove rejected plants from the site and replace with plant material of the same species and size as originally specified. Install replacement plants complying with the contract documents. 8. Plants damaged due to fire or flooding beyond the contractors control or ice storms, hail, tornados, or acts of vandalism do not require replacement. END OF SECTION !MLR. C.) N1 {n _ Il 32 9300-8 SECTION 32-9210 SEEDING PART 1 -GENERAL 1.1 SECTION INCLUDES A. Certification of Products B. Acceptance and Warranty C. Seed Types and Mixes D. Equipment E. Application of Seed 1.2 DESCRIPTION OF WORK Includes the requirements for seedbed preparation; furnishing, applying, and covering the seed; and compaction of the seedbed. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials, as well as the following: F. Submit certification of products to the Engineer prior to seed placement: 1. Seed: Submit a laboratory analysis for all seeds, specifying the purity and germination. Provide a lot number on all submittals and labeling. Ensure lot number is the same on all records pertaining to a particular seed. Provide 48 hours notice prior to mixing the seed and give the Engineer an opportunity to witness the seed mixing. Submit a mechanically printed seed tag from an Iowa Crop Improvement Association-approved seed conditioner or grower. 2. Wood Cellulose Fiber Mulch: Submit certification of the degradable wood cellulose fiber mulch ingredients with applicable use and rate, and the water retention capacity by manufacturer or supplier. 3. Wood Excelsior Mulch: Bale wood excelsior and determine the mass (weight). Use the mass of the material, furnished by the manufacturer, to determine the rate of application. 4. Straw Mulch: Certify weight. Furnish a list of the number of bales and a corresponding ticket from an approved scale for the mulch material to be used on the project. 5. Compost: Submit certification of composted organics analysis with U.S. Compost Council's Seal of Testing Assurance (STA), recommended rates of application, and manufacturer's estimated cubic yards per ton. 6. Inoculant: Furnish information from inoculantpackaging. 7. Tackifier: Submit certification of the tackifier ingredients, recommended rates o! application, and expiration date. G. Submit written instructions recommending procedures for maintenance of seededai•eas. ��X\ r.) rJ1 32 9210-1 1.4 SUBSTITUTIONS Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY, STORAGE, AND HANDLING Comply with Section 01-1060 Control of Materials, as well as the following: A. Deliver packaged materials in original, unopened, and undamaged containers. Do not mix or blend materials except in the presence of the Engineer. B. Deliver, handle, and store all materials according to product recommendations, and protect from loss, damage, and deterioration. C. Materials not meeting these requirements will be rejected. 1.6 SCHEDULING AND CONFLICTS A. Coordinate the seeding schedule with all other work on the project. Notify the Engineer at least three calendar days prior to the start of seeding operations. B. After all land-disturbing activities are complete and the seedbed has been approved by the Engineer, perform seeding operations. 1.7 MEASUREMENT AND PAYMENT A. Conventional Seeding 1. Seeding a. Measurement: Measurement will be in acres for each type of seed. b. Payment: Payment will be in unit price per acre for each type of seed. c. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing mulch; and furnishing water and other care during the care period, unless these items are bid separately. 2. Mulching a. Measurement: Measurement will be in acres ofmulch. b. Payment: Payment will be in unit price per acre of mulch. A. Seeding and Mulching for HydraulicSeeding 1. Measurement: Measurement will be in acres for each type of seed. 2. Payment: Payment will be in unit price per acre for each type of seed. 3. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing mulch; and furnishing water and other care during the care period, unless these items are bid separately. • • B. Watering • 1. Measurement: Measurement will be by metering of water applied. If metering is not available, measurement will be by counting the loads from a transporting tank of known volume and gauging the contents of the transporting truck for partial loads. 32 9210-2 2. Payment: Payment will be at the unit price per 1,000 gallons of water used. C. Warranty 1. Measurement: Lump sum item; no measurement will be made. 2. Payment: Payment will be at the lump sum price for the warranty. 3. Includes: Lump sum price includes, but is not limited to, all work required to correct any defects in the original placement of the seeding for the period of time designated. PART 2- PRODUCTS 2.1 SEED A. General 1. Provide fresh, clean, new crop, certified seed complying with tolerance for germination and purity and free of poa annus, bent grass, and noxious weed seed. Furnish all seeds, including grass, legume, forbs, and cereal crop seeds, from an established seed dealer or certified seed grower. All materials and suppliers are to follow Iowa Seed Law and Iowa Department of Agriculture and Land Stewardship regulations, and be labeled accordingly. a. Provide turfgrass with a certified "blue tag" or"gold tag." b. Provide native grass and forbs that are source-identified as GO-Iowa certified "yellow tag,"when available. If GO-Iowa certified "yellow tag" sourced seed is unavailable, or is only available from a single source, a substitution may be approved by the Engineer. 2. Mix seed to the specified proportions by weight. Use methods approved by the Engineer. B. Seed Quality: Ensure the seed provided meets or exceeds the minimum requirements of purity and germination stated on an independent certificate of seed analysis document according to the Association of Official Seed Analysis (AOSA) rules. The seed certification tag and seed analysis document provided must be from the same lot number as shown on the seed tag. Ensure the date of test results is no greater than 9 months from the seed application date. Approval of all seed for use will be based on the accumulated total of Pure Live Seed (PLS)for each phase of work. PLS is obtained by multiplying purity times germination. PLS shall not be less than the accumulated total of the PLS specified. If the seed does not comply with minimum requirements for purity and germination and such seed cannot be obtained, the Engineer may approve use of the seed on a basis of PLS or may authorize a suitable substitution for the seed specified. C. Requirements on Containers 1. Seed: Provide seed with a tag on each container. Ensure the seed analysis on the label is mechanically printed. . 2. Mulch: When packaged, provide mulch in new labeled containers. 3. Tackifier: Provide tackifier packaged in new labeled containers. 4. Inoculant: Use inoculant that has a manufacturer's container, indicating the specific legume seed to be inoculated and the expiration date. All inoculant must meet requirements of the Iowa Seed Law. Follow precautions specified on the product label. 5. Sticking Agent: Use a commercial sticking agent recommended by the manufacturer of the inoculant. For quantities less than 50 pounds, the sticking agent need not be a commercial agent, but requires approval by the Engineer. Apply sticking agent 32 9210-3 separately prior to application of inoculant. Follow safety precautions specified on the product label. Table 9010.01: Domestic Grasses Purit Common Scientific Germinate Name Name f%1 on (%) Bluegrass, Kentucky Poa pratensis 85 80 Brome, smooth-LINCOLN Bromus inermis 90 85 Fescue, creeping, red Festuca rubra 98 85 Festuca arundinacea- Fescue, tall, FAWN FAWN 98 85 Orchardgrass Dactylis glomerata 90 90 Red top Agrostis alba 92 85 Ryegrass, perennial Lolium perenne 95 90 Wildrye, Canada Elymus Canadensis 95 85 Wildrye, Russian Psathyrostachys junceus 95 85 2.2 SEED MIXTURES AND SEEDING DATES See the contract documents for the specified seed mixture. If a mixture is not specified, use the following. The Contractor may submit a modification of the mixture for the Engineer's consideration. A. Type 1 (Permanent Lawn Mixture): Used for residential and commercial turf site and typically mowed. Use between March 1 and May 31 and between August 10 and September 30. '_ l? Table 9010.06: Type 1 Seed Mixture - -3 C-11 Common Application Rate Iblacre - - Name ; 1.73 Creeping red fescue 25 • 32 9210-4 2 Turf-type perennial ryegrass 20 2 Turf-type perennial ryegrass 20 3 Kentucky bluegrass cultivar 65 3 Kentucky bluegrass cultivar 65 3 Kentucky bluegrass cultivar 65 1 A commercial mixture may be used if it contains a high percentage of 2 similar bluegrasses; it may or may not contain creeping red fescue. 3 Choose two different cultivars of turf-type perennial ryegrass, at 20 lbs/acre each. Choose three different cultivars of Kentucky bluegrass, at 65 lbs/acre each. 2.3 STICKING AGENT A. Use a sticking agent that is a commercial material recommended by the manufacturer to improve adhesion of inoculant to the seed. For small quantities less than 50 pounds, the sticking agent need not be a commercial agent, but it must be approved by the Engineer and must be applied separately, prior to application of inoculant. B. Follow safety precautions specified on the product label. A sticking agent is not required if a liquid formulation of inoculant is used. 2.4 INOCULANT FOR LEGUMES An inoculant is a culture of bacteria specifically formulated for each legume seed (alfalfa, clovers, lespedesa, and hairy vetch). Ensure the manufacturer's container indicates the specific legume seed to be inoculated and the expiration date. Use inoculant that meets the requirements of the Iowa Seed Law. Follow the safety precautions specified on the product label. 2.5 WATER Use water that is free of any substance harmful to seed germination or plant growth. Er; 2.6 MULCH A. For Conventional Seeding {-rt 1. Material used as mulch may consist of the following: a. Dry cereal straw(oats, wheat, barley, or rye) b. Prairie hay c. Wood excelsior composed of wood fibers, at least 8 inches long, based on an average of 100 fibers, and approximately 0.024 inch thick and 0.031 inch wide. The fibers must be cut from green wood and be reasonably free of seeds or other viable plant material. 2. Do not use other hay(bromegrass, timothy, orchard grass, alfalfa, orclover). 3. All material used as mulch must be free from all noxious weed, seed-bearing stalks, or roots and will be inspected and approved by the Engineer prior to its use. 4. The Contractor may use other materials, subject to the approval of the Engineer. 32 9210-5 B. For Hydraulic Seeding 1. Wood Cellulose: a. Use material that is a natural or cooked cellulose fiber processed from whole wood chips, or a combination of up to 50% of cellulose fiber produced from whole wood chips, recycled fiber from sawdust, or recycled paper(by volume). b. Product contains a colloidal polysaccharide tackifier adhered to the fiber to prevent separation during shipment and avoid chemical co-agglomeration during mixing. c. Form a homogeneous slurry of material, tackifier, and water. d. Use a slurry that can be applied with standard hydraulic mulching equipment. e. Dye the slurry green to facilitate visual metering during application. f. Do not use materials that have growth or germination-inhibiting factors or any toxic effect on plant or animal life when combined with seed. 2. Bonded Fiber Matrix(BFM): a. Produced from long-strand wood fibers, held together by organic tackifiers and bonding agents that, when dry, become insoluble and non-dispersible. b. Upon curing 24 to 48 hours, form a continuous, 100% coverage, flexible, absorbent, erosion-resistant blanket that encourages seed germination. c. Manufactured to be applied hydraulically. d. Physical Properties: 1) Fibers: Virgin wood, greater than 88% of total volume. 2) Organic Material: Greater than 96% of total volume. 3) Tackifier: 8-10%. 4) pH: 4.8 minimum. 5) Moisture Content: 12% +/-3%. 6) Water-holding Capacity: 1.2 gal/lb. e. Dyed green to facilitate visual metering. f. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. g. Other products not meeting the requirements of the physical properties listed in item d above may be approved if they meet the following requirements: 1) Contain non-toxic tackifiers that upon drying become insoluble and non- dispersible to eliminate direct raindrop impact on soil according to ASTM D 7101 and EPA 2021.0-1. 2) Contain no germination or growth inhibiting factors and do not form a water- resistant crust that can inhibit plant growth. 3) Hydraulic mulch that is completely photo-degradable or biodegradable. 4) Contain a minimum of 90% organic material according to ASTM D2974. 5) Have a rainfall event(R-factor) of 140 < R according to ASTM D 6459. 6) Have a cover factor of C s 0.03 according to ASTM D 6459. 7) Vegetation Establishment of 400% minimum according to ASTM D7322. 8) Water Holding Capacity 600% minimum according to ASTM D 7367. 3. Mechanically-Bonded Fiber Matrix(MBFM): a. Produced from long-strand wood fibers and crimped, interlocking synthetic#ibers. b. Within two hours of application, form a continuous, 100% coverage, flexible, absorbent, porous, erosion-resistant blanket that encourages seedgermination. , c. Manufactured to be applied hydraulically. L d. Physical Properties: , 1) Wood Fibers: 73% minimum. n cn 2) Tackifier: 10% +/- 1%. -! 3) Crimped, Interlocking Synthetic Fibers: 5% +/- 1%. c 4) Moisture Content: 12% +1-3%. F 3 5) Water holding capacity: 1.2 gal/lb. w== 6) Minimum pH:4.8. ,-,, e. Dyed green to facilitate visual metering. f. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. 32 9210-6 g. Other products not meeting the requirements of the physical properties listed in item d above may be approved if they meet the following requirements. 1) Contain non-toxic tackifiers that upon drying become insoluble and non- dispersible to eliminate direct raindrop impact on soil according to ASTM D 7101 and EPA 2021.0-1. 2) Contain no germination or growth inhibiting factors and do not form a water- resistant crust that can inhibit plant growth. 3) Hydraulic mulch that is completely photo-degradable or biodegradable. 4) Contain a minimum of 90% organic material according to ASTM D 2974. 5) Have a rainfall event(R-factor) of 175 < R according to ASTM D 6459. 6) Have a cover factor of C < 0.01 according to ASTM D6459. 7) Vegetation establishment of 500% minimum according to ASTM D 7322. 8) Water holding capacity of 700% minimum according to ASTM D 7367. h.J C=J .17 C_) C97 m _'r7 i r i 0-1 32 9210-7 PART 3 - EXECUTION 3.1 EQUIPMENT A. Compost Blower: A compost blower is pneumatic equipment to blow compost over the desired area. It may be equipped with a supplemental seed injection system. Use equipment with sufficient power to cover the required area without driving on the prepared seedbed. B. Cultipacker: Use a pull-type cultipacker with individual rollers or wheels. Cultipackers with sprocket-type spacers between the wheels may be used. The cultipacker must produce a corrugated surface on the area being compacted. Operate the cultipacker separately from all other operations, and do not attach the cultipacker to the seeder or disk. unless combined cultipacker seeder is manufactured to operate as a unit. Make provisions for addition of weight. C. Disk: When preparing a seedbed on ground having heavy vegetation, use a disk with cutaway blades. Make provisions for the addition of weight to obtain proper cutting depth. D. Endgate Cyclone Seeders: Endgate cyclone seeders must be suitably mounted. Movement must be provided by mechanical means. The seed drops through an adjustable flow regulator onto a rotating, power driven, horizontal disk or fan. E. Expanded Mesh Roller: Use equipment that is an open grid type or a cultipacker type, modified by covering with expanded metal mesh. F. Field Tiller: Use equipment designed for the preparation of the seedbed to the degree specified. G. Gravity Seeders: Gravity seeders must provide agitation of the seed. have an adjustable gate opening, and uniformly distribute seed on the prepared seedbed. Use a seed hopper equipped with baffle plates spaced no more than 2 feet apart. The baffle plates must extend from the agitator shaft to within approximately 2 inches of the top of the seed hopper. Wind guards are required to facilitate seeding when moderate wind conditions exist and when ordered by the Engineer. Place wind guards in front or in back (or both) of the seed outlet and extend them to near the ground line. H. Hand Cyclone Seeders: Hand cyclone seeders are carried by the person dispensing seed. The seed drops through an adjustable flow regulator onto a rotating, hand driven, horizontal disk or fan. I. Hydraulic Seeder: Use hydraulic seeding equipment with a pump rated at no less than 100 gallons per minute. Inoculant and seed may be applied in a single operation. The equipment must have a suitable working pressure and a nozzle adapted to the type of work. Supply tanks must have a means of agitation. Calibrate tanks and provide them with a calibration stick or other approved device to indicate the volume used or remaining in the tank. J. Mowers: Use mowers that are rotary, flail, disk, or sickle type. Do not use mowers that bunch or windrow the mowed material. A. Mulch Anchoring Equipment: Use mulch anchoring equipment designed to anchor straw or hay mulch into soil by means of dull blades or disks. It should have flat blades or disks, may have cutaway edges, must have a nominal minimum diameter of 20 inches, and must be spaced at approximately 8 inch intervals. The mulch anchoring equipment must be pulled by mechanical means and weigh approximately 1,000 pounds. When directed by the Engineer, increase the weight by addition of ballast. B. Pulverizer: Use equipment designed to break up compacted soil to prepare aseedbed. C. Rotary Tiller: Use equipment with rotary-type blades designed for the preparation of seedbed to the degree specified. D. Slope Harrow: Use a slope harrow, consisting of a rolling weight attached by heavy chain to a tractor. The chain must be of suitable length, with picks attached, and a means of rotating the picks as the rolling weight is pulled in a direction parallel to the movement of the tractor. E. Spike Tooth Harrow: Use equipment designed to provide adjustment of the spike teeth to level the ground, or to be used as specified by the Engineer. F. Straw Mulching Machine: Use a machine to uniformly apply mulch material over the desired area without excessive pulverization. The Engineer may consider excessive pulverization as the general absence of straw longer than 6 inches after distribution. 3.2 AREA OF SEEDING Place seed only in the areas specified in the contract documents. Repair damaged areas that are disturbed outside the contract limits at the expense of the Contractor. Do not disturb areas having a satisfactory growth of desirable grasses or legumes. 3.3 FINISH GRADING AND TOPSOIL See Section 2010 for finish grading and topsoil placement. 3.4 CONVENTIONAL SEEDING • A. Order of Operations: 1) seedbed preparation, 2) seed preparation/application, and 3) mulching. B. Seedbed Preparation,Permanent 1. Limit preparation of seedbed to areas that will be seeded immediately upon completion. 2. Work areas accessible to field equipment to a depth of no less than 3 inches. Use mechanical rotary tillage equipment for the preparation of seedbed on earth shoulders, urban or raised medians, and rest areas. Prepare by hand areas inaccessible to field machinery, to a depth of no less than 2 inches. Use care that the entire width of the shoulder and areas around headwalls, wingwalls, flumes, and other structures are prepared in the manner specified. Where weed 32 9210-9 growth has developed extensively, they may be disked into the ground. If weed growth develops sufficiently to interfere with proper seedbed preparation, mow the weeds and remove them from the project at no additional cost to the Contracting Authority. Use crawler type or dual-wheeled tractors for seedbed preparation. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Harrow ridging in excess of 4 inches due to operation of tillage equipment prior to rolling with the cultipacker. Roll the area with no less than one pass of the cultipacker prior to permanent seeding. 3. Shape and fine grade to remove rills or gullies, water pockets, undesirable vegetation, and irregularities to provide a smooth, firm, and even surface true to grade and cross-section. For Type 1 (lawn seeding), prepare to a fine texture and without soil lumps. Coordinate preparation of all ditches designated for special ditch control with theseedbed preparation. Till parallel to the contours. 4. Smooth the seedbed with a cultivator-type tillage tool having a rake bar or a rock rake. Pick up and remove all debris, such as rocks, stones, concrete larger than 2 inches(1/2 inch maximum for lawn seeding), or roots and other objectionable material that will interfere with the seeding operation. A spring tooth cultivator may be used in lieu of a rock picker. Remove the rock by hand after each use of the cultivator; repeat the process until the soil is relatively free of rock as determined by the Engineer. 5. Choose equipment to minimize soil compaction. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Roll the area with at least one pass of the cultipacker. Remove ruts that develop during the sequence of operations before subsequent operations are performed. This must be completed just prior to seeding and the work approved by the Engineer before the seeding application. C. Seedbed Preparation, Temporary: Till the soil to a minimum depth of 5 inches with a disk, harrow, or field cultivator. ca.-C D. Seeding :_, LI • 1. Seed Preparation — • a. Thoroughly mix all seed specified for the contract prior to placing the seed in the seed hopper. Provide 48 hours notice prior to mixing the seed, anq give the Engineer an opportunity to witness the seed mixing. The mixing of a certified blue tag seed mix at an approved (by Iowa Crop Improvement Association) seed conditioner's facility need not bewitnessed. b. Treat all legume seed with a commercial sticking agent to be applied prior to application of inoculant, or as a mixture when the sticking agent is compatible with other materials. A sticking agent is not required if a liquid formulation of inoculant is used. Use mechanical mixing equipment to apply sticking agent and inoculant on seed quantities over 50 pounds. c. Inoculate all legumes with a standard product humus culture before being mixed with other seeds for sowing. d. Inoculate all legumes with a standard culture at the rate specified by the manufacturer of the inoculant according to Iowa DOT Article 4169.04. Do not expose inoculated seed to direct sunlight for more than 30 minutes. Re- 32 9210-10 inoculate seed that is not sown within 8 hours after inoculation prior to use. Pre-inoculated seed with manufacturer's recommended protective coating may be used in lieu of seed with Contractor-applied inoculant. e. When the gravity or cyclone seeder is used for application of seed, inoculate legume seed according to the manufacturer's recommended procedures, before mixing with other grass seeds for sowing. Furnish and apply inoculant. 2. Seed Application, Permanent a. Prior to seeding, the seedbed will be inspected and approved by the Engineer. Use methods and procedures consistent with equipment manufacturer's recommendations; however, do not operate ground-driven equipment at speeds greater than 10 mph. b. On all areas accessible to machinery, sow seed with a gravity seeder, endgate cyclone seeder, or seed drill. c. On areas inaccessible to field machinery, the use of hand-operated cyclone seeders will be allowed, but no other hand-seeding methods will be accepted. d. The application of grass and legume seed with hand seeders on early spring work must be performed as separate operations. No mixing of the two types of seed will be allowed. e. All seeded areas will have one pass with a roller or cultipacker to firm thesoil. 3. Seed Application, Temporary a. On areas accessible to field machinery, sow seed with an endgate cyclone seeder. b. On areas inaccessible to field machinery, the use of hand-operated cyclone seeders will be allowed, but no other hand-operated seeding methods will be accepted. c. Cover the seed by lightly tilling the seeded area with a disk, rigid harrow, spring tooth harrow, or field cultivator. 4. Seeding Outside of the Specified Seeding Dates: With the agreement of the Engineer and at the full responsibility of the Contractor, seeding operations for all seed types may be conducted outside the specified seeding dates. Should the seeded areas require reseeding, it must be done as specified and at no additional cost to the Contracting Authority. a. Dormant Seeding: When winter dormant seeding is allowed or specified by the Jurisdiction, complete it when air temperatures are consistently below 40°F and prior to December 25 of a given year. Dormant seeding is not allowed on snow. 1) Prepare the seedbed before the ground freezes. 2) To ensure protection of the seed, apply on a frosty morning or before a predicted snow. 3) Seeding may be done by hand or with seeding equipment. b. Frost Seeding (Overseeding) 1) Complete frost seeding, also referred to as overseeding, in the spring when the ground is friable from frost action (February 1 to April 1). 2) Frost seeding is not allowed on more than 1 inch ofsnow. 3) Seeding can be done with a hand-operated cyclone seeder or other equipment. ; 4) Seedbed preparation will not be required provided the ground is ftible from frost action. °°'�I E. Mulching ; . ` (71 .. f 32 9210-11 I~ i _� 1. Mulch all conventionally seeded areas the same day the seed is sown. Uniformly distribute the mulch over the required areas at a rate of 1.5 tons/acre for dry cereal straw, or native grass straw. Prairie hay is not suitable for Type 1 (lawn seeding). 2. Work the mulch into the soil with mulch anchoring equipment designed to anchor the mulch into the soil by means of dull blades or disks with a minimum of two passes. Operate equipment in a manner to minimize displacement of the soil and disturbance of the design cross-section. 3.5 HYDRAULIC SEEDING A. Order of Operations: 1. Seedbed preparation 2. Seed application and mulching B. Seedbed Preparation: Follow seedbed preparation for conventional seeding. C. Seed Preparation: Inoculant, in the quantities specified above, may be applied directly into the supply tank with seed, water, and othermaterial. D. Seed Application and Mulching: 1. Place all material, seed, mulch, and tackifier(if applicable) in hydraulic mulching equipment specifically manufactured for hydraulic seeding. 2. Ensure the hydraulic equipment, pump, and application process do not damage or crack seeds. 3. Mix materials with fresh potable water using a combination of both recirculation through the equipment's pump, and mechanical agitation to form a homogeneous slurry. 4. Apply mixture within 1 hour after seed is placed in the hydraulic seeder. 5. If necessary, dampen dry, dusty soil, to prevent balling of the material during application. 6. Apply the slurry evenly over all specified areas at component material rates specified. a. Wood Cellulose Mulch: 1) Mulch: Minimum 3,000 lb/acre dry weight. 2) Tackifier: Minimum 50 lb/acre. b. Bonded Fiber Matrix: Minimum 3,000 lb/acre dryweight. c. Mechanically-bonded Fiber Matrix: Minimum 3,000 lb/acre dry weight. 7. Retain and count empty bags of mulch to ensure final application rate. 8. Hydromulching may be done over conventional seeding, if approved by the:. Engineer. > 3 J1 3.6 WATERING ,�q u t �� . F,3 F 32 9210-12 A. Provide water, equipment, transportation, water tanker, hoses, and sprinklers. B. Use enough water to keep the soil and mulch moist to a depth of 1 inch and ensure growth of the seed. For turfgrass seeding areas, sufficiently water to keep the soil moist for a minimum of 21 days. If natural rainfall is adequate to keep the soil and mulch moist, artificial watering may not be needed. 3.7 RE-SEEDING A. When all work related to seeding and/or mulching has been completed on an area, and is washed out or damaged, re-seed and/or mulch the area at the contract unit price(s) when so ordered by the Engineer. 3.8 CLEAN UP All work related to clean up throughout the project and upon completion is the responsibility of the Contractor, at no additional cost to the Contracting Authority. A. Remove all excess materials, debris, and equipment upon completion of work. B. Clean all paved surfaces open for public use at the end of each day and prior to forecasted precipitation. C. Repair any damage resulting from seeding operations. D. Remove hydraulic slurry and other excess debris related to seeding operations from buildings, landscaping, mulch, pavement, signs, sign posts, and any other areas not specified for application, at the end of each day. 3.9 ACCEPTANCE AND WARRANTY A. Acceptance 1. Guarantee in writing that all work has been completed as specified and provide the date that all activities were completed. When a warranty is a separately-bid item, this also establishes the beginning of the warranty period. 2. Acceptance will occur, provided seeded areas are in a live, healthy, growing, and well- established condition without eroded areas, bare spots, weeds, undesirable grasses, disease, or insects. a. Projects without a separately-bid warranty will be accepted no sooner than 60 days from the date that all activities were completed. b. When a warranty is established as a bid item and the warranty period excludes 60 days, projects may be accepted after all specified work, excluding the warranty, is satisfactorily completed, and a supplemental contract for the warranty is executed according to the Code of Iowa Section 573.27. B. Warranty c19 32 9210-13 1. Required only when established as a bid item by the Engineer. 2. The warranty is to guarantee completed seeding areas for a maximum period of twelve months. 3. During the warranty period, correct and reseed any defects in the seeded areas and grass stand, such as weedy areas. eroded areas, and bare spots. until all affected areas are accepted by the Engineer. 4. Replace or repair to original condition, all damages to property resulting from the seeding operation or from the remedying of defects, at the Contractor's expense. 5. Replacement costs are the Contractor's responsibility, except for those resulting from loss or damage due to occupancy of the project in any part, vandalism, civil disobedience, acts of neglect on the part of others, physical damage by animals, vehicles, fire, or losses due to curtailment of water by local authority, or by"Acts of God." END OF SECTION in 5 :a=, -� rte. 32 9210-14 SECTION 33-4600 SUBDRAINS AND FOOTING DRAIN COLLECTORS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Subdrains B. Subdrain Cleanouts and Outlets C. Footing Drain Collectors D. Storm Sewer Service and Connections 1.2 DESCRIPTION OF WORK A. Construct subdrains, subdrain cleanouts and outlets, and footing drain collectors. B. Construct storm sewer service and connections. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials. 0 1.4 SUBSTITUTIONS L-) > Comply with Section 01-1060 Control of Materials. c-)-` — 1.5 DELIVERY. STORAGE, AND HANDLING = iTt --a -- Comply Comply with Section 01-1060 Control of Materials. 1.6 SCHEDULING AND CONFLICTS E. Notify the Engineer at least 3 calendar days prior to start of operations. 1.7 MEASUREMENT AND PAYMENT A. Subdrains: 1. Measurement: Each type and size of pipe installed will be measured in linear feet from end of pipe to end of pipe along the centerline of pipe, exclusive of outlets. Lengths of elbows and tees will be included in length of pipe measured. 2. Payment: Payment will be made at the unit price of each type and size of pipe. 3. Includes: Unit price includes, but is not limited to. trench excavation, furnishing and placing bedding and backfill material, engineering fabric (when specified), 33 4600-1 connectors. and elbows and tees. B. Footing Drain Collectors: 1. Measurement: Each type and size of pipe will be measured in linear feet along centerline of pipe from end of pipe to end of pipe. 2. Payment: Payment will be made at the unit price for each type and size of pipe. 3. Includes: Unit price includes, but is not limited to, trench excavation, pipe, wyes. tap. fittings, and furnishing and placing bedding and backfill material. C. Subdrain or Footing Drain Cleanouts: 1. Measurement: Each type and size of subdrain or footing drain cleanout will be counted. 2. Payment: Payment for each cleanout will be made at the unit price for each type and size of subdrain or footing drain cleanout. D. Subdrain or Footing Drain Outlets and Connections: 1. Measurement: Each type and size of outlet or connection to a structure will be counted. 2. Payment: Payment for each outlet or connection to a structure will be made at the unit price for each type and size installed. 3. Includes: Unit price includes, but is not limited to, pipe, non-shrink grout, coupling bands, and rodent guards for pipes 6 inches or smaller. E. Storm Sewer Service Stub: The storm sewer service stub is the portion of the storm sewer service from the footing drain collector or storm sewer to a point 10 feet outside of the right- of-way or as specified in the contract documents. 1. Measurement: Each type and size of pipe will be measured in linear feet along centerline of pipe from the centerline of storm sewer or footing drain collector to 10feet outside of the right-of-way. 2. Payment: Payment will be made at the unit price per linear foot for each type and size of storm sewer service stub. 3. Includes: Unit price includes, but is not limited to. trench excavation, furnishing bedding material, placing bedding and backfill material, tap, fittings, and plugs. PART 2 - PRODUCTS j i 1 2.1 FOOTING DRAIN COLLECTORS F-.1.‘ A. Polyvinyl Chloride Pipe and Fittings (Solid Wall PVC): 1. Comply with ASTM D 3034, minimum thickness SDR 35, 46 psi minimum pipe stiffness. 33 4600-2 2. Use PVC plastic conforming to ASTM D 1784. Cell Classification 12454. 3. Integral bell and spigot type rubber gasket joint complying with ASTM D 3212 and ASTM F 477. B. Corrugated Polyvinyl Chloride Pipe and Fittings (Corrugated PVC): 1. Use corrugated exterior, smooth interior, PVC. 2. Comply with ASTM F 949, minimum pipe stiffness, 46 psi. 3. Use PVC plastic complying with ASTM D 1784, Cell Classification 12454. 4. Integral bell and spigot type rubber gasket joint complying with ASTM D 3212 and ASTM F 477. C. High Density Polyethylene Pipe and Fittings (HDPE): 1. AASHTO M 252 or M 294, Type S corrugated exterior and smooth interior. 2. Integral bell and spigot joints with 0-ring rubber gasket meeting ASTM F477. 2.2 TYPE 1 SUBDRAINS (LONGITUDINAL SUBDRAIN) A. Polyvinyl Chloride Pipe and Fittings (Solid Wall PVC): 1. Slot subdrain pipe according to ASTM F 949 or perforate with four rows of 1/4 inch to 3/8 inch diameter holes along the bottom of the pipe. B. Corrugated Polyvinyl Chloride Pipe and Fittings (Corrugated PVC): 1. Slot subdrain pipe according to ASTM F 949. C. Corrugated Polyethylene Tubing and Fittings (Corrugated PE): 1. Comply with AASHTO M 252, Type C, corrugated interior and exterior or Type S, corrugated exterior and smooth interior. 2. Use only fittings supplied or recommended by pipe manufacturer for soil tight service. 3. Slot or perforate according to AASHTO M 252, Type CP or Type SP. 2.3 TYPE 2 SUBDRAINS (COMBINATION SUBDRAIN/FOOTING DRAIN COLLECTOR) A. Perforate all pipe per the following requirements: ;` --- B. Solid Wall PVC Pipe: Comply with ASTM F 949 or perforate with four rows of 1/4 inch to 3/8 inch diameter holes along the bottom of the pipe. 33 4600-3 C. Corrugated PVC Pipe: Comply with ASTM F 949. D. HDPE Pipe: Comply with AASHTO M 252 or M 294, Type CP or Type SP. 2.4 POROUS BACKFILL MATERIAL A. Crushed Stone or Processed Gravel: Comply with Iowa DOT Article 4109.02, Gradation No. 29 in the Aggregate Gradation Table and the quality requirements of Iowa DOT Section 4131. B. Pea Gravel: Comply with Iowa DOT Article 4109.02, Gradation No. 20 or No. 21 in the Aggregate Gradation Table and the quality requirements of Iowa DOT Section 4131. 2.5 SUBDRAIN OUTLETS A. Corrugated Metal Pipe (CMP): 1. Comply with AASHTO M 36. Type 1. 2. Zinc coating complying with AASHTO M 218. 3. Use a corrugated steel circular section with annular or helical corrugation. 4. Minimum thickness of 0.052 inch. B. Corrugated HDPE: 5. Pipe to be double-walled. C. Coupling Bands: Match annular or helical corrugations on coupling bands to pipe ends. D. Rodent Guard: Comply with Iowa DOT Materials I.M. 443.01. 2.6 SUBDRAIN OR FOOTING DRAIN CLEANOUTS A. Type A-1 or A-2 Cleanouts: 1. Use 8 inch riser pipe of the same material as the adjacent subdrain or footing drain pipe. 2. When a PVC cap is used on top of the cleanout, drive a 1 foot length of reinforcing steel into the ground immediately adjacent to the cleanout to allow —11 future location. Lsi B. Type B Cleanouts: =moi--t n1 1. Use 24 inch diameter Class III RCP riser for subdrain 8 inches or smaller. Use 30 inch diameter Class III RCP riser for 10 inch and 12 inch subdrains. 33 4600-4 2. Manufactured cleanouts may be used with the approval of the Engineer. C. Castings: Use a heavy duty cast iron casting. 2.7 ENGINEERING FABRIC Use fabric complying with Iowa DOT Article 4196.01. 2.8 STORM SEWER SERVICE STUBS Use materials complying with City Standards. PART 3 - EXECUTION 3.1 SUBDRAINS A. Install Type 1 or Type 2 subdrain where specified in the contract documents.. 1. Excavate trench and provide pipe bedding and backfill as shown on the figures. Install engineering fabric if specified in the contract documents. 2. Begin subdrain installation at the outlet and continue upgrade. 3. Lay subdrain pipe to the proper line and grade. Place pipe with the perforations down. 4. If concrete pipe is specified for Type 2 subdrains, wrap exterior of each joint with engineering fabric and do not use joint sealant. 5. Place porous backfill material over installed pipe in layers no more than 6 inches thick. Thoroughly tamp each layer with mechanical tampers. 6. Restore pavement subbase material, shoulder material, or ground above subdrain trench as applicable. B. Provide cleanouts where specified in the contract documents. C. Provide outlets where specified in the contract documents. 1. Install a rodent guard on all subdrain outlet pipes 6 inches and smaller. I 3.2 FOOTING DRAIN COLLECTORS :: > u1 A. If specified, install engineering fabric. B. Provide cleanouts and connections where specified in the contract documents.' 1. Connect footing drain sewer collectors to storm sewer manhole or intake. 2. Provide fabricated or preformed wye or tee service fitting for each platted lot or building. 33 4600-5 C. Provide manholes, where specified. 3.3 FOOTING DRAIN SERVICE STUBS A. Provide footing drain service stubs at locations specified in the contract documents. B. Install wye or tee for each service connection. 1. For new storm sewer and footing drain collector construction, except RCP sewers, install wye or tee fittings according to the manufacturer's requirements. 2. For existing storm sewers, existing footing drain collectors, and all RCP sewers, saw or drill a neat hole in main and install preformed saddle wyes or tees according to the manufacturer's requirements. C. Install footing drain service stub to a location 10 feet beyond the right-of-way line or as specified in the contract documents. 1. For undeveloped properties, place a watertight stopper or plug in the end of the storm sewer service. 2. For reconnection of existing service pipe to new sewer service pipe, use a manufactured flexible connection. END OF SECTION ,STC — Fr/ T1 33 4600-6 SHIVEI'-IATTERY ARCHIrE CtpRE•ENVin:E FRAUENHOLTZ-MILLER PARK PROJECT 2016 Opinion of Probable Construction Costs NOV 9, 2016 UNIT TOTAL ITEM NO. ITEM UNIT PRICE QUAN. PRICE General 1 Construction Staking LS $ 5,000.00 1 $5,000.00 2 Mobilization LS $ 8,000.00 1 $8,000.00 Surfacing 3 Demo and Removals SY $40.00 279 $11,160.00 4 Colored &Stamped PCC, 6" SY $55.00 355 $19,525.00 5 Ramps each $1,000.00 5 $5,000.00 6 PCC Sidewalk, 6" SY $25.00 988 $24,700.00 Site Work and Landscaping 7 Electrical Conduit, 2" PVC LF $6.00 200 $1,200.00 8 Erosion Control LS $2,000.00 1 $2,000.00 9 6"perforated PVC and Rock Chamber LF $8.00 150 $1,200.00 10 6" PVC LF $6.00 140 $840.00 11 Earthwork LS $10,000.00 1 $10,000.00 12 Trees each $450.00 17 $7,650.00 13 Sodding SQ $45.00 98 $4,410.00 14 Seeding LS $2,000.00 1 $2,000.00 15 Play Area Mulch CY $70.00 112 $7,840.00 16 Limestone Outcropping each $200.00 6 $1,200.00 Site Amenities 17 Shelter each $11,500.00 2 $23,000.00 18 Bike Racks each $450.00 2 $900.00 19 Trash Cans each $1,000.00 3 $3,000.00 20 Benches each $1,200.00 3 $3,600.00 21 Water Fountain I sump I Back Flow Preventor each $6,000.00 1 $6,000.00 22 Park Sign each $2,000.00 1 $2,000.00 23 Picnic Table each $475.00 4 $1,900.00 24 Play Structure each $38,500.00 1 $38,500.00 TOTAL PROJECT COST OPINION 190,625.00 The Landscape Architect,as a design professional familiar with the construction industry,has prepared this opinion of the Probable Cost of Construction. It is recognized,however,that neither the Landscape Architect nor the Owner has control over the cost of labor,materials,or equipment,over the Contractor's method of determining bid prices,or over competitive bidding,market,or negotiating conditions. Accordingly,the Landscape Architect cannot and does not warrant or represent which bids or negotiated prices will not vary from the Probable Cost of Construction. i.:.i C ) : '1""",.'''': 'I-77 (.;") , _ '' .:r CITYOFIOWACITY u :,'.'-_-,- m - dialgaiwiti„- — lIII f1 FRAUENHOLTZ- MILLER PARK „1i._I;5 . > „ .-i„,s ii E FRAUENHOLTZ-MILLER PARKin 2A i 1 LOWER WEST BRANCH ROAD SE , IOWA CITY, IA 52240 3 - CONTEXT MAP y°�� : o 4411.1 �:,• .,4�. '� _:x.:..: .. 11 of MillIf,It. I- ��o� o ® '�Mpg/ �. n�:\��rnl .r�hiiiir ®®� •W _ INTERSTATE 80 ' ' ' ' ' III LII' __ �®®®\ , 0101® at•I a QC - .......mons., J �:'1- j �illlRW /AP/1— I I I .- I.4 dilliti"-;."&- .14..t. Stilpitolitp• ( -—----,--,-,-ii : : 2 f2 Ilk' ,--Ak 116 LL.1 ‹ IIIIIIII iir ...1111�Ir �P1* , 1_ I ,PROJECTLOCATION f�: ��©00©0®�� W� ` ' ACIn III. � -- �•y�,l...F- ,; I ,�7 ©® ®�M©® F ■ I ■■ ISI. !Is ��r• ,4. \ U Lu~ i”;IMIMFOr - ID®®®■® ."1:1,- 1_1.143 C„�40.'1M„j',�I' _ �� .. H , lf: ,,ti.” _ M1.! ‘45,00:„: �q L THE CONTRACTOR SHALL NOTIFY IOWA ONE CALL NO LESS O m �tl, ”®®■�� ®sei ��� ;= 'I - a lyj I•. ♦;- �,, 1 ° THEN 48 HOURS IN ADVANCE OF ANY DIGGING OR EXCAVATION '•i _ A 131111111. C0 1 'Irmli®®■:'■® 1 I .0 /+-= �_ '-' :i I LONER NEST FRANC.RD.SE. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON � + n" ,I ,," •„ ®,:Jr::w1®®��® ir- ...,n l:� .ff1� - p� �:. 'I` _ ION THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION r.i`�,� - •■.� Ct LL U tv �'I""�•'•1 "„"' "- ` I �_- $� I' I AREA,ITSHALL BE THE RESPONSIBILITY OF THE CONTRACTOR _ - .,. .-. r, „,•„1111 I.•E."01011■® ' +— ', a i ill:,`lam' �,,., 6.. + 1. I ii.: 11�`.' I ' SI ®;e®■0101 1 F ``. 1 .--( ■ • +••• ! - - Iz�:�• '�` I� _ I - TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE •• 'I '111111 r� Int• .••'•• ■111111- '-1='_=°""'1 WAN • -• �I's- �' }I BEGINNING OF ANY CONSTRUCTION.THE CONTRACTOR SHALL , •AV C•�- 1-�Ow.'avN��l 1111 ® '7 � -� ••' �1_=_-• =_� TI0 _L_ WA:►_� �_`%X}'TAN. . AFFORD ACCESS TO THESE FACILITIES FOR NECESSARYT c^ A o1ry ■I I �_ I�� IyI II I ..y .LC ��i,.,',� -- I MODIFICATIONS OF SERVICE,UNDERGROUND FACILITIES icilt ` . . *' I ^^® ❑'- ®,I. ;i VA{�^ - •• = l ��� TV: 1}-! __ STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM - F r --) "._5 t II H ONE Eiliiirlit4j �. 3 1111L'IIIiT®Ir I € T• .�;' AVAILABLE RECORDS AND SURVEY AND THEREFOR THERE w _ °;�,!► :�`+,'r••, , III se � �l LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY IT IS � '� �•1 �-r1.1 1? ❑� N =� :���/ r?i,+, '_sin•"'`a;: L Nom•" ^ POSSIBLE THERE MAY BE OTHERS,THE EXISTENCE OF WHICH IS - 3 -- _Hi low sim 'LdFLI�ti:,5 ® d nN t, p`Ui- - ___ PRESEN7lY NOT KNOWN OR SHONM.IT IS THE CONTRACTORS ' "' w"11 F�tpp :SGS/';a n nnn•:a .a�ra" _'" i ««l. '.�'=�� tY - �, #I ["k7� ®�®�®'•"""'•"'%r,"T"""':•7•i m.- ., I.. :':-;�•�a=_ ?=� I RESPONSIBILITY TO TO DETERMINE THERE EXISTENCE AND �---� �'-�- II��I = !''•��:r III A r B I C I . D — I E – I F >�-/ L 8 LL uW a r; • W J_!. gr 1 GENERAL PROJECT NOTES 1 U EJ, •` = ITEM NO. ITEM UNIT GUAM. > 2..; P 8 1. SITE CLEAN-UP SHALL BE PERFORMED ON A DAILY BASIS.SIDEWALKS.PARKING LOTS,ROADWAYS.ETC.SHALL BE KEPT CLEAN AT ALL TIMES. Gam 2 EXCESS AND WASTE MATERIALS SHALL BE DISPOSED OFF-SITE IN ACCORDANCE WITH APPLICABLE GOVERNMENTAL REGULATIONS I =° s Gamma E 1 Construction Staking LS 1 3. ALL OPEN EXCAVATIONS SHALL BE PROTECTED W TH SAFETY FENCE.BARRIERS.OR BARRICADES IN ACCORDANCE WITH OSHA `,",s S–S 2 Mobilization LS 1 4. BERM AREAS TO BE SODDED FROM TOE OF SLOPE TO TOP OF SLOPE.ALL OTHER DISTURBED AREA ARE TO BE HYDRO SEEDED U o..$, b Surfacing 5. STAGING AREA TO BE COORDINATED WITH THE CITY STAGING AREA IS TO BE RETURNED TO EXISTING CONDITION UPON COMPLETION OF WORK 3 Demo and Removals SY 279 4 Colored&Stamped PCC,6" SY 355 6. ALL STRIPPED MATERIAL MAY BE STOCKPILED IN THE STAGING AREA 5 Ramps each 5 7. CONTRACTOR IS RESPONSIBLE FOR CLEAN UP AND REMOVAL OF ANY OFFSITE TRACKING yr - 6 PCC Sidewalk.6" SY 988 a. TO PREVENT EXCESSIVE OFFSITE TRACKING AND CURB DRAINAGE CONTRACTOR SHOULD LIMIT ACCESS POINTS TO PROJECT. �I!, Q Me Work and Landscaping 9. CONTRACTOR TO PROTECT EXISTING CURB AND SIDEWALK.CURB AND SIDEWALK DAMAGE BY CONTRACTOR WILL BE REPLACED AT THE CONTRACTORS EXPENSE -~ fI f 7 Electrical Conduit.2"PVC LF 200 Tel O 10. ALL LIMESTONE OUTCROPPING AROUND THE PERIMETER TO BE SOURCED LOCALLY.ROUGH CUT.AND APPROXIMATELY 24'CUBE �j 8 Erosion Control LS 1 — A4IIS_ 9 6"perforated PVC w/Filer Sod(and Rods Chamber LF 150 11. PROVIDE 2 PICNIC TABLES PER SHELTER PICNIC TABLES TO BE SURFACE MOUNTED PER MANUFACTURERS SPECIFICATIONS.REFER 701109 FOR PICNIC TABLE 10 6"PVC LF 140 12. ALL NEW PAVED SURFACES THROUGHOUT THE SITE SHALL BE IN COMPLIANCE WITH A.DA REGULATION II l > 11 Earthwork LS I 12 Trees each 17 J 13 sodding SO 98 14 seeding LS 1 15 Play Area Mulch CY 112 16 Limestone Outcropping each 6 CC lite Amenitles 17 Shaker each 2 a 2 18 Bike Racks each 2 2 ct 19 Trash Carts each 3 UJ a 20 Benches each 3 J 21 Water Fountain I sump/Back Flow Preventor each 1 —1 g 22 Park Sign each i _ 23 Picnic Table each 4 r 24 Play Structure each 1 NI o • ALL OUWrTrwwS ABOVE ARE FOR INFORMAAIRXMLRURPOSES ONLY MID DALE NOT CONSTITUTE A BASIS FOR ANY EXTRA WORK ORDERS J H O w I Z W 3w D o m Q o 0 LL 15 iv Tr C7 �) CT, �''4'y'1 W. 1 3 C7"* 3 --1 C? U l 10 J,r ..I' 0 s 5 T, - 1 1 w '- I2 2 a LI W 4 w � W oC- NoaEa p 4 4 CO L/) 5 ill — r— J Z D Q CO D H 0 0 ° a Z m Q 11/ II A L B C D 1 E I F 1 L101 • A 1 B I - -C D I E I F N 812878 11 N.12877.35 . E 2194500 39 _� ___ _ ,_ -_ E2194714.32 r $ SIDEWALK i _ ` - - �` ,1 SIDEWALK Ce _ / N.61286623 S RAMP _-_- _ _-_- 6.812673.34 9 R/WP E2194724.70 I W :4; E2194863.63 ' ung N 6/286572 _-_] - ----. �� STORM MANHOLE m e E 2194489 71 • / /N 6128Q6.27 \ 788.45 RIM Lr- d / / �\ 783.851E15'RCP(NW) `` ' DEMO EXISTING SIDEWALK RAMP // / E2191083.88 / 0.N. , 783.801E 15'RCP(S) 1 - / / • / PARK SIGN STORM INTAKEQ'" l / / 790.0418IM I ▪ `1 Il 1 -.- // '� 784.44 IE/5"RCP(SE) 1 1111 _• '21 2 ST PATRICK'S CHURCH 7 i A_A /i / DEMO EXISTING g SIDEWALKI AND = !, € /// N.612834.05 N.612834.13 RAMP.TVP - E2194712.74 E.2194720.74/ in c F• 79f 9i i 1 s I / r:..� . /' �) I ST PATRICK DRIVE I EXISTING OAK TREE TO REMAIN,2YP. / * a / I2i D /' 7 - •.111 i�ft / -i;01 0 i /I Iles' STORM INTAKE STORM INTAKE / / 788.31 RIM Ct 791.95 RIM / 781.981E 15•RCP(N) w m 787.55 IE 15'RCP(W) / / 781.91 IE 15'RCP(E) Q 2 y.. = 3 / 1 •1 1 a 2 °o FRAUE74NOL7Z•MULER PARK o a ct LU a i J 33 w O W II EXISTING TELECOMMUNICATION LINE. J I TO REMAIN A cc I UJ.. • I -_. - I _ O O I 1 / Z O wO `�- / MINIMUM 2'OF EXISTING CURB ANOr rallK TTACHE❑ , GUTTER TO BE REMOVED BEYOND _ N- ESIDENTIAL UNITS ATTACHED 3 N.613 71/ '� END OF PROPOSED CURB RAMP FLAIR,TYP CC Z 0 ,_F RESIDENTIAL UNITS Z E.2194494.96 / O w 3 W W N.612657.42 I �1 P r 1 m E219450285 // Q / I 0 6.612662.96 C N //. // I O 6.2194728,55 LL U Ni SITE BOUNDARY) SIDEWALK r� /�' x m Cr? YORK PLACE RAMP i - ' •ALK 66124728.7 0 �'•` ��4728.73 .V• - DEMO EXISTING SIDEWALK RAMP TY.P.-� RAMP I T. ATTACHED • /, I I r y -.. 1 .r' u 3 RESIDENTIAL UNITS // / I N.612631.44 / I �""� 1 E2194495.70 / EXISTING 8'DIP /• / I r-,. I z / I _ .. 9 REMOVE TO NEAREST ) /7 1 CONTROL JOINT / I7 1/ ----. 1'.' 1_.> F; 6.612631.53 11 E.2194552.99 1 ..-. oo_ a _ it 1� r 1 / r - 1 OCONTEXT MAP 6.612547.01 A ,•.ly E.2184503.51 oFs N.612546.92 5 E2194495.62 I - teER - -- _ / -• ;m 5 m y 2 6.612538.85 0/ F. � 1 I / , / / E.2194714.61 I 2 // 6.812538.68 w r2 -9 8 i E.2194722.50 o -' m • / EXISTING ELECTRICAL LINE. & 9, / TO REMAIN. o ZI y E LL. 3 __- 7 STORM INTAKE i' i 764.20 RIM I] 4 780.001E 12 RCP 4 S • / STOJ IFb J DEMO EXISTING SIDEWALK AND RAMP d _ 784.9 N.612497.19 7609 N Z STORM INTAKE E.219666t A5 780 "N 61287806 ) C7 E.2191 1 Z1 _ _ • --] 66124%53 O Q 12494 54 \ I. - - l E2t9472725 Cr) Z ° E.2194492 89 ) : ___-____ N.: 2498.5 X O W SIDEWALK X19459.18_-_781.99 'a6* • W U 0 © EXISTING CONDITIONS&DEMO PLAN RAMP ,J -li SSP ALK 6.614504.22 -- - - _- -_.. - - ! ` 1 0 L E21945p3.82 I 6.612488.49 --- 6.2194716.9 ■ A I B I C I D I E F E.219.718.95In ■ A IB I CD E I F PROPOSED ADA RAMP _ - REFER TO DETAILS PAGE 1111 -- - PROPOSED ADA RAMP —_- ._ �_ REFER TO DETAILS PAGE 1111 LEGEND EXISTING PCC SIDEWALK _ / - - - - BENCH o i REFER TO L109 ,'�71 LIMESTONE OUTCROPPING Ct "' °U' tati ��J REFER TO NOTES L .. si �'I 1 V mm 4 -- 1'-✓ BIKE RACK _ - EXISTING TREE TO REMAIN.TYP REFER TO L109 ' o_• - L 0 10 20 10 - T •T C 2 I � E SCALE N FEET IRR;009 'n u' b /"� a TRASH RECEPTACLE r H t REFER TOL709 0 DRINKING FOUNTAIN -gkr 1 5 REFER TO L109 i' , lxj`■■ v EXISTING TURF GRASS LAWN _- y11I i . --'•. PROPOSED PCC SIDEWALK,6'THICKNESS -��'I ..:'h REFER TOL Iii II zirf ..1 PROPOSED STAMPED AND COLORED PCC,6'THICKNESS' REFER TO L 111 PLAYMATE PLAY AREA WOOD CHIPS AS SUPPLIED BY N EVER-GREEN LANDSCAPE NURSERY AND SUPPLY LL DALE PETERSON 319-379-1940 Q I a 2 C' C TURF GRASS BERM 2 . . . - REFER TOL 111 LU a - - . J LU 5J o NEW PCC SIDEWALK 15TH STAMPED ` Lj Q LL AND COLORED BANDING 5:1 SLOPE N a REFER TO L111 J O 0 4:1 SLOPE LLI O gO w 0 CC Z U r O a re Z 7pg0. _ GRASS BERM _ _ _ 0 — ? O J CC M CC 'AIIIIrill LL PARK SIGN _ _ I O U N COORDINATE SIGN AND i a.� �' �t LOCATION WITH OWNER I m • Cl SLOPElif 4 a a� PROPOSED ADA RAMP ""j ■ ® . J� ..:• .m,,. REFER TO DETAILS PAGE L111 r•y , Tit* • - - • GRASS BERM . . ^' I ...11 a • 5:1 SLOPE —s T� x i �� '-sw • y GRASS BERM • ���,,-♦.• 1'%! -'It, . - - - X - W. . . . 0 ,•%•:•' !,#.41r0010,1, • • • • - 5 x ''.3-- 100 - ire ei,l'':4!,. • :,-.,.‘„ - - - CONCRETE CURB '`�� 'GRASS BERM - -8'T"P REFER TO L111URB `s - •.•. j II. as S:I SLOPEilili110 O� 'Y 3:1 SLOPE t:1 SLGPE '�41, m - 3 DYNA CUSHION PLACED UNDER SLINGS - REFER TO L109 4P11114 o O 2 z > m u PLAYGROUND EQUIPMENT _ 4:1 SLOPE REFER TO L110 . a - aLa' � w ■ '. �p Q N 0 ¢ u U 1 4 j� ■ - a 4 • '4 ■ ' a h PROPOSED ADA RAMPI 11111.40 4teit.VI' ExiS71NG PCC SIDEWALK ■ ir .� (n REFER TO DETAILS PAGE Lt11- ❑ - �' -PROPOSED ADA RAMP i REFER TO DETAILS PAGE L111 . 1 L103 IIIA 1 B - — I I - D - J E ff - J F /}�// 8 LL " V, w STORM MANHOLE U ,y < 768.45 RIM 'm m i 41114:1 783.85 IE 15'RCP(NW) 783.80 IE I5"RCP(S) O STORM INTAKE Q . 1 790.04 RIM "� $ ' 784.44 E15'RCP(SE) _L. o ' 1 111,7 !F;,' W $ o Io 20 40 ' I i r J1111SCALE IN FEET EXISTING B"DIP I ? I r i/— • o U - R`® yIII�M� J -ip . • 1 STORM INTAKE STORM INTAKE 791.95 RIM 786.31 RIM 787.55 IE 15"RCP(99) i 781.98 IE 15-RCP(N) Cr 781.91 IE IV RCP(E) CL 2 - 13 2 cc LLI > i J a 3 • o g - 0 - - -T- - - - - -T— — — — — —T— — — — — —T— — — — — —I— — — — — - - - - - -T- - N a O� z o f— o W 11.1 1 re Z o Z U) U F 0 L9 Q .1777:, C7 ui acCO CI CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH I `I C; + r IOWA CRY WATER DIVISION TO TAP AND TEST SERVICE LINE. M-- .... ' W� CITY OF IOWA CITY WATER DIVISION TO COMPLETE CONNECTION 1 TAP. g 3 CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING TAP AND WATER - i--. "�,� i 6 LINE MATERIAL COMPLYING WITH CURRENT APPROVED MATERIAL LIST. ----- ' 'I� - (i"� \ , // / ELECTRICAL CONDUIT,TYP. / - � - •- REFER TO DETAILS PAGE L111 METER BACK FLOW ENCLOSUREILD• ,•,,.y REFER TO DETAILS PAGE L711 J 2'HDPE CONDUIT,TYP. '• WATER LINE } � 1 PERFORATED 8'PVC W!FILTER SOCK WITHIN PLAY AREA - TO DRINKING FOUNTAIN I 'rr r , .f. . % , �� op, � REFER 70 DETAILS PAGE L71120000 8"PVC SUB-DRAINS TO STORM INTAKE • ! 18"SQUARE CATCH BASIN TOP OF RIM ELEVATION 786.68 - ' _ -L- - -t-- laee MAPPING, -� i - ,� SUBDRAIN INLET . O O U 2 - - - REFER TO DETAILS PAGE L111 4a o w U . v - / --� -. STORM INTAKE "- 4 ` 784.20 RIM EXISTING ELECTRICAL LINE,TO REMAIN. • 780.051E 12'RCP(SW) "�="" 780.00 IE 12'RCP(E) 4 ` 1 ORM INTAKE , .' L. - 3- 784. -IM 1 0 3 TORM INTAKE 80.971 "RCP(W) STORM INTAKE 788.84 RIM ••72IEJ2'- •(S) - - - Z 788.28 RIM -- 781-99 IE 12"RCP0.6 12'RC- 3 782.03 IE 12 RCP(VV) I 781.94 IE 12"RCP( ) CL 782.98 IE 12-RCP(SE) _ +/` FUTURE PEDESTAL WITH METER F & _I i? -_ i �/ CONTRACTOR SHALL MARK OR IDENTIFY CONDUIT e' ��1 LOCATION FOR FUTURE USE IIA I B I C I D I E I F L1 04 NI PVWrare. 6'2bo..n.e-0fanps.51 Fi4CmeR t nrvM An.Ap a I I. CO N I O 8i8 D i* -- D N Z S N N N y Ty m gA 4LI N 13 flia ZDD H 7Y N� yym VN � -<m CO BRENTWOOD DRIVE ED f( I + ' t ` + lit \ 5:7 \ • / \\ �� \ ` �,VI-.. \ \ ) 1 k I — .; \ . i:‘ \\ lb + ' \ \\ Jr , \ rF \ .�,� \ �\ i - \ Ill \ 114 \ _ \`\\ y \ , • • • N. HIF{ISI 111 (j - .: , I. :-.....,.... ,,,, / .11[4%,-,- 1 �� --7 „� -- — - 0 Al BROADMOOR LANE o M C mmog '57', -z m v 3 A mm m rm .0 -n T t+I 4I 1 1r� - !7 '11 GRADING PLAN DRAWN: MFB r. APPROVED: KJB I'f t i l ',/ t j AkAi l I lE FRAUENHOLTZ-MILLER PARK ISSUED FOR:ISSUE FOR BID I 1' , SHIVCI-IAT'rCRY � ARCHITECTURE•ENGINEERING DATE 1/072018 , -��:A� CD PROJECT NO:2182838 q ....i's VIII l.7!- Con FIELD BOOK:— a �-a�l� � 2103 EaadanC Drive I Bloomington,Illinois 81704 [ �� CITY OF IOWA CITY �.�� 308.882.8992 I fax:30&.882 5808 I xww.shme-hattety corn CLIENT NO: — "'� CITY 01 IOWA CITY 10x4 I uonde I I"'" 220 S.GILBERT STREET IOWA CITY,IOWA Illinois Firm Number.184-000214 • A L107 ) I B o I E L106 ; MATCH EXISTING ELEV,790.05 ELEV, :9,92 F L107 • }'L+ 8 SHELTER FFE.789.98 ELEV.787.45 W N.612657.38 N.612688,45 N :2678.64-fes O(1 • :- --71 N.612667.57 i N.612881.62 - I _ ELEV.767.37 L 1 M W $ I E.219M94.92 E.2194533,47 '.2194557.96` ‘0617I.---- '' _ E.2194584.12 E.2794854.17 - - N.612861.85 06 Z - Cr m MATCH EXISTING y ELEV;•64.50.50 ELEV.787.61 I E.2194684,77 "'W a; N.612657.39 /8. ELEV.78750 ELEV 787,45 MATCH EXISTING v1 E.2194502.85 • - f N.61 19 N.8126,5428 N.812850,43 ��•7%•% - - m $ • r j E.21 - N.8726829 A 1� / 4 j�111 94612.75 E.2194640.16 E.2194658.44 N.812857.: 11( '�\ $ �p / ¢ \ / E.2794868.46 - • ... E.2194708.68 Cr i 1 $ fJ s ,.. ELEV,788.55 / ELEV.787.86 ELEV.787.33 r -- I y ` i N.61265529 _ .. N.612650.02 ELEV.786.48 " N.612858.48 w $ ry f Y \� N.812680.12 /''''y;�, E.2194837,29 -f E. N.812654,71 _ PI ! E.219821.75 �y E.2194606.84 ` 2194674 79 5 E H ELEV.789.97 , \ E2194898'71 II N.612880.94 0 a 818 j - _ / 1 E.2194727,76 Q 1 M13 0 5 t0 20 c ,�� �° ': N.612668.77 1""" a aiii / ? ., • E.2194559.81 � - S- /. • - c RAMP SCALE N FEET --- ./ ry' ELEV.789.97 _ _ - - \ O \ °�.` g s �: / 0 - MATCH EXISTING - '.- - o.1- ' N.612660.38 E I = / c E.2194554.08 - § _ z' rr '...._ N 612649.98 _. /, / REFE g u. E „ / ELEV 789.88 _ i ELEV.790 13 / /71 E.2794554.50 Mi . .., ._ -_ - , MATCHTEXISTI GLS PAGE N g a • N.612652.12 / 1:: m E.2194527.% ELEV.790.04 ,,,,..--------- '43,. - A �! "'>/ ELEV.790.10 - _ m ` ''� ELEV.787.% ". ' pa f• !1, N.812647.91 // , N.612659.26 8 i - • .S E.2184727.82 / N.612658.10 E.2194546.08 - 1 s - ^/ MATCH EXISTING E.2194538.97 7 ill N.612845.82 ..'' • ''� 2 _ N.612648.49 1-'- 4.1 - N.612647.45 ELEV,789.% - - _ E2194633.94 .1 + I (ELEV.786.4 E.2184721.80 � U ELEV.790.07 N.812653.36 - ELEV.7875$ 1 N.612848.Si -if� 3 E.219µ94.82 N.672680.89 E.219/54625 ELEV.789"02 N.612640.49 ELEV.787.4 E.279471466 fp MATCH EXISTING E.2194542.94 •N.612612.35 - - E 219465723 • N. /.78704 ++ �j N.612831.38 ELEV,789.92 E.2191555,53 _- 4 - 7 ELEV.787,58 : E.2191675.42 7 iELEV.786,51 I ...oily il O E.2194494,99 I ELEV.791.09 N.612818.30 ELEV.788.% N.6126369 I N.8128452k _ u. MATCH EXISTING N.612811.39 E.2184546.53 r - E.2194659,81 6 �• ELEV. 1 IE.219802.04 I ����' 0 E.2194503,00 -N.fi12615.41 I I) N.612631.41 I E.2194562.92 *- � • N.812634.98 1 It E.2194503.05 - - E 2191867.88 I SHELTER FEE 787.84 / V �I - \` -�r__�` N.812825.95 / 1! I'I E 2194853.34 - • - - j. �� rl - - // 11 �� �� !V • �i�= 11 /r � 2 Er I t ' ,� ELEV.787.78 '� j FFE.787.23 / ! w Q - �� N.612610.52 / N.672598.3 f I J • 1 E.2194638.34gel ',. E.2191653 8 / 1 7 _..I O ELEV.787.91 ELEV.787.31 /`NLj !f - - l /1 U - - N.612830.10 N.812802.28 �O0 E.2194618.10 E.2194646,85 1 f 7 N.: Q '4 - �y ELEV.787.50 / \. r / O _ ELEV.787.50 N.612568.47 / ���,-- i y I / / I J F -• _ N.612565.% E.2194617.61 a.4.01, / \ � f1 - - - f I: 0 W E.2194608.11 %\� ' Jr = 0 UJ �' / ELEV.78).50 / - - / ZF I N.612588.24 / / W QQ, 0' A. t�1 / E.21945%.90 $10, � & ® / I _ `-'.... ._, . ... .1 1 /lei/`/ \�Q t / U ....... .. - / ELEV. 7.50 ! .,, '�� i ELEV.787.50 a - / ii �� " / N.61 -•2.37 `� N.612562,10 // / / • MATCH EXISTING TC STI E.2184.•3.42 E.2194622.50 / - - - / / ` 3 N.612518.97 1 .219450'S- _ // / // - - - d<• ! E.219µ95.57 ELEV.'67.50 R=6.00' ELEV,787.50 / / C . 1 • i - N.812. .52 N.812552.72 //�- („E'j I / E.2194 •2.81 �E.2194623.91 // - } • �"� 'I -• / ((( MATCH EXISTING / / / N.612538.901j . / - - E.2194714.83 /- - // • • a - - /4p/ / / MATCH EXISTING ELEV.767.50 SQ. _ // N.612538.93 - ELEV.787.36 N.612545.76 E.2194722.60 N.812513. • /,. CONTROL JOINT,TYP. E.2794879.97 / E.2194528.28 -- /, / . ELEV.787.56 ELEV.787,55 / "_-- -- / N.612557.07 / B / 83 ELEV,787.38 / N.672510.23 / 8'PCC,TYP. / - o N,612506,97 ! E.2194504.12 - / REFER TO DETAILS PAGE E.21808:11 /}'� E.219µ%26 ELEV.787.35 �� / 83 N.612504,19 Amo\ .50 . .E.219450495 " � \) 787 N.fi12503.% N.812506,99 I� m ❑ E.21946pg,20 E.2194710.21 E..6125°6.99 - -- -- ELEV.787.38 I ,o N.612502.23 • ELEV.787.32 ELEV.787.29 ELEV.787.50 "' N.672545.67 ❑ LL i x E.2194509.43 + • N.6125%.75 N.6126%.37 o ❑ V 8 i I __'- _ __ E.2194532.41 E.2794518.51 E.21945%.94 JOINTING PER CITY STANDARDS _ MATCH EXISTING _ rc 4 N.6124%.32 ELEV.784.33 a § w o / N.812499.46 • i ❑ a y y LL e • + E.2194519.17 / E 2194701,75 ELEV.784.09 9.ar MATCH EXISTING I ELEV.784.30 I N.61250792 N.6124%.49 f N.612497.59 �- E.2194722.75 ELEV.787.19 o - E.2194538.59 J E.219470127 ' 4 MATCH EXISTINGI' N.6124%.37 1 7ita 6 ELEV.784.00 E.2194499,79 `O .7 DO' -F MATCH EXISTIIG 100' N \� ob�- - - - - - N.612488.57 _- N.612497,12 /I .6124%.01 MATCH EXISTING .' --- - - -- - - ___ E.2194861.36 E.2194720.71 Z MATCH EXISTING i E.2191528.34 -"--- ------ ____ ! - MATCH EXISTING MATCH EXISTING -- - - / CH EXISTING J N.812493.24 ? N,612488.49 N.612495.17 d E.2191491,43 E.2194518 N.612488.57 N.612489.16 R` \:\l'I. /1'5 eRAMP • )' __ -_ _ _ _ E.2194533.34E.2194861.36 '�° 7 0 '� E.2194725.62 REFER TO DETAILS PAGE ,` TELEV. - MATCH 72482XTING • REFER TO DETAILS PAGE CDZ MATCH EXISTING . ELEV,787,11 787.13 E.2194528.39 --- --- - -_ --_� _- - __- __ 1 .29 N.612485.77 N.612491.05 .612488.63 MATCH EXISTING _ /I? MATCH EXISTING 5Q . E.218450221 E.2194505.69 E.2191516.54 - -N.612482.33 _- N,612487,39 d A E.2794533.39 --- -- - -- '--- J ELEV.784.17 LEV.784.08 E 219471832 B C --- - --- =_ _ E.2N.6947%.T7 E12489.84 N219471�5.09 Ll 06 0 E F • • A I B I C I D 1 E I FIn . _ _ I _.-___ ELEV.76924 -- _- ---"_ - - - _ N.612873.46 MATCH EXISTING Z - ---_ - - _ -�E.2194702.'• N.612875.66 q MATCH EXISTING J E.2194715.70 11 1 W a 4 N.612874.52 - __ _ _ ___ �\ _ / may\ RAMP 1.:.1 � E.2194499.04 _ -� \ REFER TO DETAILS PAGE L111 _Z c \ _ _ \ __ _ __._ 1, ',{ �� MATCH EXISTING W MATCH EXISTING ;'\ \ y __ N.612867.01 $\ R` • \ \ N.812887.87 c E.2194491.49 I \ \ ♦ \ E.2194723.06 .1,8 • .--)---- / / MATCH EXISTING / Ep MATCH EXISTING / ' / 1 E.612855.64 d,. a S fE g / / N.612873.33 / ELEV.769. x. 1 N.612864.08 / MATCH EXISTING / / N.612865.65 m mo S / E.2194663.66 1... E.2194720.51 1 111 m g E.2194496.41 1 I / • N.612869.47 / / / E.2194702.46 1:.1 m I / MATCH EXISTING / � : g r E.2194502.35 / / N.612865.27 / - E1 \\ / // // E.2194663.66// az'V// RAMP // / // ELEV.789.04 • ,/ ii = LLc REFER TO DETAILS PAGE LI11 // // / N.612855.71 ,w -- m - m / / / E.2194712.58 U I °' ' / { nen _ _ 1 'y' / / -. I- 4 / I H_ 0 5 10 20 1 / ! i '$!0.+��� l SCALE IN FEET /- / / — / • / / MATCH EXISTING xtiro, / / N.612834.10 i // / / / E.2194720.70 _ r } y / / i MATCH EXISTING II' r / // / / N.612834.03 („) /III , // // a� 1 E.2194712.70 1 I 1 / Q (.7-} J 3 4 / \ Ill °AC XI- _ . •/ r / /// /// 11/ — ? 30 m 1 // / // // I I // �:. 11 U N // • / I - / / I L.t"-.3 '.J I / /// /// ! < ...._-) /�- -9 CFI I /\-..,..j / i / ., 1 / / / // / / .. .� • 1 3 I r /1 1 / I 1 1 r1 j / j 1 o 1 I 1 1 / 1 0 I 1ril 1 a I II /1 // 11 / 2 2 92 € ry I I 1 / / rc Y II / f I w ° °o 2 \ I / / I I t O w .. m z 1 1 / I I a q ,-;8 w I II 1 I I o i % o a LL 'El 1 1 / r. \\ 1 ` r T / T –j 1– 4 - I / L T I s TJ T - - - -T- - - r - / 4 T \ ; T / II l l w \\\ /// ; 1/ 1 / t CC 3 // I / 1 Z • ii L107 D 1 / 4/,/ _ _ _ _ , / dmmL107 a II L106 1 .� _ � — • L106 ,,, L107 A B I C I D I E 1 F M .rd.I We.,13 31 AM U ' (0 PJ 1 _, • BRENTWOOD DRIVE ra % ,9,3 al 2, EQUAL SPACING,TYP. EQUAL SPACING,TYP. I > > AM 1 H 111 0 0° I 10 ,....____.le•..... H F7 m d 2 ts §g _ _.--- • ----- •., 1111 ' N < . a , . co a" 111F M , I ----\\ \ --\ Wir Nei& N•M"; 4,0 .---",--. .'-.. \ • 4_,/ ,, 1 ' .\' 1 , ,,, 1 </:•,/ , " : : --' ' :\ . .\ . I• —• •`" • 2 I'41e • 1• . • . • ' •\,''''- ) 7 8 f 7... , - r-•.t. ,, I ..,. ...„,r-qt-..,4 • Jer"INI. .„___:___:___ , , n 0 0 ........ \ . *AZI i ==. Kr 2 L __ _______ l'-:-C4. BROADMOOR LANE 8 8 i 1 '1 --MF---a.. -- CI' a o 0 2 8 _u 0 OF 110 0 4111 1 ( • i w Z 1.7 to m. . . . 2 rn g 5 A 0 I " ' ,, . . 0 1 ,.., 0 c I— I e 5 i E i 5 i A 1 F i i P I p I i RE .I '; g f• m m ,776- 1 m E' m 2 2 m r, , 4 0 g 5 w 9 ',4- . ). 57 1 a a m g E. . . .. . so 0 p. 0 co079'r° 669'W . .03'. 02 2 a, 9, 9 -• -. 0 m . 2 24 fil g 01 m c, al s rTi g A '13 d I 20 N' . . 11 7 l'.i 'I LI ri v-ko! .,..7 L.,i i L. '••• Y,/L• 1 .,‘'•=i-11 ) tr L 41 :ii NV • ,„ I . • LANDSCAPE PLAN DRAWN SRS -- I FRAUENHOLTZ-MILLER PARK SHIVE li \ TEP\I APPROVED KJB -- ------ - ' t i -... ISSUED FOR ISSUE FOR BID —1 r, -;- ....a. oii DATE 11/07/2016 2103 Eastland Dsve I Eloorningtor,Ill.nois 61704 CD PROJECT NO 2162830 -...""s".....4.11111111.4LIk";.‘rialig"T 309 662 8992 I fax 309 662 5808 I vsww shwa hatters corn ""6116.....---- 0 FIELD BOOK- MY OF IOWA CITY CITY 01 IOWA CITY I.'"I Ill'"'I'n"' ( CLIENT NO — 220 S GILBERT STREET IOWA CITY,IOWA Illinois F rm Numbe• 184-000214 ■ _ 11/ BASIS OF DESIGN: 2, MANUFACTURER:COVERWORX 111 ,E _ BASIS OF DESIGN: 1�..1 PRODUCT:STEELWORX SQUARES ree> '`, MANUFACTURER:BARCO PRODUCTS aIIIIi��l(��(( Y : COLOR/FINISH:70 BE APPROVED BV OWNER , 113 N N l PRODUCT:CASSIDY STRAIGHT BACK BENCH - — . ,,._ MODEL R:SQ-18-SUV1lT � �,mo 1y tatz- - SIZE:8' 1{ o N INSTALLATION:PER MANUFACTURER'S RECOMMENDATION .1. Ig 8 �- COLO SH:TO BE APPROVED BY OWNER m : . ....-",,,.‘7,,: ••• rii:1411:1 - 1 t s., ,. " INSTALLATION:PER MANUFACTURER'S RECOMMENDATION m _ 11......... ...] MOUNT:SURFACE MOUNT1/1 m a U1 21 1 t U -1110 O BENCH O SHELTER r�a i 0 NO WALE NO TALE -..ii ,_ j1'�: 1F ',4.. X BASIS OF DESIGN: BASIS OF DESIGN: L1 4� ! , MANUFACTURER:BARCO PRODUCTS MANUFACTURER PILOT ROCK ' l + PRODUCT:8'XT SERIES PICNIC TABLE �% <" 4' PRODUCT:CASSIDY RECPTACLE YN i 7 SIZE:I2 GALLON COLOR/FINISH:TO BE APPROVED BY OWNER 1.4. �- u COLOR/FINISH:TO BE APPROVED BY OWNER . ...... - MODEL N:XTT ram 2 °� _ { l ,qR,,,.• INSTALLATION:SURFACE MOUNT PER MANUFACTURER'S RECOMMENDATION 2 l.L INSTALLATION:PER MANUFACTURERS RECOMMENDATION Z„s„ ?"'I yy W Q ti • MOUNT:SURFACE MOUNT J O z I a N TRASH RECEPTACLE H I- Cr) J � xo SCALE w I IC O PICNIC TABLEZ "a cc ~ 6 III W NO SUI D p m .. BASIS OF DESIGN: to — __ - -- d..: O �� �lr - i, MANUFACTURERS.BARCO PRODUCTS `_ I g I- o PRODUCT:TRIANGULAR LOOP BIKE RACK ' LL c� N r"_ f I / ` •_Y .�. SIZE-5(BIKE CAPACITY) ; I 4.a.. ....."........ +//{-fffII1111S .. o— COLOR/FINISH:TO BE APPROVED BY OWNER BASIS OF DESIGN: C i""'• INSTALLATION:PER MANUFACTURERS RECOMMENDATION -- MANUFACTURERS PIERCETON RUBBER PRODUCTIONS ---.1C-) V MOUNT:SURFACE MOUNT •r 3 'r a PRODUCT:DYNAMAT WEAR MATS I COLOR/FINISH.INISH:BLACK,2'%48"%24- ' . L • MODEL ft:R2084872 PO . INSTALLATION:PER MANUFACTURERS RECOMMENDATION .I .1 ^u.mnN�.�.Toorw 3 BIKE RACK WEAR MAT NO SCALE NO SCALE BASIS OF DESIGN: 0 MANUFACTURER:MOST DEPENDABLEFOUNTAINS INC. m PRODUCT:MODEL 10185SM(WITH ADDED HOSE BIB.) m C 1 COLOR/FINISH.TO BE APPROVED BV OWNER m y Q m I I INSTALLATION:PER MANUFACTURER'S RECOMMEw OO zNDATION LL mO Ear pw 2' z MOUNT$URFACE MOUNT aaa y° o LL w 4 4 CO J 8 I— LLI 0 11 O WATER FOUNTAIN ._ 8 NO SCALE - - - -- L 109 A B C – D — I---- –__- - E F - 111111 . A I B I C I p I E I F .——-------- 50' Z 9" Et FrauenhoIIe-Miller,. Park .,.w n U b 178152 E UISOISE5CN 01 Q w S8 OERR 0 ` •r\, \\\\ I .:..,.. . mo W g mu! 1 >j2.1 n :♦ E$2 IN = u UtEIUn CBEE Id SWR114161010BDLD U El, - a Stiff LEG Un pllxwc ' 11160 em (2)PERM HOLDS J .1111 E WC •-- MUM IN W/BME HAND R1115A C- .. r \' SI 11 *� .4 12;7X Frauenholtz-Miller Park 1800-1-1ry U _ .a. .r, a. .m .c. , \ - ;ilii 10,..,._ (1)PERU 0LE RI DDI —� Nu1D HOLDS CHALLENGE nl BASIS OF DESIGN: II V — /F4/1 '/ 11 l ' aWRRp 'I�� 1 , MANUFACTURER:LANDSCAPE STRUCTURES ti 1� , r 'l 1111 ISI ® 5/ PRODUCT-PLAYSENSE PLAYGROUND -� / 11 AR LnG LADDER BNRRI F / SYSTEM TYPE:PLAY SENSE ri') AZ. .■ J RAVEL`L0N t' \ DESIGN ID:11008 STEEL DECK COLORBROWN TENDER TUFF COATING COLOR:TAN 1',I POLYETHYLENE COLOR:ACORN 2 PROSHIELD COLOR:ACORN 2 ct INSTALLATION:PER MANUFACTURERS RECOMMENDATION W Q DOUBLE J g SOK • ALL PLAY STRUCTURE COLORS SHALL BE APPROVED BY OWNER J U NJ 3 ..,I,"rN _i I- Z o u) L D 8 W m • Q or 0 . .�li.�I W..l--.. - - vi U RI IMP or TODDLER BRAND I 127332 f. . SING.[SEAT I I SWLE KC$EMG IND MST INCLUDED) T D11 ONLY ,7735= dL�r ,,� . .: :. • p�� C) I ItlRR BUCKER CH SE. R I ,, me�W. r W i0OMER 5084 1.�rM�. �- _aa 1740111 nota BASIS OF DESIGN: ..,M BELT SGT BELT SGT 3 W/10 �',`�y DGIMRO Own W/..00..40 C....C.... �T0�` _ B'BEAU KGB B'BEAM'001rt MANUFACTURER:LANDSCAPE STRUCTURES c..ri 1; PRODUCT:PLAYBOOSTER SINGLE POST SWING -<t' v-,% SYSTEM TYPE:PLAY SENSE t"1'1 A TENDER TUFF COATING COLOR:TAN «."•" ` POLYETHYLENE COLOR:ACORN , PROSHIELD COLOR:ACORN -1 INSTALLATION:PER MANUFACTURERS RECOMMENDATION ' ALL PLAY STRUCTURE COLORS SHALL BE APPROVED BY OWNER ------.------ - 41) PLAYGROUND w O wo SCALE iO c H 5 § Q - I I 0 w ° F89 g � a5aww oil _ ❑ o G 4 4 U) II J R w = o 11 L 1 1 0 ■ A I B I C I D -- —-.I F ■ • A I B I C 1 D I E F FINISHED GRADE 8 y; n/z z. 94 REBAR LL PCC -ij i.". PLAY AREAWOOD CHIPSj/iji / Iiiu' $u•Fw�7 =4.A,!..Ar�J �'.: _I IvSIDE FRONT 4 ���� ///\\\ ��i/i/ 51:.1 6'PCC SIDEWALK .�A� _, 1 ' ../�' \�/ / ., ., 1 1-i sm " ° e /AjAA�VAj/\jAA/AA/VA�\���\/�%%�, 3..TOPSOIL L 2"GRANULAR � f. SHELTER COLUMN ...",,.k\/ //V//\�/fib / �1//V/ ///� c '�'��' SUBBASE • �_. ry A // / / ///�/ ^ / /1/�/ /,./\\\/ �%/ Q ti 7- •�\��f�� \\\ . a . . FINISHED GRADE 2"RGS ir FINISHED GRACIE / /\ �\\• \/ `r\\�\\� C\\�\\/\\\ ���/ SOD o n s 1�\�\ COMPACTED 5\/\�\ 2•RGS / /\/ �i'\ \/\/\1/��v��i\ 7.//\COMpACTEp gUg{iRgpE I\//\I 25 \�\\�� SUBGRADE \�\�\/ - - .: �/\///\/�Y /\/\/Y\/�C/ /\' ♦ ♦ , \//i\\ \•2COMPACTED 1 Q' -A GRANULAR N. — COUPLING _ ��//\\/\/\\///\\///\\/\/\\\\/�\/\ \/\*<//K\ \//\\/\\ \ \/\\/\\\ \ \ \/\\�\/\ . / L� o if 2 $ - �":� SUBBASE — 'Ir - /\i\//\ \/\\�\/\\/�\/\/\!\/�\�� \// \/\//\\/\//\`C\//\/�\//\�\�/\//\/ i\\/\\ \ �� ,'. ...---:,--..i.....-- _-�ie�s r1=1fr ffT/ If (r�_Sr�?_(r_6_/*(FYIf/ (� _L(ri_ --_ r _- -_- it, E O'coMPACTED\,\ • RIGID CONDUIT SHALL BE ROUTED TIGHT TO = = u /i'. STRUCTURE ON INTERIOR OF SHELTER COLUMN. — I—I I=I I-III—I i I-I I=1 I—III—I I II I la I-I I—III=1 LI I I—III—III—III-III=I I=I I L—I 1=1 I I=III=I'ERE' I—I I—I�=III—I U 43 c C.A.:, SUBGRADE(/ END OF CONDUIT TO BE CAPPED. III-III-III-1 11=III-IIIIII-III=III-III-III-III-III-III-III-III-III=III= - - I=1 I I=1 I=III=11=I I \ �\ 1=I 1 I-I 11=111=I 1 I=111=11 I=111=111=111=111=I 11=I 1 eei 11=11 a - -1 I-1 11III= Ul ° -111=111-111=111-1T_I-I m1 I I=1T-1111=1 I I=III-1 I I-1 - -ill -- O PCCSIDEWALK O PCCCURBi ME ,SCAM -7 '. - CONDUIT - -I 11=III— 111 I l 1111 II11=11 I-I 11= -AE r ifl J OTYPICAL BERM CROSS SECTION — 'I;>I'® p 1 MO SCALE .'al— - DRINKING FOUNTAIN, REFER L109 —1�I C PCC SIDEWALK IL V EXCAVATED SOIL SEE DETAIL 1 RAMP OPENINGS I � V 10MIN 1 y/!�/ ///�//�/�/ L Q FILL ANNULAR SPACE WITH NON-SHRINK GROUT.PENETRATION MUST BE CORED SQUARE SAW CUT WILL NOT BE ALLOWED �- 1� L/L A.L . T ® OUTLETS THROUGH INTAKE WALLS TO BE CMP.CORRUGATED.DOUBLE-WALLED HOPE.OR PVC. ���—x�— / '`/♦ SIDEWALK RAMP RODENT GUARD GRATES COMPLYING WITH IOWA DOT MATERIALS I.M.443 Si ARE REQUIRED FOR PIPES 8 INCHES AND SMALLER. • AS Oj EXTEND OUTLET PIPE INTO STRUCTURE REQUIRED TO INSTALL REMOVABLE RODENT GUARD GRATE. IL�L11 II II 11111111:11 II II�i��i�i\\i�\i�� HT112 Il II Q 2 II=11.-IL-II-11=11 /�� �/\".I 11=11 5^BENDS 2 cc d 11=11=11=11=11 I r�`f�� / RAMP 11•411=11.11=1I=1 11 111,C,1111:1,...911=11:7/11.11 11II i II=I111111111�1.11111111.11.111111.1111.11111111J1111111 iIFI II�LIIL71111111111I1111a �I1 A 4 1I W =11=11=11=11=1 III f' w f II II 1 If11 II 11 11=11-1111-11 IL 11-1121[ 11: II-II II 11 If 11 II II-1 1 .� O J 11711=..11=11=11- I �1 I 11 11 11 II ll 11=11-11-11 11—R="—"-11=1111711,_11-11-11-11-.11-11- = =11-II=11 II -eII L II 11=11 II 11 II 11-11-11= 11-11-11-11=11=11, =11=11.=.11=11=11 1 • ► II h II II II 11 II Ii_ " 'I.11:a11:���I,J' -111111=11 I1 II,.IL-IL 11 ll' II II 1=11 11 11=1'- a -'1.-11=11-11 If D e J 1:-1 :1 11-u— g NI 3 '=11=11 11: 11 II II ! l 1=u_ . .. ,n'11—II II II a u—�I.. ....n.._.. ._._. 1-R"II li II n it l 11 a it n it i ..4 -11.=11 11. 11— II II. 11=1f 1.5 SCHEDULE 40 PCV PIPE — — — Il II. 11.-11 II 11: 11=n EXISTING SIDEWAL iI-n-n-tl-II.11.1111.11.n.-u-u-n„0-II„II,II„R„II„0,a II n,g�l�,��l��l inn�u SII n� yM�� 0s^BENDS _I —11724111 —•• NATIVE SOIL ___ \ W 1.5”-2”AGGREGATE NON-WOOVEN GED-TEXTILE FABRIC I 0 '_1111- O SURROUNDING AGGREGATE — O SUMP DETAIL . � © Z wce L 3 m o Q o 4, WOOVEN GEO-TEXTILE FABRIC WRAPPED PLAY AREA WOOD CHIPS _'-, STORM SEWER mg NTAKE OR MANHOLE Cr e y AROUND ROCK CHAMBER % = - U N BACK OF CURB , -- -"_ DA NEVE C;:...3 PCC SIDEWALK 2:1 FLARED TRANSITION CURB AND GUTTER EXISTING SIDEWALK ( ) L. DETECTABLE WARNING SURFACE O SUBDRAIN OUTLET [ ��'' :i i:i ce i i i i i,IM ::i� 1M_ • yti 1 wt m scxc .� f -��:.2! �:��ldits�liisi�.li�ti eN..•!—_ 1 n i - "''' .-.- 3 -11=11 11 11 II I 1 II 11. 11 II II 1111 II II II II II II 11 11 II Ca.! 3 I, 11=11=11=11=11=11 I =11=11=11=11=11=11=11=11=11=11=11=11=11=11=111=11. 111111 ■� =11=11=11=11=11-=1II 'I I1 11 11 II 11 II IL 11 11 11=11=11=11 11 1I= 11=11=11=11=11=11— I t =11=11=11=11=11T11=11=11=1111=11=11=11=11=11=11: —<1"-- ,11=11=11=11=11=11=1,— Ir'1"-- 1111 '11-11 II II II II II 11=11 I fT II II—u- -u II II11-II-11-11 II IL- 1n -11 .11. II 11=11 II I-' 1.1'-'' -"--d=11=11=11:=11=11=.- i 1"I 'l1%.11 J=IL=1L=11 .1.00' 1.5”-2”AGGREGATE —11=I11I= ---•t•p - - '=11.-11. 1[ .11.=U— =11=11 6”PERFORATED PVC PIPE WI FILTER SOCK _�Ail'"'""'""'� 1... .. NATIVE SOIL 2:1 FLARED TRANSITION + CURB AND GUTTER . . DETECTABLE WARNING SURFACE WOODEN 2x4 CONTINUOUS TOP ...1 O PLAY AREA SURFACING SECTION fl RAIL(SECURE FABRIC TO RAIL) O SIDEWALK RAMP.0Iii„ % _ — SO SUE = (3)TIES PER POST BACKFLOW PREVENTER-REDUCED' • • 1 PRESSURE ZONE ASSEMBLY — f aINSTALL PER CODE AND — MANUFACTURER REQUIREMENTS "LOCATE FENCE AT DRIPLINE UNLESSCITY APPROVEDWATERMETERBRASS GATE VALVE ;yAPPROVED BY OWNER ry1� TO BE SET BV LICENCE PLUMBER of 5 N 2 1 I x ELEVATION -ifli,�. � - - ALUMINUM BACK FLOW rc O 2' PREVENTER ENCLOSURE. OLL U 8 z COLORED INSTALL PER MANUFACTURER SPECS oa o O m STAMPED O O;` a O p 6"DEPTH PCC SIDEWALK --- O E3 �� EXISTING TREE ¢ o 10'CONCRETE PANEL.TVP. CONCRETE BRASS GATE VALVE T—� ( LL O SEE DETAIL 1 ' ..-■- C 4'-0'HIGH ORANGE PLASTIC O d v a U STAMPED AND COLORED CONCRETE CONCRETE PAD I I i 00 CONSTRUCTION FENCE WITH 2x4 TOP #4 REBAR,24"OC.TYP. INSTALL PER MANUFACTURER p RAIL.STEEL FENCE POSTS AT 6'-0"OC 4 SPECIFICATIONS ;`1 �MISEINENNIMI p p MINIMUM(FENCE LOCATION WILL BE 1� U, ,L DETERMINED IN THE FIELD BY THE 4 U' `C DETOWNER)I s'-:r_=r=te rr=r=: xa*=r--stems s r ;:.r;K_ -s ;--..,_: ;<* - 1iL iL i� �0I. II.=�11= l e 11•=11 11 11�1 L-Hi=ll 11 1 1L�1=11 LI 11 11 '1C Ir WATER SERVICE LINE WATER SERVICE LINE TO Ire11�''"--11F167-1.,--141�� IA �=� '� DRINKING FOUNTAIN I 1 �IIr .IL= SIL=.IL SUBGRADE TO BE SCARIFIED TO A DEPTH OF r L (n ILC-L0 IICIL=.11 IIS lmIL 11--" RECOMPACTED TO 95%STANDARD PROCTOR �� O!- TYPICAL ALL TREES INSIDE WORK AREA J i _IL•—.81,11=1'i II.11. 1�' LCII�"- DENSITY 0 PLAN I- 1 TNOT M SCALE YPICAL TRAIL PLAN AND SECTION METER BACKFLOW ENCLOSURE 1 TREE PROTECTION FENCE LAYOUT p ALE L111 • A I B I C I D I E I F - _I .. `� (r ) Prepared by:Dave Panos,Senior Civil Engineer,410 E.Washington St.,Iowa City,IA 52240,(319)356-5145 RESOLUTION NO. 16-316 RESOLUTION SETTING A PUBLIC HEARING ON DECEMBER 6, 2016 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FRAUENHOLTZ-MILLER PARK PROJECT 2016, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Parks Maintenance Fund account# R4137. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 6d' day of December, 2016, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 15th day of November , 20 16 . M, . o - Approved by • ATTEST: � k• 2 bCt (6 , r[_Q .� ti, CIT ERK City Attorney's Office it h-/n, pwenglmasterslsetph.doc 1/11 a I Resolution No. 16-316 Page 2 It was moved by Cole and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton NOTICE OF PUBLIC HEARING ON PLANS, OFCONTRACT ESTIMATED COST FOR THE FRAUENHOLTZ-MILLER PARK PROJECT 2016 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 con-duct a public hearing on plans, specifications, Corm of contract and estimated cost for the construction of the Frauenholtz Miller Park Project 2016 in sala- city at 7:00 p.m. on the 6th day of December, 2016 said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E, Washington Streetin said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by anyinterested 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 s ecifications, contract or the cost ormaking said improvement. This notice isven by order of the City Council of the City of Iowa City, Iowa and as provided 12y MARIAN KARR, CITY CLERK s a PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson,ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa,with its principal place of business in Iowa City, Iowa,the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit"A"and made part of this affidavit,was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0001737842 11/19/16 11/19/16 $32.09 Copy of Advertisement Exhibit"A" Subscribed and sworn /me by said affiant this 21th day of November, 2016 ary Public in and for State of Iowa Rr "*00 ANDREA HOUGHTON. > *COMMISSION NO. 753958 oxo �Y COMMISSION EXPIRES 29 20(�� Prepared by:Dave Panos,Senior Civil Engineer,410 E.Washington St.,Iowa City,IA 52240,(319)356-5145 RESOLUTION NO. 16-346 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FRAUENHOLTZ-MILLER PARK PROJECT 2016, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO POST NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and WHEREAS, funds for this project are available in the Parks Maintenance Fund account # R4137. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 27th day of December, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3rd day of January, 2016, or at a special meeting called for that purpose. Passed and approved this 6th day of December 2 16 M OR Approved by ATTEST: 1 �(titot Aitrtn r-di (714, CI LERK ` City Attorney's Office I( flit, r pwenglmasterslres appp&s.doc 11/16 Resolution No. 16-346 Page 2 It was moved by Dickens and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton &J"i1 IOWA LEAGUE Qf CITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders Frauenholtz-Miller Park Project 2016 Classified ID: 100907 A printed copy of which is attached and made part of this certificate, provided on 12/07/2016 to be posted on the Iowa League of Cities' internet site on the following date: December 7 , 2016 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 12/7/2016 COL. UV Alan Kemp, Executive Director Post 12/8 NOTICE TO BIDDERS Frauenholtz-Miller Park Project 2016. Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 27th day of December 2016. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids sub- mitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Horvat Hall at 7:00 P.M. on the 3rd day of January 2017, or at special meeting called for that purpose. The Project includes, but is not limited to the following: Provide materials and labor associated with 2 pieces of playground equipment, 17 plantings, 355 SY of decorative concrete, 988 SY of cast-in-place concrete sidewalks, 2 park shelters, 3 benches, 4 picnic tables, and 1 drinking fountain. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen(15)calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the improvements for a period of two (2) year(s) from and after its com- pletion and formal acceptance by the City Council. 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 Rapids ReproductionsfTechnographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A $25.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technographics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. 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 Julie Voparil From: Carla Long<CLong@mbionline.com> Sent: Friday, December 09, 2016 8:30 AM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 12.8.16 Notice To Bidders.pdf Certificate The undersigned,being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa,with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the rime hereinafter mentioned,the duly qualified and acting President/CEO of the CU Network, and that as such President/ CEO of the CU Network and by full authority from the Executive Board,he caused a NOTICE TO BIDDERS City Of Iowa City Frauenholtz-Miller Park Project 2016 A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): December 8, 2016 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. December 8, 2016 K •" Date President/CEO of The Construction Update Plan Room Network 1 • Carla Long Project Information Specialist- Construction Update Network Master Builders of Iowa 221 Park Street • PO Box 695 •Des Moines • Iowa• 50306 Phone 515.657.4400 • Office 515.288.8904 •• Fax 515.288.8718 email: clongRmbionline.com web: www.mbionline.com Project Information Services Request Fon-ns Electronic Plan Room Safety Publications Worksafe Bidding and Project Procurement Findon Follow us on Social Media! id wFacebook 1 -I iris,v. Iowa's first and only comprehensive conslr L'[hon 6;d tL,te calm doll IowaBidDate.com 2 Post 12/8 NOTICE TO BIDDERS Frauenholfz-Miller Park Protect 2016. Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 � C^C �/ P.M. on the 271h day of December 2016. Sealed RECEIVED !! s+.e proposals will be opened immediately thereafter by the City Engineer or designee. Bids sub- DEC 0 7 2016 mitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held In the Emma J. Harvat Hall at 7:00 P.M. on the 3rd day of January 2017, or at special meeting called for that purpose. The Project includes, but is not limited to the following: Provide materials and labor associated with 2 pieces of playground equipment, 17 plantings, 355 SY of decorative concrete, 988 SY of cast-in-place concrete sidewalks, 2 park shelters, 3 benches, 4 picnic tables, and f drinking fountain. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery which have heretofore been approved by the City Council, and are on file for public exami- nation 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 i to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen(15)calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the improvements for a period of two (2) year(s) from and after its corn- pletion and formal acceptance by the City Council. 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 Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A $25.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technographics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. 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 Prepared by: Jason Havel, Public Works,410 E.Washington St., Iowa City, IA 52240, (319)356-5410 RESOLUTION NO. 17-3 RESOLUTION REJECTING BIDS RECEIVED ON DECEMBER 27, 2016 FOR THE FRAUENHOLTZ-MILLER PARK PROJECT 2016. WHEREAS, four bids were received on December 27, 2016, for the Frauenholtz-Miller Park Project 2016, and the low bid exceeded the Engineer's Estimate by more than 44%; and WHEREAS, the Department of Public Works recommends that the Council reject all bids. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT all bids received on December 27, 2016, for the Frauenholtz-Miller Park Project 2016, are rejected. Passed and approved this 3rd day of January , 20 17 . 1OR —, M Approved by ATTEST: 4 mtt .4 I H`� 6z TY CITY CLE K City Attorney's Office I 3/, It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton list v 't I. 144 66' r411�1�1r �'� lTi+i • vs�'�i- ��� iib. , CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE FRAUENHOLTZ-MILLER PARK PROJECT 2016 IOWA CITY, IOWA I hereby certify that this document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: . 1110 2/7/201_7 Keith Billick, RLA Landscape Architect Iowa Reg. No. 657 My license renewal date is June 30, 2017. SPECIFICATIONS TABLE OF CONTENTS • Page Number 2217 L.. t . . TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS AF-1 NOTE TO BIDDERS NB-1 FORM OF PROPOSAL FP-1 BID BOND BB-1 FORM OF AGREEMENT AG-1 PERFORMANCE AND PAYMENT BOND PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 WAGE THEFT POLICY WT-1 GENERAL CONDITIONS GC-1 SUPPLEMENTARY CONDITIONS SC-1 BIDDER STATUS FORM BF-1 TECHNICAL SPECIFICATIONS Section 01-0250 Measurement and Payment 010250-1 Section 01-1060 Control of Materials 011060-1 Section 01-3100 Progress and Schedules 013100-1 Section 03-3000 Cast-in-Place Concrete 033000-1 Section 31-1000 Earthwork& Site Clearing 311000-1 Section 32-1316 Stamped & Colored Concrete 321316-1 Section 32-9210 Seeding 329210-1 Section 32-9220 Sodding 329220-1 Section 32-9300 Plant Material & Planting 329300-1 Section 33-4600 SubDrains and Footing Drain Collectors 334600-1 NOTICE TO BIDDERS Frauenholtz-Miller Park Project 2016 Sealed proposals will be received by the City Clerk of the City of Iowa a City, Iowa, until 3:00 P.M. on the 15th day of March, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a"sealed bid"for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 21 day of March, 2017, or at special meeting called for that purpose. The Frauenholtz-Miller Park Project located at 4329 St. Patrick Drive will involve the following: Provide materials and labor associated with 1 Play Structure, 112 CY Play Area Mulch, 1335 SY of PCC Sidewalk, 1 park shelter, 3 benches, 1 bike rack, 1 water fountain with service line, seeding and sodding, 17 plantings, 355 SY of decorative concrete, 988 SY of cast-in-place concrete sidewalks, 2 park shelters, 3 benches, 4 picnic tables, and 1 drinking fountain. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery of Cedar Rapids, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract,and shall also guarantee the maintenance of the improvement for a period of two (2) year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 60 Specified Start Date: March 27, 2017 Liquidated Damages: $200 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technographics of Iowa City located at 415 Highland Ave Suite 100, Iowa City, Iowa, by bona fide bidders. A $25.00 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 Rapids reproductions /Technographics. The fee is refundable if returned within 14 days of award of the project by City NB-1 Council in re-usable condition. 1.... f ? �.. 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,Igwa, Department of Inspections and Appeals at (515) 281-5796 and the Iowa .Department of Transportation Contracts Office at(515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors,together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required 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. Posted upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK NB-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one-municipal - reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal NB-3 FORM OF PROPOSAL FRAUENHOLTZ-MILLER PARK PROJECT 2016 CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the"Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP-1 BID FORM FRAUENHOLTZ-MILLER PARK PROJECT 2016 " CITY OF IOWA CITY 21.11J ,- 3 _ r I ITEM ITEM UNIT UNIT QUAN. TOTAL NO. PRICE PRICE BASE BID 1 Mobilization LS 1 2 Demo and Removals SY 200 3 Ramps each 3 4 PCC Sidewalk, 6" SY 1335 5 Electrical Conduit, 2" PVC LF 100 6 Erosion Control LS 1 7 6"perforated PVC and Rock Chamber LF 150 8 6" PVC LF 120 9 Earthwork LS 1 10 Trees each 17 11 Sodding SQ 22 12 Seeding LS 1 13 Play Area Mulch CY 112 14 Shelter each 1 15 Bike Racks each 1 16 Trash Cans each 2 17 Benches each 3 18 Water Fountain/sump/Back Flow each 1 Preventer 19 Playground each 1 Base Bid Total ADD ALTERNATE#1 20 Shelter each 1 21 Bike Racks each 1 22 Trash Cans each 1 23 PCC Sidewalk, 6" SY 10 24 Electrical Conduit, 2" PVC LF 100 Alt. #1 Total ADD ALTERNATE#2 25 Colored and Stamped PCC, 6" SY 355 Alt. #2 Total ADD ALTERNATE#3 26 Limestone Outcropping each 6 Alt. #3 Total TOTAL PROJECT COST OPINION FP-2 The names of those persons, firms, companies or other parties with whom we intend to enr into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: -7 AM 11: r4 Name: Tvpe of Work: Appx$Amnt: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-3 BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa city, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority,the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20 . (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor'): . WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of , 20_, for the Project("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers , attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; c. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti- Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and This Instrument. AG-0 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 acknowledged by City, together with quantities; unit prices, and extended dollar amounts, are as follows (or shown on an.attachment): Name: Quantity: Unit Price: $Amnt: DATED this day of , 20 . City Contractor By By Mayor (Title) ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office AG-1 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) "_ Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves,their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement;and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of PB-1 the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda :and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements •. covered by this bond in good repair for a period of ( ) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) P B-2 P...• I 13 • -4 '1' CL. ONA C.1 T Y. 1O \ Contract Compliance Program att AMNI WIN pal "owildaktaw CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors,vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of$25,000 or more(or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. mgrlassticontractcompliance.doc CC-1 SECTION II -ASSURANCE OF COMPLIANCE ..r , . . The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE-EXECUTION OF 'THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agreesas follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mgrlassticontractcompliance.doc CC-2 6. How does your business currently inform applicants, employees, and ,recruitment sources (including unions) that you are an Equal Employment Opportunity employer? r r' iti ? ' , 1'.J 5tt 1 The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date mgrlasst\contractcompliance.doc CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES.. ... 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools.Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked.Ask yourself"Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgr\assncontractcompliance.doc CC-4 Attached for your information is a copy of Section 2—3— 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. .. r • CC-5 2-3-1: EMPLOYMENT; EXCEPTIONS: FILED A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment otfj'er 1rPlrn5 or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ortl:10-4Aa fZ.16- 2003) . I r ,E - B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune CC-6 deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. ( F. The following are exempted from the provisions of this section ?Oi 7 FEB 7 t i j ;: Gr. 1. Any bona fide religious institution or its educational facility, associatiort, *iota • or, society with respect to any qualifications for employment based on religidn vWn sradh qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC-7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY i To all employees of This Company and its employees shall not discriminate against any employee or gaj.1i apl employment based on his or her age, color, creed, disability, national origin, gender Ue it trrrlarital`.' status, race, religion, sex, or sexual orientation. The anti-discrimination policy extends to decisibns involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC-8 CITY OF IOWA CITY WAGE THEFT POLICY ; It is the policy of the City of Iowa City, as expressed by City Council Resolution 449..i5,4,64 adopted on November 10, 2015, not to enter into certain contracts with, or provide 1s�clretioiha`ry7 edondr ' development assistance to,any person or entity(including an owner of more than 25.qf-#die egti,tya who has admitted guilt or liability or been adjudicated guilty or liable in any judicial dr' admin,sifrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Cofe'clidn'law,the Iowa Minimum Wage Act,the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5)years from the date of the last conviction,entry of plea, administrative finding or admission of guilt. (hereinafter"Wage Theft Policy") I. Application. The Wage Theft Policy applies to the following: a. Contracts in excess of$25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work,sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity(including an owner of more than 25%of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act,the Federal Fair Labor Standards Act or any comparable state statute or local ordinance,which governs the payment of wages,within the five (5) year period prior to the award or at any time after the award,such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. WT-1 The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WAGE THEFT AFFIDAVIT v rn STATE OF ) )ss: {'1 COUNTY ) • y,y I, , upon being duly sworn, state as follows: 1. I am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act,the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on ,20 . Notary Public in and for the State of WT-2 117. Li: GENERAL CONDITIONS 10fIFEB -7 Atoll: Fr CITY CL_ERV Iowa Department of Transportation "Standard Specifications for High-WO t, j�iltly Brgge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. WT-1 HI Dwoo SUPPLEMENTARY CONDITIONS 2017 FEB _-7 AX 11: 5e NOTE TO SPECIFIER: 'Al I CC ti--` , See S-3 and S-12 of this section '� r'�i T, IOWA i� ************************************************************************************************************* ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended and other provisions of the Contract Documents.All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICA- TIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended. SC-1 S-2 LIMITATIONS OF OPERATIONS. I * r-. ' Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: 1C,11 Fri 77 F: Except for such work as may be required to properly maintain lights and barricade, nb'wark will be permitted on Sundays or legal holidays without specific permission of."the'ENGINR. S-3 INSURANCE. 1j=ij'riA A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty(30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury& Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury& Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion,collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. ****************************************************************************************************************** NOTE TO SPECIFIER: Verify coverage amounts with the Risk Manager, City of Iowa City, 319-356-5053. ************************************************************************************************************* SC-2 In addition,the Contractor shall be required to comply with the following provisions withres ect to insurance coverage: 1 D 1. The entire amount of Contractor's liability insurance policy coverage limit§,identified in the policy and on the Certificate of Insurance, must, under the policy, be aiailabij tb.p?y k damages for which the insured Contractor becomes liable, or for which the insured ' t!' assumes liability under the indemnity agreement herein contained, and such coweTagtERx amount shall not be subject to reduction by virtue of investigation or defense r; qtr j ta, incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or"prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. SC-3 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 '6 entrZat, Contractor incurs liability losses, either due to activities under this Contract, ardtte i�c> other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance`bit W-trp li It ,, required hereunder, then in that event the City may in its discretion either suspend - Contractor's operations or activities under this Contract, or terminate thisi tr Qt;:arid withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense(including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRAC- TOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons,firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. NOTE TO SPECIFIER: Some contracts may need to adjust the requirement of the prime to perform 50% of the total contract cost. ************************************************************************************************************* SC-4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS The Contractor and all subcontractors shall comply with the requirementCOfi7Ff, 191Q (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard)'. The 11' 50 Contractor and all subcontractors are solely responsible for compliance with sail giallatioRs, r T {kr _t, ,i.:, The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous cFier'ni als' or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of themselves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 WAGE THEFT POLICY. For all contracts of$25,000 or more,the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT-1. S-10 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-11 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall SC-5 submit the information necessary for the certificates to be issued. S-12 CONSTRUCTION STAKES. !fir ,,77r, -7 n eR Replace the last paragraph of 1105.06 of the DOT Standard Specifications with'tf e-fbllodving;' I I 50 Fry The Contractor shall be responsible for the preservation of stakes and marks:-Any£ces y, re-staking will be at the Contractor's expense and will be charged at a rate of$75'per hour. S-13 BIDDER STATUS FORM. 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. Note that these requirements involve only highway projects not funded with Federal monies. NOTE TO SPECIFIER: Include S-13 only for highway projects not funded with Federal monies. ********************************************************************************************************* SC-6 Bidder Status Form To be completed by all bidders t { • Part A Please answer"Yes"or"No"for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. LL. i , s_ 7 A: U: (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls; and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. 0 Yes 0 No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered"Yes"for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered"No"to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered"Yes"to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF-1 Worksheet: Authorization to Transact Businest fr Pr) This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. 2N7 FES -7 Am II: 5 ; O Yes ❑ No My business is currently registered as a contractor with the Iowa Division b tet RK 'v r: O Yes 0 No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. O Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. O Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. O Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. O Yes 0 No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. BF-2 FAIlicE2DC LABOR SERVICES DIVISION18751 Adopted and Filed 2017 FEB -7 All II:: 5 Pursuant to the authority of Iowa Code section 73A.21,the Labor Commissions ..64$M�l4tgew Chapter 156,"Bidder Preferences in Government Contracting,"Iowa Administra dd o r U v/fA This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were.beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical;other more substantive changes are described below. References to"domicile"were removed from several rules. Subrule 156.2(1)was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses,not construction worksites,must be reported;to remove a reference to perjury;and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b"was changed by deleting the phrase"under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration,and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b"was changed by adding the phrase"if applicable." In rule 875-156.3(73A),the term"public body"replaced the term"nonresident bidder." A new rule 875-156.9(73A)containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making,no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12,2014. The following amendment is adopted. Adopt the following new 875—Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A)Purpose,scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act"means Iowa Code section 73A.21. "Affiliate,"when used with respect to any specified person or entity,means another person or entity that,either directly or indirectly through one or more intermediaries,controls,or is controlled by, or is under common control or ownership with,such specified person or entity. "Commissioner"means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division"means the division of labor of the department of workforce development. BF-3 "Nonresident bidder"means a person or entity that does not meet the definition of a resides i1d r, including any affiliate of any person or entity that is a nonresident bidder. - „ "Parent,"when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries.2017 FEB -7 �r-1 i i fi "Public body"means the state and any of its political subdivisions,including a school district,public ; Z. utility, or the state board of regents. CITY CLE"K "Public improvement"means a building or other construction work to be paid for in 1t e Prp Vet part by the use of funds of the state,its agencies,and any of its political subdivisions and includes oad 1 e t construction,reconstruction,and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder,the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary,"when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A)Reporting of resident status of bidders. 156.2(1)Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder,the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder,the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state,to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2)Determining residency status. a. For purposes of the Act,a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa;and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2)"a"for determining whether a person or entity in that state or country is a resident bidder,then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship,the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or joint venture,more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BF-4 c. In the case of a limited liability partnership which has filed a statement of qualificati. i' this state,the statement has not been canceled; Iy . d In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualifig#912tio Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); W1 t 1' 5 e. In the case of a limited partnership or limited liability limited partnership whose cenewoe r , limited partnership is filed in this state,the limited partnership or limited liability limited 1, not filed a statement of termination; ' t;; f In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa,the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa,the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state,the corporation (1)has paid all fees required by Iowa Code chapter 490,(2)has filed its most recent biennial report,and (3)has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation(1)has received a certificate of authority from the Iowa secretary of state,(2)has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked;or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91C. 156.2(4)Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail,telephone calls,and e-mails;and b. Conducted business in the state for each of those three years and filed an Iowa income tax return,if applicable,made payments to the Iowa unemployment insurance fund,if applicable,and maintained an Iowa workers'compensation policy,if applicable,in effect for each of those three years. 875-156.3(73A)Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder,the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference,a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BF-5 Specific methods of calculating and applying a preference shall mirror those that apply in the 04 A state or foreign country of the nonresident bidder to whom the contract was awarded. In the event t t specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working oftOtihr improvement in Iowa on a regular basis calculated by pay period. AM I/:• 5 875-156.4(73A)Complaints regarding alleged violations of the Act. ;ei# Y CL.E oj igg156.4(1)Complaints. Any person with information regarding a violation of the Act mayuti T Y 'f� written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2)or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue,Des Moines,Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid;the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3)Availability of written complaint form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A)Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep,for a period of not less than three years,accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name,address,telephone number if available,social security number,trade classification,and starting and ending date of employment. 875-156.6(73A)Investigations;determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1)Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee,and to investigate those facts, conditions,or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. c. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths,take or cause to be taken deposition of witnesses,and require by subpoena the attendance and testimony of witnesses and the production of all books,registers,payrolls,and other evidence relevant to a matter under investigation or hearing. e. Employment of personneL The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV. BF-6 f Request for records. The commissioner shall require a contractor or subcontractor to fiwithin 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the co c .T orE n subcontractor fails to provide the requested records within 10 days,the commissioner may direct, withit'f5 days after the end of the 10-day period, that the fiscal or financial office charged with tk Austody and disbursement of funds of the public body that contracted for construction of the public iWirbfeEant 7r aAmp, c undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under t1GJtr� i the contract or written instrument under which the public improvement is being performed.!&w A r r,,> , withheld shall be immediately released upon receipt by the public body of a notice from the commissioner `" `� indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3)Informal conference.A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference,the division may pursue the following remedies. 156.7(1)Injunctive relief If the division determines that a violation of the Act has occurred,the division may sue for injunctive relief against the awarding of a contract,the undertaking of a public improvement,or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed$1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty,the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A)Compliance with federal law.If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation,the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A)Severability.If any rule under this chapter,any portion of a rule under this chapter,or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13,effective 2/12/14] [Published 1/8/14] EDITOR'S Nom: For replacement pages for IAC,see IAC Supplement 1/8/14. BF-7 ; 1 - r-\ 7 i SECTION 01-0250 r �" MEASUREMENT AND PAYMENT 2011 FEB -7 AM 11: 51 PART 1 -GENERAL CITY CLERK 10• 'A CITY. I0 '1114 1.1 SUMMARY A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.2 STANDARD OF MEASUREMENTS A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.3 SCOPE OF PAYMENT A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 - PRODUCTS 2.1 NONE PART 3 - EXECUTION 3.1 PROCEDURE A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01 0250-1 3 wry • 3.2 BID ITEMS A. GENERAL 2811 FEB -7 The following subsections describe the measurement of ani Payment.for the work to be done under the items listed in the FORM OF PROPOSAL. ; Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. 01 0250-2 The Contractor shall be responsible for continuous cleaning of mud arid. d bis off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The coat pf-Glean p : .hg1J,be incidental. i Ail ii 5 M Y CLERK B. BID ITEM DESCRIPTIONS 'r -'; +--v r�c�. vi,r- i•1I It IU 1. Mobilization. Mobilization shall consist of preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the site; for the establishment of all project offices, buildings, and other facilities necessary for the Work; and for all other work and operations which must be performed, or costs incurred, prior to beginning the Work, as well as all demobilization costs. Payment for mobilization will be as lump sum. 2. Demo and Removals. The unit price for this item will be paid based on the square yard plan quantity of demolition, removal and disposal of all existing sidewalks, curb & gutter and other existing site improvements as indicated on the plans. 3. Ramps The unit price for this item will be paid based on the each plan quantity of Portland Cement Concrete ADA ramps constructed at the specified widths, thicknesses and mix designs. Included with, but not limited to, these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, curb & gutter, curing, jointing and joint sealing, truncated dome inserts, and backfilling at form lines. 4. PCC Sidewalk, 6". The unit price for this item will be paid based on the square yard plan quantity of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with, but not limited to, these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curing, jointing and joint sealing, and backfilling at form lines. 5. Electrical Conduit, 2" PVC The unit price for this item will be paid based on the linear foot plan quantity. Unit price Includes full compensation for all materials, labor, supervision, tools, equipment, supplies, excavation, trenching and incidentals to complete the electrical conduits indicated on the plans. 6. Erosion Control. The unit price for this item will be paid based on a lump sum price. The unit of measure for silt fence and other erosion control means, are based on the plans or as directed by the Engineer and includes material, labor, maintenance and removal upon establishment of permanent ground cover. Erosion control for areas disturbed by careless actions of the Contractor or staging areas or stockpile areas shall be at the Contractor's expense. 7. 6" perforated PVC w/ Filter Sock and Rock Chamber. 01 0250-3 ! r, r— The unit price for this item will be paid based on the linear foot plan quantity. fncludecfwith, but not limited to, these items is trenching, disposal of exce,5r5.,e)c,Qavated material, furnishing and placing blind ends, elbows, tees, aggregate ro€k; 'ineludfi grouted joints, special connections, drilling or coring into outflow Arai,rta9e _facilities, furnishing and placing porous backfill, and finishing the ground surface as directed by the Engineer. • ' ` 8. 6" PVC. The unit price for this item will be paid based on the linear foot plan quantity. Included with, but not limited to, these items is trenching, disposal of excess excavated material, furnishing and placing blind ends, elbows, tees, including coverings, grouted joints, special connections, drilling or coring into outflow drainage facilities, and finishing the ground surface as directed by the Engineer. 9. Earthwork. The unit price for this item will be paid based on a lump sum price. Unit price shall include sub-grade placed for earth berms, topsoil stripped, salvaged and re-spread. Included with this item is all materials, labor required to furnish, haul and place sub-grade, remove material from cuts, or areas to be covered by fill, preparation of vegetation, and hauling, depositing, and re-spreading the topsoil on areas to be seeded and sodded. Also included is mowing, plowing, blading, disking, and stockpiling. Topsoil shall be removed to a uniform 8-inch depth. If rock is encountered during earthwork operations, it shall be uncovered but not excavated until measurements have been made by the Engineer, unless in the opinion of the Engineer, satisfactory measurements can be made in some other manner. 10. Trees. The unit price for this item will be paid based on the each plan quantity of trees and shrubs planted for each type, class and size specified, in locations marked by the City Forester. Included with these items is furnishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved soil mix, hardwood mulch, and all upkeep as specified, including a one-year guarantee.. 11. Sodding. The unit price for this item will be paid based on the number of squares (1 square = 100 square feet) of sod placed and includes preparation of sod bed, fertilizing materials, installation of sod, watering and all upkeep as specified, including a one-year guarantee. All disturbed areas not replaced with pavement shall be sodded unless noted on the plans or directed by the Engineer. 12. Seeding. The unit price for this item will be paid based on the lump sum price for seeded, fertilized, and mulched disturbed areas and includes preparation of seed bed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified. No distinction in unit price shall be made for various seed mixtures specified. Only disturbed areas not replaced with pavement or sod shall be seeded unless noted on the plans or directed by the Engineer. Seeding for areas disturbed by careless actions of the Contractor or staging areas or stockpile areas shall be at the Contractor's expense. 01 0250-4 13. Play Area Mulch The unit price for this item will be paid based on the cubic yard pI 0 quaTitity.-lncludgs•fllll, compensation for all materials, labor, supervision, tools, equipment, supplies; and incidentals to complete stockpile, haul and install imported wood chip"mu14h to the depth indicated on the plans within the play areas. , I 14. Shelter. The unit price for this item will be paid based on the each plan quantity. Unit price includes full compensation for all equipment, structures, materials, labor, supervision, tools, equipment, supplies, and incidentals to complete installation of the shelters as indicated on the plans. 15. Bike Racks. The unit price for this item will be paid based on the each plan quantity. Unit price includes full compensation for all equipment, structures, materials, labor, supervision, tools, equipment, supplies, and incidentals to complete installation of the bike racks as indicated on the plans. 16. Trash Cans. The unit price for this item will be paid based on the each plan quantity. Unit price includes full compensation for all equipment, structures, materials, labor, supervision, tools, equipment, supplies, and incidentals to complete installation of the trash cans as indicated on the plans. 17. Benches. The unit price for this item will be paid based on the each plan quantity. Unit price includes full compensation for all equipment, structures, materials, labor, supervision, tools, equipment, supplies, and incidentals to complete installation of the benches as indicated on the plans. 18. Water Fountain /sump/ Back Flow Preventer. The unit price for these items will be paid based on the each plan quantity. Unit price includes full compensation for all equipment, structures, materials, labor, supervision, tools, equipment, supplies, and incidentals to complete installation of the drinking fountain and water service as indicated on the plans. The following items shall be considered incidental to this unit price: a. Furnishing and installing pipe,joint materials and fittings. b. All water main adapters and sleeves required for installation and connections to existing water mains. c. Furnishing and installing tapping sleeves, corporation cocks, tapping services, curb shut-off valves and boxes, couplings for connections to existing water services, and removal of abandoned service valve boxes. d. All trench, mole, exploratory, and hand excavation. e. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. f. Supply, placement and compaction of standard backfill and granular backfill material. g. Dewatering trenches including furnishing pumps, piping, well points, etc., as 01 0250-5 t 1 required- h. Temporary plugs or connections, to provide full pressure water service as necessary. 2011 FEB -7 mi ; c Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. r j. Testing and disinfection of water mains and water services as rekuirrdQ k. Dechlorination of flushed water entering storm sewer system. I. Temporary support of existing utility mains and service lines. m. Repair or replacement of utility services damaged by Contractor. n. Protection of existing valves so they are fully operational and accessible during construction. o. Connections and/or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. p. All materials, labor, supervision, tools, equipment, supplies, and incidentals to complete the installation of drinking fountains and aggregate sump pits as indicated on the plans. 19. Playgroud. The unit price for this item will be paid based the equipment shown on Sheet L110 of the project design plans. Unit price includes full compensation for all equipment, structures, materials, labor, supervision, tools, equipment, supplies, and incidentals to complete installation of the play structures as indicated on the plans. 20. Colored & Stamped PCC, 6". The unit price for this item will be paid based on the square yard plan quantity of Integral colored stamped PCC sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, integral coloring per Section 32- 1316, stamping, curing,jointing and joint sealing, and backfilling at form lines. 21. Limestone Outcropping The unit price for this item will be paid based on the each plan quantity. Unit price includes full compensation for all materials, labor, supervision, tools, equipment, supplies, and incidentals to complete in place, provide, and install limestone outcroppings as shown on plans. END OF SECTION 01 0250-6 Fit ED SECTION 01-1060 CONTROL OF MATERIALS 2017 FEB -7 AM 11: 5 1.1 MATERIALS SOURCE OF SUPPLY AND QUALITY REQUIREMENTS CITY CLERK 1r_ jy A. Materials used in the work shall meet all quality requirements of the contract dociirrfei-itg: lh order to expedite inspection and testing of materials, the Contractor shall notify the Engineer in writing of the proposed sources of those materials requested by the Engineer promptly after being awarded the contract. Any material shall be produced with a reasonably uniform quality and within requirements specified; the producer shall perform quality control tests and evaluations the producer believes necessary to control the product adequately. All materials for use in the project are subject to inspection and tests at any time prior to being incorporated into the work. B. For the convenience of the Contractor, and when convenient to the Engineer, materials may be inspected at the site of production. Materials tested and found in compliance at the site of production may be later inspected for reasonably close conformity and normally will not be rejected except for obvious mistakes, contamination, quality change, or mishandling. To avoid later rejection, materials that usually show an extreme change in character or quality prior to or during the process of incorporation into the work should be produced to more rigid limits than those required by the specifications. C. At the option of the Engineer, approval of the source, or approval of materials at the source prior to delivery, may be required. If it is found after trial that sources of supply for previously approved materials do not produce specified products or when conditions are such that use of unfit materials cannot be prevented except by extraordinary inspection methods, the Contractor shall furnish materials from other sources. Before delivery, and at any time during the process of preparation and use, materials shall be subject to the approval of the Engineer. D. Materials not previously inspected will be inspected at the project site. Acceptance at that time will be based on sampling and testing, producer's certifications, visual inspection, or any combination of these at the discretion of the Engineer. E. Use of materials on the basis of the producer's certification, quality control tests, and evaluations may be permitted or required. The Engineer may require specific data obtained by qualified persons and procedures be provided with the material, when delivered. 1.2 ALTERNATE PROCESSES, EQUIPMENT, OR MATERIALS A. General: In order to establish a basis of quality for the work, performance, or economy of operation, certain processes, types of machinery and equipment, or kind of material may be referenced in the contract documents by designating a manufacturer by name and referring to its brand or model numbers. Such reference is not intended to foreclose other processes, equipment or materials that will in the sole discretion of the Engineer meet, or exceed, the designated standards. There may be instances where the Engineer will not consider alternate processes, equipment, or materials. B. Consideration: 1. The Jurisdiction may consider alternate processes, equipment, or materials for those specified in the contract documents; however, it is only an indication that the Jurisdiction will not foreclose consideration of the bidder's/contractor's request, and is not an approval. Following are the steps for consideration of alternate processes, equipment, or materials: 01 1060-1 a. If a bidder/contractor desires to use alternate processes, equipment, or materials, the bidder/contractor shall contact the Engineer to confirm the Jurisdistionld_cons{der alternate processes, equipment, or materials for those as specifieb fri fheco`nkraoti 11: 51 documents. ���� CITY CLEC; , b. Support/requirements for submissions of alternatives: IOWA CITY. i. The Engineer will consider and evaluate other products, equipment, methods, and systems only when such items are accompanied by full and complete technical data, test data, code compliance, and other relevant information, including samples and finishes where appropriate. ii. The bidder/contractor shall submit design information, material compatibility, performance, durability, laboratory tests, chemical analysis, color, manufacturer's specifications, and other relevant information as proof of quality and integrity when presenting proposed alternatives to the Engineer for consideration. The bidder/contractor must include the kind, quality, design, and performance of the proposed materials and equipment. iii. If alternate methods are proposed, the contractor shall furnish complete engineering plans covering the proposed change. iv. It is the sole responsibility of the proposer of any alternative product to have pre- qualified the product proposed for its intended use for compliance with all applicable codes within the Jurisdiction prior to submittal to the Engineer for consideration. c. In making an alternative request, the contractor shall be responsible for all costs including reimbursing the Engineer for services furnished and any time required to review the proposed change. d. If the bidder/contractor desires to use alternate processes, equipment, or materials for those as specified in the contract documents, the bidder/contractor shall secure the written approval of the Engineer before entering an order therefore. e. Proposed alternative processes, equipment, or materials that will in the sole discretion of the Engineer meet, or exceed, the designated standards will be given written approval to be used on the project as an "Approved Equal" or"Equivalent" to the specified item. f. If approval as an "Approved Equal" or"Equivalent" is given by the Engineer, such approval will be on the condition that the bidder/contractor shall be fully responsible for producing construction work in reasonably close conformity with contract requirements. g. In order to ensure fair competitive bidding, it is critical that all bidders base their bids on providing the material, equipment or process (including those trade named) fully complying with the contract documents. h. The contractor shall not be entitled to any additional compensation if the Engineer does not approve the contractor's request for alternate processes, equipment, or materials after the contract is awarded. The bidder/contractor is solely at risk until the Engineer issues written notification of"Approved Equal" or"Equivalent." i. The Jurisdiction reserves the right to adjust the contract price when the cost of an "Approved Equal" or"Equivalent" is less than the cost of the specified item. The contractor shall estimate the net savings of the proposed alternate and if the 01 1060-2 Engineer approves the proposal, a change order may be processed To red 6 the contract amount by up to 50% of the estimated net saving of�,g"Approved Equal" or"Equivalent." tt t '. at; )j: y 2. If the contract documents state that the Jurisdiction will not consider alternate_proeesses, equipment, or materials, the bidder/contractor shall not propose any alterna#eq-ta`th'4se specified in the contract documents. 1.3 SAMPLES AND TESTING A. Each consignment of material shall be tested or inspected before being incorporated into the work and shall be approved by the Engineer in charge of the work before it is used. The Contractor shall allow such facilities for collecting and forwarding samples and subsequent testing as the Engineer may require. B. Samples shall be supplied to allow ample time for testing without delaying the work. No material for which samples are requested shall be used until the samples have been approved. If necessary, work will be delayed or suspended, at no cost to the Jurisdiction, to permit the completion of all specified tests and examinations. Tests made on the samples of materials utilized for improvements constructed under these specifications will be made by the Jurisdiction at no cost to the Contractor. C. All tests shall be made by the Jurisdiction testing laboratory, or at such independent testing laboratories as the Engineer shall approve. Except as otherwise specified, the testing of materials furnished for use under these specifications shall be done according to the methods described in the specific ASTM, AASHTO, AWWA, or other authorized specifications for each material. Results of all tests shall be submitted to the Engineer. 1.4 STORAGE OF MATERIALS A. The Contractor shall be responsible for care and storage of materials delivered to the work site or purchased for use. Material delivered to the work site and damaged before actual incorporation in the work may be rejected by the Engineer even though it may have been previously acceptable. Stored materials shall be located to facilitate thorough inspections, to minimize environmental damage, and not interfere with operations. 1.5 UNACCEPTABLE MATERIALS A. All materials not conforming to the requirements of the specifications at the time they are to be used shall be considered unacceptable, and all such materials will be rejected and shall be removed immediately from the work site unless otherwise instructed by the Engineer. No rejected material, the defects of which have been corrected, shall be used until approval has been given by the Engineer. 1.6 MATERIALS SUPPLIED BY THE JURISDICTION A. When any materials are to be furnished by the Jurisdiction, the designation of such materials and the time of availability will be included in the contract documents. 1.7 MATERIALS SUPPLIED BY THE CONTRACTOR A. Unless otherwise stated in the contract documents, all materials and equipment needed for, or to become a part of, the work shall be furnished by the Contractor. The Contractor shall assume full responsibility for ordering materials and equipment of the quality specified and of the quantity necessary, and shall be responsible for payment of the purchase and/or delivery cost of such materials and equipment. 01 1060-3 B. All materials and equipment that become the property of the Jurisdiction as a part of the project shall be unused and newly produced or manufactured with original materials (as opposed to recycled or used materials), shall be state of the art for that material or equipment, and shall be properly stored to protect the integrity of the material and equipment. The Engineer may waive this provision and accept used or recycled material or equipment prior to submission of the bid. Such waiver must be in the form of an addendum. END OF SECTION G7 -r C") F,".�ry1 l J ry (xi 01 1060-4 Fif SECTION 01-3100 PROGRESS AND SCHEDULES zrj I -7i PART 1 —GENERAL CITY CLE0,1% 1.1 SUMMARY - riTy • A. Update as necessary a schedule of the work. Work with the Right of Way, especially work requiring the use of advanced traffic control or lane closure, will require public notification. This notification was must be provided to the Engineering department in a timely manner so proper notification can be release to the public. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.2 SUBMITTALS A. The Contractor shall submit prior to the Pre-Construction meeting an estimated schedule of the proposed work. The schedule shall include dates and durations of work resulting in the installation of traffic control. PART 2 - PRODUCTS Not used PART 3 - EXECUTION 3.1 MEETINGS PRIOR TO CONSTRUCTION A. A Pre-Bid meeting will not be held for this project. B. A Pre-Construction meeting will be held one week prior to beginning work. 3.2 PROGRESS OF WORK A. The specified early start date is March 27, 2017. B. Total Working Days: 60 C. Liquidated Damages = $200 / Day for improvements not completed within the given timeframe. D. If in the event that the site work is substantially complete, and the Contractor is delayed from completion of any further work due to a delay in equipment delivery beyond the Contractors control, working days may be suspended at the Engineers discretion until equipment is delivered to the site. The contractor may submit in writing to the City a request to freeze the working day count. The contractor shall submit proof of such circumstance or condition along with their written request. Overall site work must be substantially complete before a freeze in working days will be allowed. Once equipment is delivered to the site, working day count will commence and continue until the site work is complete. . E. No work shall be done between the hours of 10:00p.m. and 7:00a.m. without the approval of the City Engineer. F. Work will proceed in a well-organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. 01 3100-1 G. The Contractor will become an active partner with the City in communicating with-and providing information to concerned residents and businesses. � �. �7 2 1 FEtB- Etii : 3.3 COORDINATION WITH UTILITIES A. The Contractor shall work closely with the utility companies to identify utfliiasttle,', planting and to keep clear of utilities during work. P ' 3.4 TRAFFIC CONTROL AND LANE REDUCTIONS A. Contractor shall notify the Engineer 3 days in advance of the installation of traffic control so that a press release can be issued. B. The Contractor shall furnish and install Traffic Control per US Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways", Current Edition and per IDOT Standard Specifications, 2012. END OF SECTION 01 3100-2 , C SECTION 03-3000 CAST-IN-PLACE CONCRETE 2017 FEB -7 PART 1 - GENERAL CITY CLERK ' 1.1 SECTION INCLUDES 01[',1:\ CITY, IOWA A. Removal of Sidewalks, Shared Use Paths, and Ramps B. Installation of Sidewalks, Shared Use Paths, and Ramps 1.2 DESCRIPTION OF WORK A. Remove existing sidewalks, shared use paths, and ramps. B. Install shared use paths. C. Install sidewalk. D. Install driveway. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials, as well as the following: A. PCC mix design. B. Submit type and color of detectable warnings. C. Results of required testing. 1.4 SUBSTITUTIONS Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY, STORAGE, AND HANDLING Comply with Section 01-1060 Control of Materials, as well as the following: A. Portland Cement Concrete 1.6 SPECIAL REQUIREMENTS Provide 10 calendar days advance notification of a pedestrian path closure to the Engineer and the National Federation of the Blind of Iowa (www.nfbi.org). PART 2 - PRODUCTS 2.1 PORTLAND CEMENT CONCRETE A. Class B or C concrete with materials complying with Section 7010. Use coarse aggregate of Class 2 durability or better. B. Comply with the following for PCC mixes for sidewalks, shared use paths, and ramps unless otherwise approved by the Engineer. 03 3000-1 r- - Table 7030.01: PCC Mixes ' Machine Finish Hancjr it igfl 3 _7 H% I i: CITYC€ ER ' Type of Concrete Class B or C Class E#c` � rj Y r C V,,% Slump Minimum 1/2 in. 1/2 in. Slump Maximum 2 1/2 in. 4 in. Percent Air Content Target 7% 7% Minimum 6% 6% Maximum 8 1/2% 8 1/2% 2.2 DETECTABLE WARNINGS Use manufactured detectable warning panels or brick pavers with a non-slip surface and raised truncated domes. Comply with the Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right-of-Way (also known as PROWAG) for contrast and dimension requirements. Also comply with Iowa DOT Materials I.M. 411. 2.3 ISOLATION AND EXPANSION JOINT SEALANT Use a polyurethane, self-leveling sealant complying with ASTM C 920. Application temperature range of 40 to 120°F. Minimum elongation 700%. PART 3 - EXECUTION 3.1 REMOVALS A. Remove sidewalks, shared use paths, ramps and curbs to the removal limits specified in the contract documents. B. Saw pavement full depth in straight lines to the specified removal limits. C. Remove to the specified removal limits without damage to adjacent property, trees, utilities, or pavement that are to remain in place. D. Grind or saw existing curbs at locations specified in the contract documents to install sidewalks, shared use paths, and ramps. E. Dispose of rubble and debris resulting from removal operations. 1.2 SUBGRADE PREPARATION A. Sidewalks, Shared use paths and Ramps: 03 3000-2 Fli ED 1. Remove all vegetation and roots from ground surface. 2. Construct grade to final subgrade elevation. 2017 FEB -7 Iifl 1►: 51 a. Cut area: Remove all material that will be displaced by the sidewalk:. pl b. Fill area: Scarify the surface to be covered with embankment to a.deptti bf*least 6 inches and compact. Construct embankment in lifts of 6 inches or less and compact each lift. Tamp surface with a mechanical tamper until firm and unyielding. 3. Remove all soft, spongy, or yielding spots and fill the void with suitable backfill material. 3.3 ADJUSTMENT OF FIXTURES A. Adjust fixtures to conform to the finished pavement surface. Cooperate and coordinate with the utility agency to ensure proper fixture adjustment. B. Comply with Sections 5020, 6010, or 8010 as appropriate. 3.4 PLACEMENT A. Form Setting: Comply with Section 7010 with the following additional requirements and exceptions. 1. Slip form paving equipment may be allowed in lieu of setting forms, if approved by the Engineer. 2. Wood forms are allowed. 3. Use of an automated subgrade trimmer is not required. 4. Set forms true to line and grade and hold them rigidly in place by stakes placed outside the forms and flush with or below the top edge of the forms. B. Concrete Pavement Placement: 1. Sidewalk, Shared Use Paths and Ramps: a. Maintain moist subgrade in front of paving operation b. Deposit concrete on the subgrade as required to minimize rehandling to prevent segregation. c. Hand spread with shovels, not rakes. d. Place concrete as required to slightly overfill the space between the forms. e. Consolidate with vibrators and smooth by use of a straightedge. f. Do not contaminate freshly mixed concrete with earth or other foreign materials. C. Finishing: 1. Sidewalks, Shared Use Paths and Ramps: a. Use a wood float to depress the large aggregate and create a dense surface. b. Allow concrete to set until all shine has disappeared from the surface. c. Smooth with a metal trowel until surface is free from defects and blemishes. d. Construct joints by sawing or by using a jointer or groovertool. e. Finish edges of sidewalk or driveway with an edging tool having a radius of 03 3000-3 approximately 1/2 inch. Ensure tool marks do not appear on the firlishd su #ace. f. Brush with a soft broom at right angles to the side forms t provide a non-skid surface. Rel 7 FE? —7 AMI!: r D. Curing: When curing is specified in the contract documents. CITY CLERK E. Jointing: 0 W CITY IOWA 1. Construction Joints: a. Locate construction joints to provide uniform joint spacing. b. Place a construction joint at the close of each day's work or when depositing of concrete is stopped for 45 minutes or more. c. Form construction joint by using a header board. Set perpendicular to the surface and at right angles to the centerline. 2. Transverse Contraction Joints: a. Sidewalks, Shared Use Paths and Ramps: 1) Space transverse joints equal to the width of the shared use path, or as specified in the contract documents. Space driveway contraction joints so panel length does not exceed 12 feet. 2) Form transverse contraction joints to a depth of 1 1/4 inches with a pointed trowel or jointing tool. In lieu of forming,joints may be sawed within 12 hours of placement with a 1/8 inch blade saw to a depth of 1/3 the pavement thickness. Use a straightedge if joints are sawed with a hand-held saw. 3. Longitudinal Contraction Joints: a. Sidewalks, Shared Use Paths and Ramps: 1) Space longitudinal contraction joints so panel width does not exceed 24 feet. 2) Form longitudinal contraction joints to a depth of 1 1/4 inches with a pointed trowel or jointing tool. In lieu of forming,joints may be sawed with a 1/8 inch blade saw to a depth of 1/3 the pavement thickness. Use a straightedge if joints are sawed with a hand-held saw. 4. Isolation Joints: a. Install isolation joints where sidewalks, shared use paths, or ramps abut roadway pavement, parking lots, buildings, and structures. b. Install a 1/2 inch or 3/4 inch thick strip of preformed resilient joint material to the full depth of concrete. Trim any isolation joint material protruding above the finished work to the level of the abutting concrete. c. If the isolation joint is to be sealed, place the preformed material 1/2 inch below the level of the abutting concrete. 5. Joint Sealing: a. Do not seal construction or contraction joints in sidewalks, shared use paths,or ramps. 3.5 DETECTABLE WARNING INSTALLATION A. Manufactured Panels: 03 3000-4 1. Install according to manufacturer's recommendations. `�`' 2. Set panels in fresh concrete. 2017 F 3.6 TOLERANCES FOR SHARED USE PATHS AND RAMPS A. Check finished surface with a 10 foot straightedge placed parallel to the nr' `'`- � centerline. ' B. Ensure the cross-section and profile of the pavement is constructed to within a tolerance of 1/4 inch in 10 feet (0.2%) of the design grades. This does not allow maximum slopes to be exceeded. C. Mark areas showing bumps of more than 1/4 inch in 10 feet and grind down with an approved grinding tool to an elevation where the area will not show deviations in excess of 1/8 inch. 3.7 CLEANING A. Remove all litter and construction materials or tools immediately after the end of the curing period. B. Remove excess dirt from the site. C. Broom clean completed sidewalks, shared use paths, and driveways. 3.8 TESTING A. General: When testing is specified in the contract documents as the Contractor's responsibility, provide testing using the services of an independent testing laboratory approved by the Engineer. B. Concrete Compression Tests: When the concrete volume placed on a single day exceeds 20 cubic yards, comply with the following test requirements. When deficiencies are encountered, comply with Section 7010, 3.08, E. 1. Prepare at least two test cylinders per day. 2. If the concrete volume placed on a single day exceeds 200 cubic yards, prepare two test cylinders for each 200 cubic yards placed. 3. Provide 7 and 28 calendar day tests according to ASTM C 39. Minimum compressive strength is 2,000 psi at 7 days and 4,000 psi at 28 days. 3.9 SIDEWALK AND CURB RAMP COMPLIANCE Compliance with cross slopes and grades, as well as all other elements, for sidewalks and curb ramps is crucial. If the construction cannot be completed as specified in the contract documents, it may be necessary to adjust slopes within the accepted legal limitations. Contact the Engineer prior to placement of the concrete if changes from the values specified in the contract documents are being made. END OF SECTION 03 3000-5 SECTION 31-1000 ! D EARTHWORK&SITE CLEARING 2017 FEB —7 AM II: B2 PART 1 -GENERAL CITY CL c 1.1 SECTION INCLUDES jWA ClT ?,,';k A. Clearing and Grubbing B. Earthwork, Excavation, and Embankment Construction C. Subgrade Preparation D. Subbase Construction E. Topsoil 1.2 DESCRIPTION OF WORK Excavate and construct embankments, sub-grades, and subbases. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials, as well as the following: Submit results of Standard Proctor and in-place density tests on compactions when required. 1.4 SUBSTITUTIONS Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY, STORAGE, AND HANDLING Comply with Section 01-1060 Control of Materials. 1.6 SCHEDULING AND CONFLICTS Notify the Engineer at least 3 calendar days prior to start of operations. 1.7 SPECIAL REQUIREMENTS If impractical, or if scheduling does not allow the removal of utilities before excavation, work around the utilities. 31 1000-1 PART 2 - PRODUCTS 2.1 TOPSOIL 2017 FEB --7 At' : 52 Use suitable topsoil of uniform quality, free from hard clods, roots, sod,;stiffficNy har _fan, stones larger than 1 inch (1/2 inch for turfgrass seeding), lime cement, ash,`slag, concrete, tar residue, tarred paper, boards, chips, sticks, or any undesirable material. Use on-site topsoil, unless compost-amended or off-site topsoil is specified. A. On-site Topsoil: On-site topsoil material is material excavated from the top 12 inches of the site. Use of on-site topsoil material is subject to the Engineer's approval. B. Compost-amended On-site Topsoil: Amend low-quality on-site topsoil, not meeting the requirements specified for off-site topsoil, with a minimum of 1 inch of compost for every 3 inches of topsoil. Use compost meeting the requirements of mulch for pneumatic seeding in Section 9010, 2.07. C. Off-site Topsoil: Contains at least 3% organic matter, according to ASTM D 2974, has a high degree of fertility, is free of herbicides that prohibit plant growth, has a pH level between 6.0 and 8.0, and meets the following mechanical analysis requirements: Sieve Percent Passing 1" 100 1/2" 95*to 97* 1/4" 40 to 60 No. 100 40 to 60 No. 200 10 to 30 * 100%for turfgrass The Engineer will approve the source of off-site topsoil. Surface soils from ditch bottoms, drained ponds, and eroded areas, or soils that are supporting growth of noxious weeds or other undesirable vegetation, will not be accepted. The Engineer will determine if testing is necessary. The Contractor will be responsible for payment of the testing if the off-site topsoil does not meet the above requirements. If the testing verifies the off-site topsoil does meet the above requirements, payment for the testing will be the responsibility of the Jurisdiction. 2.2 EXCAVATION MATERIALS 31 1000-2 • All project site and borrow excavation will be classified as Class 10, Class 12, or Class 13 as defined below, and as indicated in the contract documents.2017 FEB -7 API f!; c A. Class 10 Excavation: ^^CITY C F K !rr,,A. rt t v ...., 1. Class 10 excavation includes all normal soil such as loam, silt, gumbo, peat, clay, soft shale, sand, and gravel. It includes fragmentary rock handled in the manner normal to this class of excavation. 2. Includes any combination of the above described materials and any other material not classified as Class 12 or Class 13. A. Class 12 Excavation: 1. Material deposits so firmly cemented together that they cannot be removed without continuous use of pneumatic tools or blasting. 2. Class 12 excavation includes the actual measured volume of granite, trap, quartzite, chert, limestone, sandstone, hard shale, or slate in natural ledges or displaced masses. 3. Also includes the estimated or measured volume of rock fragments or boulders that occur on the surface or in subsurface deposits mixed with soil, sand, or gravel when their size, number, or location prevents them from being handled in a manner normal to Class 10 excavation. B. Class 13 Excavation: 1. Class 13 excavation includes all materials listed under the definitions of Classes 10 and 12, and any other material encountered, regardless of its nature. 2. This classification covers work commonly referred to as "unclassified excavation." 3. The contract documents will specify the limits for Class 13 excavation. Excavation within these limits will not be classified as Class 10 or Class 12 excavation. C. Unsuitable or Unstable Materials: 1. Material encountered during excavation above or below grade that does not meet the suitable soil requirements in Section 2010, 2.03. 2. Rubbish and debris, including trees, stumps, waste construction materials, scrap metals, and other materials that cannot be buried or used for backfill or topsoil. 3. Moisture content does not determine suitability of materials. D. Borrow: Unless otherwise provided in the contract documents, when the quantity of fill material required is not available within the limits of the project cross-sections or specific borrow areas as indicated, the Contractor should make up the deficiency from 31 1000-3 borrow areas provided by the Engineer, or furnish equivalent material fram-ott r= borrow areas. 2011 FEB -7 Alf • c2 2.3 SUITABLE EMBANKMENT MATERIALS Meet the following requirements for all soils provided for the constructionpfOrr r { nkth' , ts: A. Density of 95 pcf or greater according to ASTM D 698 or AASHTO T 99 (Standard Proctor Density). B. AASHTO M 145 group index of less than 30. C. Liquid limit (LL) less than 50. D. Soils not meeting these requirements are considered unsuitable soils, regardless of classification. E. For soils to be placed below water, use clean granular material. 2.4 FOUNDATION MATERIALS A. Select Subgrade Materials: 1. All soils required for select subgrade materials must be approved by the Engineer. Approval of materials and their use will be based on AASHTO M 145. a. Cohesive soils must meet all of the following requirements: 1) 45% or less silt size fraction. 2) Density of 110 pcf or greater according to ASTM D 698 or AASHTO T 99 (Standard Proctor Density). 3) Plasticity index greater than 10. 4) A-6 or A-7-6 soils of glacial origin. b. Granular soils must meet all of the following requirements: 1) Density of 110 pcf or greater according to ASTM D 698 or AASHTO T 99 (Standard Proctor Density). 2) 15% or less silt and clay. 3) Plasticity index of 3 or less. 4) A-1, A-2, or A-3 (0). 2. Crushed stone, crushed PCC, crushed composite pavement, or RAP; mixtures of gravel, sand, and soil; or uniformly-blended combinations of the above; as approved by the Engineer. 3. The Engineer may authorize a change in select subgrade materials subject to materials available locally at time of construction. B. Granular Stabilization Materials 1. Clean, crushed stone or crushed concrete, with the following gradation: 31 1000-4 1 EI Sieve Percent Passing 23I1FEn -7 ,"fII: E2 2 1/2" 100 CITY CLERK. 2" 90 to 100 C1 T Y. IOWA 1 1/2" 35 to 70 1" 0to20 1/2" 0 to 5 2. The Engineer may authorize a change in gradation, subject to materials available locally at time of construction. A. Subgrade Treatment: 1. Cement: Meet the requirements of AASHTO M 85 for portland cement. 2. Asphalt: Meet the requirements of AASHTO M 140. 3. Fly ash: a. Meet requirements of ASTM C 618 or AASHTO M 295. b. Either Class C or Class F. For Class C, the pozzolanic activity test with lime will not be required. c. Approval of source required. 4. Lime: Hydrated lime should meet requirements of ASTM C 207, Type N or AASHTO M 216, and others. 5. Geogrid: a. Rectangular or Square: Use an integrally-formed grid structure manufactured of a stress-resistant polypropylene material. Use Type 1 geogrid, unless Type 2 is specified. Meet the following minimum physical properties: Table 2010.02: Geogrid (Rectangular or Square) Property Test Method Units Type Type 2 Aperture stability modulus at 20 kg-cm Kinney2 01 kg-cm/deg 3.2 6.5 Minimum true initial modulus in use Machine direction (MD) ASTM D lb/ft 15,0 32,890 Rn 6637 Cross Machine direction 20,5 44,725 (CMD) 60 31 1000-5 Tensile strength, 2%strain ' MD ASTM D lb/ft 270 •- ` _118 CMD 6637 380 r :590 - Junction efficiency GRI-GG2-87 % 93 • '93 Flexural rigidity ASTM D 1388 mg-cm 250,0 750,000 Aperture size Minimum NIA in. 0.5 0.5 Maximum 2.0 2.0 1 Geogrids meeting the requirements of Iowa DOT Article 4196.01, B and Materials I.M. 496.01 will be acceptable. 2 Dr. Thomas C. Kinney, P.E. and US Army Corps of Engineers. a. Triangular: Use punched and drawn polypropylene that is oriented in three substantially equilateral directions. Meet the following minimum physical properties: Table 2010.03: Geogrid (Triangular) Property Test Method Units Type 3 Type 4 Aperture stability Kinney1 kg-cm/deg 3.0 3.6 modulus at 5 kg-cm 01 Resistance to loss of load capacity Chemical EPA 9090 resistance Immersion % 90-100 90-100 Ultra-violet light and ASTM D 4355 weathering (500 hrs) GRI- % of Junction efficiency GG2- ultimate 93 93 87 tensile Radial stiffness ASTM D Ib/ft @ 15,000 20,000 6637 0.5% strain 31 1000-6 Rib Patch Longitudinal :317 FER ,1. r i N/A in. 1.5-1.75 1r .0- �� ; . Diagonal CITY Y CL E.i K IOWA CITY V`t�. . Mid-rib depth N/A in. 0.04-0.06 0.05-0.08 Mid-rib width N/A in. 0.035-0.05 0.035-0.055 6. Geotextiles: Use a woven or non-woven permeable fabric, manufactured of polymer fibers, meeting the requirements of ASTM D 4439. A. Subbase: 1. Special Backfill: a. Comply with Iowa DOT Specifications Section 4132. The quality requirements of Iowa DOT Materials I.M. 210 for recycled pavements are waived. b. The Engineer may authorize a change in gradation subject to materials available locally at time of construction. 2. Granular Subbase: a. Comply with Iowa DOT Specifications Section 4121. b. The Engineer may authorize a change in gradation subject to materials available locally at time of construction. 3. Modified Subbase: a. Comply with Iowa DOT Specifications Section 4123. b. The Engineer may authorize a change in gradation, subject to materials available locally at time of construction. PART 3 - EXECUTION 3.1 STRIPPING, SALVAGING, AND SPREADING TOPSOIL A. Stripping and Salvaging Topsoil: 1. Mow all weeds, grass, and growing crops or other herbaceous vegetation close to the ground and remove from the site. Shred sod by shallow plowing or blading and thorough disking. Thoroughly shred to allow the soil to be easily spread in a thin layer over areas to be covered. If allowed by the Engineer, herbicides may be applied, and vegetation may be incorporated into the topsoil. 2. Remove an adequate amount of topsoil from the upper 12 inches of existing on- site topsoil to allow finish grading with a finished grade of 8 inches of salvaged or amended topsoil. The topsoil may be moved directly to an area where it is to be used, or may be stockpiled for future use. 31 1000-7 PI ! A. Preparation for Topsoil Placement: 1. Finish excavation and embankment work according to the specified abies:a?id-7 t i f!; cross- sections; grade and slope all surfaces to drain away from buildings and prevent ponding. Conform to the grading plan within ± 2 inches. t TY CL -j"; l'�.n 1�7 ;. . CITE' 2. Loosen surface to a minimum depth of 4 inches to reduce compaction. B. Topsoil Spreading and Finish Grading: 1. Place the topsoil after all grading and trenching activities in the area have been completed. 2. Place topsoil at least 8 inches deep; smooth and finished grade according to the contract documents. If topsoil is being amended with compost, thoroughly blend compost with on- site topsoil at the rate specified in Section 2010, 2.01. 3. After finish grading the topsoil, remove clods, lumps, roots, litter, other undesirable material, or stones larger than 1 inch (1/2 inch forturfgrass). 3.2 EXCAVATION k Notification: Notify the Engineer prior to start of excavation activities. B. Pavement Removal: 1. Cut surface pavement to full depth as required, and at designated removal lines. 2. Remove all pavement materials. a. If specified in the contract documents or allowed by the Engineer, process for re- use. b. Dispose of excess material as follows: 1) Use as unsuitable soil according to this section. 2) If specified in the contract documents, deliver and stockpile at a site designated by the Engineer. 3) Otherwise, properly dispose of off-site. 3. Remove pavement material broken or damaged by the Contractor beyond designated removal lines to new line designated by the Engineer, and replaced at the Contractor's expense. 4. Protect subgrade beneath existing pavement removal areas. C. Excavation: Perform Class 10, 12, or 13 grading, as specified in the contract documents, to the prescribed grade. D. Shaping of Borrows 1. Ensure that borrow areas provided by the Contractor are regular in cross-section to allow accurate measurement. 31 1000-8 FI E 2. Ensure that care is taken to blend to natural land forms and pyoid unnecessary damage to the land. "LA j F B -7 AS ! : 52 3. Do not divert natural drainage of surface water onto adjoining,Q1;iiie4, g& diligent in draining the surface water in its natural course or channel. ?T Y, 4. Complete excavation in a way consistent with the existing natural drainage conditions. A. Drainage 1. Provide temporary drainage facilities to prevent damage to public or private interests when necessary to interrupt natural drainage or flow of artificial drains. 2. Restore original drainage as soon as work allows. 3. The Contractor is responsible for damage resulting from their neglect to provide erosion control or artificial drainage. B. Unsuitable or Unstable Materials 1. Remove unsuitable or unstable materials to a depth specified in the contract documents, or as directed by the Engineer. 2. The Engineer will determine the need for and type of backfill material, including select soil or granular subbase. 3. Remove all soft areas. Replace with approved materials. 4. If subbase materials are used, provide weight tickets at the time of delivery. 5. Dispose of unsuitable or unstable materials according to the requirements in this section. C. Removal of Boulders: Remove all boulders with a minimum diameter of 6 inches. D. Rock Excavation: 1. When excavation to the subgrade elevation results in a surface consisting of loose or solid rock: a. Excavate 1 foot below the finished subgrade elevation. b. Construct subgrade with suitable material. c. Conduct operations so the Engineer is given the opportunity to measure cross- section before placement of subgrade material. 2. When pre-splitting of rock cuts is necessary, the limits of the area and the procedure used will be subject to the approval of the Engineer. 3. Dispose of rocks and boulders 6 inches in diameter and greater off-site. 31 1000-9 E. Removal or Filling of Pipe Culverts, Pipes, and Conduits: Remove, plug, andJ7fi1 r: 1 52 with flowable mortar, as directed by the Engineer. � !, � _7 � � +. 3.3 EMBANKMENT CONSTRUCTION TY CLERK A. Notification: Notify the Engineer prior to start of embankment activities.•'� C JTY. B. Site Preparation 1. Remove all ground cover from the area. 2. When an embankment is placed on or against an existing slope that is steeper than 3:1 and is more than 10 feet high, cut the slope into steps as the construction of the new embankment progresses. The steps should ensure that all sod or other potential sliding surfaces are removed. Cut each step or series of steps to approximate horizontal planes which have vertical slope dimensions of at least 3 feet. A. Depositing Embankment Material 1. Except for rock fills and granular blankets, deposit embankment material in horizontal layers no greater than 8 inches in loose thickness. Do not incorporate vegetative materials in embankments. If some otherwise suitable soil contains small amounts of vegetative materials, such soils may be deposited outside of the shoulder line, within the outer 3 feet of the embankment. 2. When the width at the attained height is 30 feet or more, divide the area upon which the layer is to be placed into separate and distinct dump areas, having widths of at least 15 feet. If hauling equipment is operated within a dump area, cover the area with at least one passage of a tandem-axle disk, or two passages with a single-axle disk, prior to compaction. 3. Keep hauling equipment off dump areas of embankments 36 feet or more in width during compaction operations. Within 36 feet of a bridge or other limiting structure, or where the width of the embankment is less than 36 feet at the attained height, empty hauling units may travel on the dump area during compaction operations, as necessary to pass loaded hauling units. If the design width of the embankment is less than 30 feet at the attained height, hauling units will be allowed to travel through areas where compaction operations are in progress. When any hauling equipment is allowed to pass through compaction operations, do not require water, disking, and compacting equipment to deviate from their intended paths. 4. Deposit the material over the dump area as a separate and distinct operation. If the material, as deposited, contains an average of more than one lump per square yard, large enough to have at least one dimension greater than 12 inches, cover the area by at least one passage of a tandem-axle disk, or two passages of a single-axle disk. Use a disk that is designed and operated to cut and stir to the full depth of the layer. 5. After depositing and disking, if required, smooth the material to a uniform depth 31 1000-10 with a suitable motor patrol, bulldozer, or self-propelled sheepsfoot-type roller' with a blade attachment. In addition to the initial smoothing operatic)°, continue this smoothing and leveling of the lift during compaction, as necessary to-piovitfe '` r a surface area free from ruts and other objectionable irregularities. Use the self-propelled sheepsfoot-type roller (meeting the requirements bi ioir(ra DOT Article 2001.05) under the following conditions: a. Leveling must be done according to the prescribed rolling pattern. b. Compaction should be the primary function of the unit. c. Prevent spinning of the power drums. d. When, in the opinion of the Engineer, the unit cannot satisfactorily accomplish both leveling and rolling, use a separate dozer or motor patrol for the leveling operation prior to initiation of compaction. e. For embankments constructed primarily of sand or other granular material, the Contractor may substitute a pneumatic-tired roller meeting the requirements of Iowa DOT Article 2001.05. 6. Keep the outer portion of an embankment lower than its center, and wherever construction will be suspended for a period during which rain is likely to occur, roughen the surface to prevent erosion. This can be done by tracking, disking, or scarifying. Stones 6 inches and smaller in diameter may be placed in embankments, but distributed to avoid pockets. No stones larger than 3 inches may be placed within 1 foot of the finished subgrade elevation. A. Compaction with Moisture and Density Control: Compact with moisture and density control, unless Type A compaction is specified in the contract documents. See Section 2010, 3.09 for moisture and density requirements. B. Type A Compaction: When Type A compaction is specified in the contract documents, compact as follows: 1. After the surface layer has been smoothed, and before material for the next layer is deposited on it, compact the layer with at least one passage of the sheepsfoot-type roller per inch of loose thickness of the layer, until the roller is supported entirely on its feet. The roller will be considered to be supported entirely on its feet when the tamping feet penetrate no more than 3 inches into an 8 inch lift or layer being compacted. 2. Determine if moisture content of the material is excessive or suitable for satisfactory compaction. a. Start rolling operations immediately after the smoothing operation, or delay them,and instead aerate the material in preparation for rolling. b. Perform aeration and compaction operations without unnecessary delay. c. Rolling operations made prior to any aeration operations for a lift will not be counted as any of the required coverages. 3. If the material is dry to the extent that it will not likely be satisfactorily compacted by rolling, moisten the material. a. The Engineer may order the material to be moistened uniformly before itis compacted. 31 1000-11 b. The Engineer may authorize the use of water in the final finishing of the roadbed. c. Delays from the ordering of moistening or drying will be at the Co app'.$expense. " `' / 11. 5.2 4. The Contractor may substitute compaction with moisture and density contrgl Type A Compaction, providing all testing as required, at the Contractor's-ex LERK Yrs 3.4 USE OF UNSUITABLE SOILS Unsuitable soils are not allowed in the right-of-way, unless otherwise specified in the contract documents or allowed by the Engineer. 3.5 SUBGRADE PREPARATION Shape and consolidate subgrade in preparation for the placement of pavement. A. Uniform Composition: Provide uniform composition of at least 12 inches below top of subgrade under new paving or subbase, plus 2 feet on each side. Use select subgrade materials unless granular stabilization materials or subgrade treatment is specified. 1. Subgrade Compaction in Fill Sections: a. Follow the compaction with moisture and density control requirements in Section 2010, 3.04. b. Construct in two 6 inch lifts. 2. Subgrade Compaction in Cut Sections: a. Excavate and stockpile the top 6 inches of subgrade. b. Scarify, mix, and re-compact the next 6 inches of subgrade. c. Replace, mix, and compact the top 6 inches of subgrade. Remove stones over 3 inches from subgrade. Construct to elevation and cross-section such that, after rolling, surface will be above required subgrade elevation. A. Subgrade Stability: Perform proof rolling with a truck loaded to the maximum single legal axle gross weight of 20,000 pounds or the maximum tandem axle gross weight of 34,000 pounds. Operate trucks at less than 10 mph. Make multiple passes for every lane. The subgrade will be considered to be unstable if, under the operation of the loaded truck, the surface shows yielding (soil wave in front of the loaded tires) or rutting of more than 2 inches, measured from the top to the bottom of the rut at the outside edges. If soft or yielding areas are located, remove unstable materials and replace with suitable foundation materials as approved by the Engineer, meeting Section 2010, 2.03. Compact subgrade materials in cut sections as required by the Engineer. If stabilization material is used, place and compact as required for subbase. B. Final Subgrade: Complete final subgrade by excavation to grade by use of steel- shod template supported on side forms, support rollers, or by use of an 31 1000-12 - (^ sy automatically-controlled subgrade excavating machine. C. Subgrade Check: Check subgrade elevation and grade by me Yd approved by Engineer prior to paving. D. Ruts: If ruts or other objectionable irregularities form in subgrade wring; construction, re- shape and re-roll subgrade before placing pavement. Fill ruts or • other depressions with material similar to other subgrade material, and compact. 3.5 SUBGRADE TREATMENT • A. Lime, Cement, Fly Ash, or Asphalt: 1. Incorporate the subgrade treatment material uniformly during subgrade preparation to the depth and rate specified in the contract documents. 2. Place subgrade treatment in the areas specified in the contract documents for the width of the pavement, plus 2 feet on each side. B. Geogrid or Geotextiles: 1. Install according to manufacturer's recommendations, on top of the prepared subgrade. 2. Place in the areas specified in the contract documents for the width of the pavement, plus 2 feet on each side. 3.6 SUBBASE A. Subgrade: Compact subgrade and shape smooth before subbase material is placed. B. Construction: Construct the specified type of subbase to the specified depth, plus 2 feet outside the pavement area. A. Moisture and Density: Compact subbase and provide testing according to Section 2010, 3.09. D. Final Elevation: 1. Trim to the design elevation and shape to the final template with an automatically- controlled trimming machine. Excess material may be salvaged and spread for use on any other approved project location or operation. 2. Conform to the design profile and cross-section to the extent that no point is higher than the designated elevation, and no point is lower than 0.05 foot below the design elevation. 3. Ensure that the top 1 inch of the subbase is uniformly moist prior to paving. 4. Do not allow hauling equipment and other traffic on completed subbase. 31 1000-13 C 3.7 FIELD QUALITY CONTROL 3.. A. Compaction Testing: If it is specified in the contract documents that7twc-e.MraGtoryvill,,, conduct compaction testing, use the services of an independent testing I'aboratdry';° s : 5 approved by the Engineer. CITY C L ER K IOrwA B. Moisture Content and Density: 6i'/1 �j = y' i '"� { 1. Ensure that moisture content falls within a range of optimum moisture to 4% above optimum moisture. 2. Compact cohesive soils to no less than 95% of maximum Standard Proctor Density;and cohesionless soils to no less than 70% of Relative Density. C. Testing: 1. Lab Test: Determine laboratory density of material according to ASTM D 698 or AASHTO T 99 (Standard Proctor Density) or ASTM D 4253 and ASTM D 4254 (Maximum and Minimum Index Density for Cohesionless Soils). Provide at least one analysis for each material type used unless provided by the Engineer. 2. Field Test: a. Perform in-place field density and moisture testing according to ASTM D 2922 and ASTM D 3017 (nuclear) or ASTM D 1556 (sand cone) and ASTM D 2216 (moisture content). b. Frequency: 1) Urban Section: Provide one test per lift per 150 feet. If section is less than 300 feet, perform at least two tests per lift. 2) Rural Section: Provide one test for each 500 cubic yards of material placed, with at least two tests per lift. 3. Test only locations selected by the Engineer. 4. The Engineer may require additional testing if noncompliance or change in conditions occur. D. Test Failure: Rework, recompact, and retest as necessary until required compaction is achieved. END OF SECTION 31 1000-14 FJL E SECTION 32-1316 7 STAMPED AND COLORED CONCRETE 2311�' _ PART 1 GENERAL 711-Yy _ J � , CLERK f 1.1 SECTION INCLUDES ;�- ��'� C T 1 C A. Stamping of new full-depth concrete. B. Coloring of stamped concrete. C. Surface coatings on stamped concrete. 1.2 RELATED REQUIREMENTS A. Section 03 3000 Cast-in-Place Concrete: Concrete mix design; bonding and chemical admixtures; mixing; placement; finishing of concrete surface to tolerance: floating, troweling, and similar operations; frequency and treatment of control joints. 1.3 REFERENCE STANDARDS A. ASTM C109/C109M - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or (50-mm) Cube Specimens); 2013. B. ASTM C309 - Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete; 2011. C. ASTM C979/C979M - Standard Specification for Pigments for Integrally Colored Concrete; 2010. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-Installation Meeting: Conduct a meeting one week prior to start of work of this section. 1. Require attendance of parties directly affecting work of this section, including: a. Installer. b. Contractor's representative. c. Owner's representative d. Landscape architect. 2. Review mock-ups, material sequence, preparation and application, cleaning, protection and coordination with other work. 1.5 SUBMITTALS A. Comply with Section 01-1060 Control of Materials. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Installation methods. C. Maintenance Data: Provide data on maintenance and renewal of applied finishes. 31 1316-1 r ' �-- D. Certificates: Certify that products of this section meet or exceed specified regthrementg and are suitable for intended application. 211FEB -7II: F2 1.6 SUBSTITUTIONS A. Comply with Section 01-1060 Control of Materials. I C�.Evil Il` Y'i\ CITY. IOiWA 1.7 QUALITY ASSURANCE A. Installer Qualifications: Company specializing in performing the work of this section with minimum five years of experience. 1. Submit installer's list of completed stamped concrete projects, including project name and location, name of Architect/Engineer, and type and quantity of materials applied. B. Testing Agency Qualifications: Independent firm specializing in performing testing and inspections of the type specified in this section. 1.8 MOCK-UPS A. Construct mock-up(s) of stamped concrete to serve as basis for evaluation of workmanship. 1. Number of Mock-Ups to be Prepared: One (1). 2. Use same materials and methods for use in the work. 3. Record technique, timed procedures and material used. 4. Minimum Size: 4' by 4'. B. Obtain approval of mock-up by owner's representative before proceeding with work. C. Retain mock-up(s) until completion of work for use as quality standard. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying product name and manufacturer. B. Store and handle materials in accordance with manufacturer's instructions. C. Keep materials in manufacturer's original, unopened containers and packaging until application. D. Store materials in clean, dry area indoors and out of direct sunlight. E. Keep materials from freezing. F. Protect materials during storage, handling, and application to prevent contamination or damage. 1.10 FIELD CONDITIONS A. Do not install materials when air and surface temperatures are below 55 degrees F or above 80 degrees F. B. Do not install materials when rain, snow, or excessive moisture is expected during application or within 24 hours after application. 32 1316-2 PART 2 PRODUCTS 2.1 MANUFACTURERS 231; FEB -7 AM I!; 52 A. Stamping and Coloring Materials: CITY CLERK 1. BrickForm n 1 T Y. 1 0 „A 4050 Color Plant Road Springfield, IL 62702 Phone: 800-624-0261 Website: www.brirckform.com 2. or approved equal. 2.2 STAMPED CONCRETE APPLICATIONS A. Full Depth Stamped Concrete Slab -Type 1: Patterned new concrete. 1. Application(s): As indicated of the plans. 2. Pattern: Running Bond New Brick- Standard FM-5150-S/O. 3. Color is to be achieved as follows: a. Concrete pigment, mixed into concrete prior to placement. 1) Pigment Color: Stone Gray (615). 4. As last step, apply clear sealer. 5. Confirm compatibility of chemical products if supplied from multiple manufacturers. 2.3 INTEGRAL COLORING AGENTS A. Concrete Pigment: Pure, concentrated mineral pigments specifically intended for mixing into concrete and complying with ASTM C979/C979M. 1. Concentration: Base dosage rates on weight of Portland cement, fly ash, silica fume, and other cementitious materials but not aggregate or sand. 2. Packaging: If pigments are to be added to mix at site, furnish pigments in premeasured disintegrating bags to minimize job site waste. B. Concrete Hardener: Premixed, pigmented dry powder densifier, for application prior to concrete set using broadcast method. 2.4 SURFACE TREATMENTS A. Clear Sealer: Suitable for interior and exterior application. 1. Sheen: High gloss, wet look. 2. Color: Clear. 3. Products: a. BRICKFORM; BRICKFORM Gem Seal 400 VOC: www.brickform.com. 32 1316-3 t PART 3 EXECUTION 3.1 EXAMINATION 2t117 FEB -7 AN II: 52 A. Examine surfaces and areas to receive stamped concrete. CITY CLE K B. Verify that utility penetrations and peripheral work are complete. f0'3 A CITY, i0VIA C. Notify Architect/Engineer of conditions that would adversely affect application or subsequent use. D. Do not begin preparation or application until unacceptable conditions are corrected. 3.2 PREPARATION A. Protect adjacent surfaces, areas, adjoining walls, and landscaping from overspray, blown dry materials, and damage due to work of this section. B. Immediately remove dry pigmented materials from surfaces on which they are not intended to be applied. 3.3 STAMPING A. Match approved mock-ups for pattern, color, texture, and workmanship. B. Use release agent to prevent damage to concrete surface or creation of bugholes during mat removal. C. After removal of stamping mats, make minor surface repairs as required. 3.4 CURING A. Protect recently placed materials from premature drying, excessive hot or cold temperatures and mechanical injury until fully cured. 3.5 SURFACE TREATMENTS A. Match approved mock-ups for pattern, color, texture, and workmanship. B. Wait at least 28 days before applying any surface treatment materials or mechanical finishing. C. Clean curing agent residue off surface prior to application of surface treatment materials. D. Sealer/Coating Application: Apply uniformly over entire surface in accordance with manufacturer's instructions. 3.6 PROTECTION A. Do not allow traffic on finished surfaces for the following periods after application: 1. Foot Traffic: Minimum 24 hours. 2. Heavy Traffic: Minimum 72 hours. B. Protect finished work from damage during construction and ensure that, except for normal. END OF SECTION 32 1316-4 SECTION 32-9210 FILED SEEDING 2017 FEB -7 AM 11: 52 PART 1 -GENERAL CITY Ci FRK 1.1 SECTION INCLUDES 10 VIA CITY, IOWA A. Certification of Products B. Acceptance and Warranty C. Seed Types and Mixes D. Equipment E. Application of Seed 1.2 DESCRIPTION OF WORK Includes the requirements for seedbed preparation; furnishing, applying, and covering the seed; and compaction of the seedbed. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials, as well as the following: F. Submit certification of products to the Engineer prior to seed placement: 1. Seed: Submit a laboratory analysis for all seeds, specifying the purity and germination. Provide a lot number on all submittals and labeling. Ensure lot number is the same on all records pertaining to a particular seed. Provide 48 hours notice prior to mixing the seed and give the Engineer an opportunity to witness the seed mixing. Submit a mechanically printed seed tag from an Iowa Crop Improvement Association-approved seed conditioner or grower. 2. Wood Cellulose Fiber Mulch: Submit certification of the degradable wood cellulose fiber mulch ingredients with applicable use and rate, and the water retention capacity by manufacturer or supplier. 3. Wood Excelsior Mulch: Bale wood excelsior and determine the mass (weight). Use the mass of the material,furnished by the manufacturer,to determine the rate of application. 4. Straw Mulch: Certify weight. Furnish a list of the number of bales and a corresponding ticket from an approved scale for the mulch material to be used on the project. 5. Compost: Submit certification of composted organics analysis with U.S. Compost Council's Seal of Testing Assurance (STA), recommended rates of application, and manufacturer's estimated cubic yards per ton. 6. Inoculant: Furnish information from inoculantpackaging. 7. Tackifier: Submit certification of the tackifier ingredients, recommended rates of application, and expiration date. G. Submit written instructions recommending procedures for maintenance of seeded areas. 32 9210-1 I 2017 FEB -7 AN 11: 52 1.4 SUBSTITUTIONSCiT , .. Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY, STORAGE,AND HANDLING Comply with Section 01-1060 Control of Materials, as well as the following: A. Deliver packaged materials in original, unopened, and undamaged containers. Do not mix or blend materials except in the presence of the Engineer. B. Deliver, handle, and store all materials according to product recommendations, and protect from loss, damage, and deterioration. C. Materials not meeting these requirements will be rejected. 1.6 SCHEDULING AND CONFLICTS A. Coordinate the seeding schedule with all other work on the project. Notify the Engineer at least three calendar days prior to the start of seeding operations. B. After all land-disturbing activities are complete and the seedbed has been approved by the Engineer, perform seeding operations. PART 2-PRODUCTS 2.1 SEED A. General 1. Provide fresh, clean, new crop, certified seed complying with tolerance for germination and purity and free of poa annus, bent grass, and noxious weed seed. Furnish all seeds, including grass, legume, forbs, and cereal crop seeds, from an established seed dealer or certified seed grower. All materials and suppliers are to follow Iowa Seed Law and Iowa Department of Agriculture and Land Stewardship regulations, and be labeled accordingly. a. Provide turfgrass with a certified"blue tag"or"gold tag." b. Provide native grass and forbs that are source-identified as GO-Iowa certified "yellow tag,"when available. If GO-Iowa certified"yellow tag"sourced seed is unavailable, or is only available from a single source, a substitution may be approved by the Engineer. 2. Mix seed to the specified proportions by weight. Use methods approved by the Engineer. B. Seed Quality: Ensure the seed provided meets or exceeds the minimum requirements of purity and germination stated on an independent certificate of seed analysis document according to the Association of Official Seed Analysis (AOSA) rules. The seed certification tag and seed analysis document provided must be from the same lot number as shown on the seed tag. Ensure the date of test results is no greater207 than 9 months from the seed application date. Approval of all seed`forugjn — '�'' f' will be based on the accumulated total of Pure Live Seed (PLS)for each phase of 7 F,f � work. PLS is obtained by multiplying purity times germination. PLS shall not be lesss ' C than the accumulated total of the PLS specified. • ' (,'1 T Y, m', If the seed does not comply with minimum requirements for purity and germination and such seed cannot be obtained, the Engineer may approve use of the seed on a basis of PLS or may authorize a suitable substitution for the seed specified. C. Requirements on Containers 1. Seed: Provide seed with a tag on each container. Ensure the seed analysis on the label is mechanically printed. 2. Mulch: When packaged, provide mulch in new labeled containers. 3. Tackifier: Provide tackifier packaged in new labeled containers. 4. Inoculant: Use inoculant that has a manufacturer's container, indicating the specific legume seed to be inoculated and the expiration date.All inoculant must meet requirements of the Iowa Seed Law. Follow precautions specified on the product label. 5. Sticking Agent: Use a commercial sticking agent recommended by the manufacturer of the inoculant. For quantities less than 50 pounds, the sticking agent need not be a commercial agent, but requires approval by the Engineer. Apply sticking agent separately prior to application of inoculant. Follow safety precautions specified on the product label. Table 9010.01: Domestic Grasses Common Scientific Purity Germinatio Name Name (%) n (%) Bluegrass, Poa pratensis 85 80 Kentucky Brome, smooth- Bromus inermis 90 85 LINCOLN Fescue, Festuca rubra 98 85 creeping, red Fescue,tall, Festuca FAWN arundinacea- 98 85 FAWN Orchardgrass Dactylic 90 90 glomerata 32 9210-3 PI ! p 2Ji 7 FES - 1 P? II: 53 Red top Agrostis alba 92 iY t ER K iOV,'. CITY. }U tYA Ryegrass, Lolium perenne 95 90 perennial Wildrye, Elymus 95 85 Canada Canadensis Wildrye, Psathyrostachy 95 85 Russian s junceus 2.2 SEED MIXTURES AND SEEDING DATES See the contract documents for the specified seed mixture. If a mixture is not specified, use the following. The Contractor may submit a modification of the mixture for the Engineer's consideration. A. Type 1 (Permanent Lawn Mixture): Used for residential and commercial turf site and typically mowed. Use between March 1 and May 31 and between August 10 and September 30. Table 9010.06: Type 1 Seed Mixture Common Application Rate lb/acre Name Creeping red fescue 25 2 Turf-type perennial ryegrass 20 2 Turf-type perennial ryegrass 20 3 Kentucky bluegrass cultivar 65 3 Kentucky bluegrass cultivar 65 3 Kentucky bluegrass cultivar 65 1 A commercial mixture may be used if it contains a high percentage of similar bluegrasses; it may or may not contain 2 creeping red fescue. Choose two different cultivars of turf-type perennial ryegrass, at 20 lbs/acre Bach. Choose three different cultivars of Kentucky bluegrass, at 65 lbs/acre each. 32 9210-4 2017 FEB -7 t !I: c3 2.3 STICKING AGENT A. Use a sticking agent that is a commercial material recommended by the miariuf4t4TI} to improve adhesion of inoculant to the seed. For small quantities less than 50 pounds, the sticking agent need not be a commercial agent, but it must be approved by the Engineer and must be applied separately, prior to application of inoculant. B. Follow safety precautions specified on the product label. A sticking agent is not required if a liquid formulation of inoculant is used. 2.4 INOCULANT FOR LEGUMES An inoculant is a culture of bacteria specifically formulated for each legume seed (alfalfa, clovers, lespedesa, and hairy vetch). Ensure the manufacturer's container indicates the specific legume seed to be inoculated and the expiration date. Use inoculant that meets the requirements of the Iowa Seed Law. Follow the safety precautions specified on the product label. 2.5 WATER Use water that is free of any substance harmful to seed germination or plant growth. 2.6 MULCH A. For Conventional Seeding 1. Material used as mulch may consist of thefollowing: a. Dry cereal straw(oats, wheat, barley, or rye) b. Prairie hay c. Wood excelsior composed of wood fibers, at least 8 inches long, based on an average of 100 fibers, and approximately 0.024 inch thick and 0.031 inch wide. The fibers must be cut from green wood and be reasonably free of seeds or other viable plant material. 2. Do not use other hay(bromegrass, timothy, orchard grass, alfalfa, orclover). 3. All material used as mulch must be free from all noxious weed, seed-bearing stalks,or roots and will be inspected and approved by the Engineer prior to its use. 4. The Contractor may use other materials, subject to the approval of the Engineer. B. For Hydraulic Seeding 1. Wood Cellulose: a. Use material that is a natural or cooked cellulose fiber processed from whole wood chips, or a combination of up to 50% of cellulose fiber produced from whole wood chips, recycled fiber from sawdust, or recycled paper(by volume). b. Product contains a colloidal polysaccharide tackifier adhered to the fiber to prevent separation during shipment and avoid chemical co-agglomeration during mixing. 32 9210-5 P I c. Form a homogeneous slurry of material, tackifier, and water. 2017 Frr _ , d. Use a slurry that can be applied with standard hydraulic mulching equipment. '' �' ' S { e. Dye the slurry green to facilitate visual metering during application. - ;_ f. Do not use materials that have growth or germination-inhibiting factorp_or' t �;14 , any toxic effect on plant or animal life when combined with seed. - CI 1 Y. 'O'L" 2. Bonded Fiber Matrix(BFM): a. Produced from long-strand wood fibers, held together by organic tackifiers and bonding agents that, when dry, become insoluble and non-dispersible. b. Upon curing 24 to 48 hours, form a continuous, 100%coverage, flexible, absorbent, erosion-resistant blanket that encourages seed germination. c. Manufactured to be applied hydraulically. d. Physical Properties: 1) Fibers: Virgin wood, greater than 88% of total volume. 2) Organic Material: Greater than 96% of total volume. 3) Tackifier: 8-10%. 4) pH: 4.8 minimum. 5) Moisture Content: 12% +/-3%. 6) Water-holding Capacity: 1.2gal/lb. e. Dyed green to facilitate visual metering. f. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. g. Other products not meeting the requirements of the physical properties listed in item d above may be approved if they meet the following requirements: 1) Contain non-toxic tackifiers that upon drying become insoluble and non- dispersible to eliminate direct raindrop impact on soil according to ASTM D 7101 and EPA 2021.0-1. 2) Contain no germination or growth inhibiting factors and do not form a water-resistant crust that can inhibit plant growth. 3) Hydraulic mulch that is completely photo-degradable or biodegradable. 4) Contain a minimum of 90% organic material according to ASTM D 2974. 5) Have a rainfall event(R-factor)of 140 < R according to ASTM D 6459. 6) Have a cover factor of C<_ 0.03 according to ASTM D 6459. 7) Vegetation Establishment of 400% minimum according to ASTM D7322. 8) Water Holding Capacity 600%minimum according to ASTM D 7367. 3. Mechanically-Bonded Fiber Matrix(MBFM): a. Produced from long-strand wood fibers and crimped, interlocking syntheticfibers. b. Within two hours of application, form a continuous, 100% coverage, flexible, absorbent, porous, erosion-resistant blanket that encourages seedgermination. c. Manufactured to be applied hydraulically. d. Physical Properties: 1) Wood Fibers: 73% minimum. 2) Tackifier: 10% +/- 1%. 3) Crimped, Interlocking Synthetic Fibers: 5% +/- 1%. 4) Moisture Content: 12% +/-3%. 5) Water holding capacity: 1.2 gal/lb. 6) Minimum pH:4.8. e. Dyed green to facilitate visual metering. 32 9210-6 FILED f. All components pre-packaged by manufacturer to ensure mateW 7 FEB _ performance and compliance. Field mixing of additives or any components 7 AM L I. 53 will not be allowed. f E RK g. Other products not meeting the requirements of the physical prop�ertre ' sli t � Intl/ in item d above may be approved if they meet the following requirements: P 1) Contain non-toxic tackifiers that upon drying become insoluble and non- dispersible to eliminate direct raindrop impact on soil according to ASTM D 7101 and EPA 2021.0-1. 2) Contain no germination or growth inhibiting factors and do not form a water-resistant crust that can inhibit plant growth. 3) Hydraulic mulch that is completely photo-degradable or biodegradable. 4) Contain a minimum of 90% organic material according to ASTM D 2974. 5) Have a rainfall event(R-factor)of 175 < R according to ASTM D 6459. 6) Have a cover factor of C<_ 0.01 according to ASTM D6459. 7) Vegetation establishment of 500% minimum according to ASTM D7322. 8) Water holding capacity of 700% minimum according to ASTM D 7367. PART 3-EXECUTION 3.1 EQUIPMENT A. Compost Blower: A compost blower is pneumatic equipment to blow compost over the desired area. It may be equipped with a supplemental seed injection system. Use equipment with sufficient power to cover the required area without driving on the prepared seedbed. B. Cultipacker: Use a pull-type cultipacker with individual rollers or wheels. Cultipackers with sprocket-type spacers between the wheels may be used. The cultipacker must produce a corrugated surface on the area being compacted. Operate the cultipacker separately from all other operations, and do not attach the cultipacker to the seeder or disk, unless combined cultipacker seeder is manufactured to operate as a unit. Make provisions for addition of weight. C. Disk:When preparing a seedbed on ground having heavy vegetation, use a disk with cutaway blades. Make provisions for the addition of weight to obtain proper cutting depth. D. Endgate Cyclone Seeders: Endgate cyclone seeders must be suitably mounted. Movement must be provided by mechanical means. The seed drops through an adjustable flow regulator onto a rotating, power driven, horizontal disk or fan. E. Expanded Mesh Roller: Use equipment that is an open grid type or a cultipacker type, modified by covering with expanded metal mesh. F. Field Tiller: Use equipment designed for the preparation of the seedbed to the degree specified. G. Gravity Seeders: Gravity seeders must provide agitation of the seed, have an adjustable gate opening, and uniformly distribute seed on the prepared seedbed. Use a seed hopper equipped with baffle plates spaced no more than 2 feet apart. The baffle plates must extend from the agitator shaft to within approximately 2 inches of the top of the seed hopper. Wind guards are required to facilitate seeding when moderate wind conditions exist and when ordered by the Engineer. Place wind 32 9210-7 guards in front or in back (or both) of the seed outlet and extend them to nai zh _7 ground line. 411 H. ' H. Hand Cyclone Seeders: Hand cyclone seeders are carried by the person disperisiri seed. The seed drops through an adjustable flow regulator onto a rotating, hand• : 1 T ; driven, horizontal disk or fan. I. Hydraulic Seeder: Use hydraulic seeding equipment with a pump rated at no less than 100 gallons per minute. Inoculant and seed may be applied in a single operation. The equipment must have a suitable working pressure and a nozzle adapted to the type of work. Supply tanks must have a means of agitation. Calibrate tanks and provide them with a calibration stick or other approved device to indicate the volume used or remaining in the tank. J. Mowers: Use mowers that are rotary, flail, disk, or sickle type. Do not use mowers that bunch or windrow the mowed material. A. Mulch Anchoring Equipment: Use mulch anchoring equipment designed to anchor straw or hay mulch into soil by means of dull blades or disks. It should have flat blades or disks, may have cutaway edges, must have a nominal minimum diameter of 20 inches, and must be spaced at approximately 8 inch intervals. The mulch anchoring equipment must be pulled by mechanical means and weigh approximately 1,000 pounds. When directed by the Engineer, increase the weight by addition of ballast. B. Pulverizer: Use equipment designed to break up compacted soil to prepare a seedbed. C. Rotary Tiller: Use equipment with rotary-type blades designed for the preparation of seedbed to the degree specified. D. Slope Harrow: Use a slope harrow, consisting of a rolling weight attached by heavy chain to a tractor. The chain must be of suitable length,with picks attached, and a means of rotating the picks as the rolling weight is pulled in a direction parallel to the movement of the tractor. E. Spike Tooth Harrow: Use equipment designed to provide adjustment of the spike teeth to level the ground, or to be used as specified by the Engineer. F. Straw Mulching Machine: Use a machine to uniformly apply mulch material over the desired area without excessive pulverization. The Engineer may consider excessive pulverization as the general absence of straw longer than 6 inches after distribution. 3.2 AREA OF SEEDING Place seed only in the areas specified in the contract documents. Repair damaged areas that are disturbed outside the contract limits at the expense of the Contractor. Do not disturb areas having a satisfactory growth of desirable grasses or legumes. 3.3 FINISH GRADING AND TOPSOIL See Section 2010 for finish grading and topsoil placement. 32 9210-8 FIS 3.4 CONVENTIONAL SEEDING 2017 FEB -7 AN ; 53 A. Order of Operations: 1) seedbed preparation, 2) seed preparation/applicatic �iodr3) trcn mulching. i0' ';A Cfry. f01,V,L B. Seedbed Preparation,Permanent 1. Limit preparation of seedbed to areas that will be seeded immediately upon completion. 2. Work areas accessible to field equipment to a depth of no less than 3 inches. Use mechanical rotary tillage equipment for the preparation of seedbed on earth shoulders, urban or raised medians, and rest areas. Prepare by hand areas inaccessible to field machinery, to a depth of no less than 2 inches. Use care that the entire width of the shoulder and areas around headwalls, wingwalls, flumes, and other structures are prepared in the manner specified. Where weed growth has developed extensively, they may be disked into the ground. If weed growth develops sufficiently to interfere with proper seedbed preparation, mow the weeds and remove them from the project at no additional cost to the Contracting Authority. Use crawler type or dual-wheeled tractors for seedbed preparation. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Harrow ridging in excess of 4 inches due to operation of tillage equipment prior to rolling with the cultipacker. Roll the area with no less than one pass of the cultipacker prior to permanent seeding. 3. Shape and fine grade to remove rills or gullies, water pockets, undesirable vegetation, and irregularities to provide a smooth, firm, and even surface true to grade and cross-section. For Type 1 (lawn seeding), prepare to a fine texture and without soil lumps. Coordinate preparation of all ditches designated for special ditch control with the seedbed preparation. Till parallel to the contours. 4. Smooth the seedbed with a cultivator-type tillage tool having a rake bar or a rock rake. Pick up and remove all debris, such as rocks, stones, concrete larger than 2 inches (1/2 inch maximum for lawn seeding), or roots and other objectionable material that will interfere with the seeding operation. A spring tooth cultivator may be used in lieu of a rock picker. Remove the rock by hand after each use of the cultivator; repeat the process until the soil is relatively free of rock as determined by the Engineer. 5. Choose equipment to minimize soil compaction. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Roll the area with at least one pass of the cultipacker. Remove ruts that develop during the sequence of operations before subsequent operations are performed. This must be completed just prior to seeding and the work approved by the Engineer before the seeding application. C. Seedbed Preparation, Temporary: Till the soil to a minimum depth of 5 inches with a disk, harrow, or field cultivator. D. Seeding 32 9210-9 dam" if 1. Seed Preparation 2017 _? �1 a. Thoroughly mix all seed specified for the contract prior to placing the seed in the seed hopper. Provide 48 hours' notice prior to mixing the seed;and, CLERK give the Engineer an opportunity to witness the seed mixing. The J'ytxing;ef a certified blue tag seed mix at an approved (by Iowa Crop Improvernent't 1, {' 1 Association) seed conditioner's facility need not be witnessed. b. Treat all legume seed with a commercial sticking agent to be applied prior to application of inoculant, or as a mixture when the sticking agent is compatible with other materials. A sticking agent is not required if a liquid formulation of inoculant is used. Use mechanical mixing equipment to apply sticking agent and inoculant on seed quantities over 50 pounds. c. Inoculate all legumes with a standard product humus culture before being mixed with other seeds for sowing. d. Inoculate all legumes with a standard culture at the rate specified by the manufacturer of the inoculant according to Iowa DOT Article 4169.04. Do not expose inoculated seed to direct sunlight for more than 30 minutes. Re- inoculate seed that is not sown within 8 hours after inoculation prior to use. Pre-inoculated seed with manufacturer's recommended protective coating may be used in lieu of seed with Contractor-applied inoculant. e. When the gravity or cyclone seeder is used for application of seed, inoculate legume seed according to the manufacturer's recommended procedures, before mixing with other grass seeds for sowing. Furnish and apply inoculant. 2. Seed Application, Permanent a. Prior to seeding, the seedbed will be inspected and approved by the Engineer. Use methods and procedures consistent with equipment manufacturer's recommendations; however, do not operate ground-driven equipment at speeds greater than 10 mph. b. On all areas accessible to machinery, sow seed with a gravity seeder, endgate cyclone seeder, or seed drill. c. On areas inaccessible to field machinery, the use of hand-operated cyclone seeders will be allowed, but no other hand-seeding methods will be accepted. d. The application of grass and legume seed with hand seeders on early spring work must be performed as separate operations. No mixing of the two types of seed will be allowed. e. All seeded areas will have one pass with a roller or cultipacker to firm thesoil. 3. Seed Application, Temporary a. On areas accessible to field machinery, sow seed with an endgate cyclone seeder. b. On areas inaccessible to field machinery, the use of hand-operated cyclone seeders will be allowed, but no other hand-operated seeding methods will be accepted. c. Cover the seed by lightly tilling the seeded area with a disk, rigid harrow, spring tooth harrow, or field cultivator. 4. Seeding Outside of the Specified Seeding Dates: With the agreement of the Engineer and at the full responsibility of the Contractor, seeding operations for all seed types may be conducted outside the specified seeding dates. Should the seeded areas require reseeding, it must be done as specified and at no additional cost to the Contracting Authority. a. Dormant Seeding: When winter dormant seeding is allowed or specified by the Jurisdiction, complete it when air temperatures are consistently below 32 9210-10 11 ELessi 40°F and prior to December 25 of a given year. Dormant seedirVis'ribt^ —7 AM i i t 53 allowed on snow. 1) Prepare the seedbed before the ground freezes. r r-r v r j r r �'� 2) To ensure protection of the seed, apply on a frosty morning or befoie Y. � art predicted snow. ..;s Y. IV `�V=A 3) Seeding may be done by hand or with seeding equipment. b. Frost Seeding (Overseeding) 1) Complete frost seeding, also referred to as overseeding, in the spring when the ground is friable from frost action (February 1 to April 1). 2) Frost seeding is not allowed on more than 1 inch of snow. 3) Seeding can be done with a hand-operated cyclone seeder or other equipment. 4) Seedbed preparation will not be required provided the ground is friable from frost action. E. Mulching 1. Mulch all conventionally seeded areas the same day the seed is sown. Uniformly distribute the mulch over the required areas at a rate of 1.5 tons/acre for dry cereal straw, or native grass straw. Prairie hay is not suitable for Type 1 (lawn seeding). 2. Work the mulch into the soil with mulch anchoring equipment designed anchor the mulch into the soil by means of dull blades or disks with a minimum of two passes. Operate equipment in a manner to minimize displacement of the soil and disturbance of the design cross-section. 3.5 HYDRAULIC SEEDING A. Order of Operations: 1. Seedbed preparation 2. Seed application and mulching B. Seedbed Preparation: Follow seedbed preparation for conventional seeding. C. Seed Preparation: Inoculant, in the quantities specified above, may be applied directly into the supply tank with seed, water, and othermaterial. D. Seed Application and Mulching: 1. Place all material, seed, mulch, and tackifier(if applicable) in hydraulic mulching equipment specifically manufactured for hydraulic seeding. 2. Ensure the hydraulic equipment, pump, and application process do not damage or crack seeds. 3. Mix materials with fresh potable water using a combination of both recirculation through the equipment's pump, and mechanical agitation to form a homogeneous slurry. 4. Apply mixture within 1 hour after seed is placed in the hydraulic seeder. 5. If necessary, dampen dry, dusty soil, to prevent balling of the material during 32 9210-11 FIL 20!7 F`"` —7 l iii: = 43 6. Apply the slurry evenly over all specified areas at component material rates sped�R a. Wood Cellulose Mulch: CTY. !O\ 1) Mulch: Minimum 3,000 lb/acre dryweight. 2) Tackifier: Minimum 50 lb/acre. b. Bonded Fiber Matrix: Minimum 3,000 lb/acre dryweight. c. Mechanically-bonded Fiber Matrix: Minimum 3,000 lb/acre dry weight. 7. Retain and count empty bags of mulch to ensure final application rate. 8. Hydromulching may be done over conventional seeding, if approved by the Engineer. 3.6 WATERING A. Provide water, equipment,transportation,water tanker, hoses,and sprinklers. B. Use enough water to keep the soil and mulch moist to a depth of 1 inch and ensure growth of the seed. For turfgrass seeding areas, sufficiently water to keep the soil moist for a minimum of 21 days. If natural rainfall is adequate to keep the soil and mulch moist, artificial watering may not be needed. 3.7 RE-SEEDING A. When all work related to seeding and/or mulching has been completed on an area, and is washed out or damaged, re-seed and/or mulch the area at the contract unit price(s) when so ordered by the Engineer. 3.8 CLEAN UP All work related to clean up throughout the project and upon completion is the responsibility of the Contractor, at no additional cost to the Contracting Authority. A. Remove all excess materials, debris, and equipment upon completion of work. B. Clean all paved surfaces open for public use at the end of each day and prior to forecasted precipitation. C. Repair any damage resulting from seeding operations. D. Remove hydraulic slurry and other excess debris related to seeding operations from buildings, landscaping, mulch, pavement, signs, sign posts, and any other areas not specified for application, at the end of each day. 3.9 ACCEPTANCE AND WARRANTY A. Acceptance 1. Guarantee in writing that all work has been completed as specified and provide the date that all activities were completed. When a warranty is a separately-bid item, this also establishes the beginning of the warranty period. 32 9210-12 2. Acceptance will occur, provided seeded areas are in a live, healthy, groa�Vj i,F , and well-established condition without eroded areas, bare spots, weeds, r� ^ •�.� undesirable grasses, disease, or insects. !; . 11'3K a. Projects without a separately-bid warranty will be accepted no sooner than 60 • C days from the date that all activities were completed. s -"l i Yi n". '\ b. When a warranty is established as a bid item and the warranty period excludes 60 days, projects may be accepted after all specified work, excluding the warranty, is satisfactorily completed, and a supplemental contract for the warranty is executed according to the Code of Iowa Section 573.27. B. Warranty 1. Required only when established as a bid item by the Engineer. 2. The warranty is to guarantee completed seeding areas for a maximum period of twelve months. 3. During the warranty period, correct and reseed any defects in the seeded areas and grass stand, such as weedy areas, eroded areas, and bare spots, until all affected areas are accepted by the Engineer. 4. Replace or repair to original condition, all damages to property resulting from the seeding operation or from the remedying of defects, at the Contractor's expense. 5. Replacement costs are the Contractor's responsibility, except for those resulting from loss or damage due to occupancy of the project in any part, vandalism, civil disobedience, acts of neglect on the part of others, physical damage by animals, vehicles, fire, or losses due to curtailment of water by local authority, or by"Acts of God." END OF SECTION • 32 9210-13 P SECTION 32-9220 SODDING 2017 FEB -7 f,M I!: 53 PART 1 -GENERAL CITY CLERK. I tr A CITY. 13WA 1.1 SECTION INCLUDES Sod Installation 1.2 DESCRIPTION OF WORK This section includes preparation of the sodbed, furnishing and installing sod, fertilizing, watering, and maintenance for completed sodded areas. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials, as well as the following: A. Sod grower's certification of grass species and location of sources. B. Certification of the fertilizer analysis. C. Written instructions recommending procedures for maintenance of sodded lawns, prior to final acceptance of sod. 1.4 SUBSTITUTIONS Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY, STORAGE, AND HANDLING Comply with Section 01-1060 Control of Materials, as well as thefollowing: A. Harvest, deliver, and transplant sod within a period of 24 hours unless a suitable preservation method is approved by the Engineer prior to delivery. B. Do not harvest or transport sod when moisture content may adversely affect sod survival. C. Protect sod that cannot be placed immediately on delivery from sun, wind, dehydration,and rain prior to installation. D. Sod showing visible signs of heating or dehydration will be rejected. E. Do not tear, stretch, or drop sod during handling and installation. F. Deliver fertilizer to the site in original, unopened, and non-damaged containers, each bearing the manufacturer's guaranteed analysis. G. Store packaged materials off the ground and protect from moisture and deterioration. 32 9220-1 Fli ED 1.6 SCHEDULING AND CONFLICTS A. Notify the Engineer at least 3 calendar days prior to start of sodding operation ` B. Perform sod installation after planting and other work affecting ground$urfar�esnr completed, or as approved by Engineer. PART 2 - PRODUCTS 2.1 SOD A. Provide a well-established (no less than 18 months old), well rooted, healthy, nursery- grown sod blend of improved Kentucky Bluegrass with a uniform color, leaf texture, density, and varieties consisting of a minimum of three cultivars selected from the following list: Allowed Kentucky Bluegrass Cultivars: 4-Seasons Liberator Arrowhead Midnight Award NuBlue Beyond NuDestiny Blue Chip Plus NuGlade Concerto Rubicon Everest Rugby II Everglade Rush B. Sod grown in peat bedded soil will not be accepted. C. Ensure sod is free from objectionable grasses and broadleaf weeds, roots of trees or shrubs, stones, thatch, and other objectionable materials, nematodes and soil-born insects, and free from disease. Sod will be considered free of weeds if less than two such plants are found per 100 square feet of area. D. Mow at a height of 2 inches prior to cutting. E. Cut sod with a sod machine in strips of uniform width and length, with square ends. Cut to a uniform soil thickness of approximately 1 inch; thickness measurement excludes top growth. F. Ensure sod is moist when placed. 32 9220-2 53 2.2 STAKES 3 ° "" D A. Softwood Stakes: 3/4 inch diameter and 8 inches long. 2f1IR -7 II: B. Steel Pins: Tee shaped with a 4 inch head and 8 inch leg. CITY CLERK FLa=4A^ CITY. IC 'Vt" 2.3 WATER Unless otherwise specified in the contract documents, provide water and watering equipment such as hoses and sprinklers. Provide water free of substances harmful to plant growth. PART 3 - EXECUTION 3.1 PREPARATION OF SODBED A. Limit preparation to areas that will be immediately sodded. B. Where weed growth has developed, remove all weeds and weed debris. C. Shape and fine grade sodbed to remove washes or gullies, water pockets, and irregularities. Provide an even surface, true to grade and cross-section. D. Rototill and cultivate sodbed to a fine and mellow condition to a minimum depth of 3 inches. Clear the top 3 inches of soil lumps, stones over 3/4 inch, and foreign material using hand labor as required. 3.2 SOD INSTALLATION A. Do not install sod between the dates of June 15 and August 15, unless authorized by the Engineer. B. Do not lay frozen sod; do not lay sod on frozen soil or when freezing conditions are forecasted within 24 hours. C. Dampen dry soil prior to placing sod. D. Firm or heal in soil along the edges of the sodded areas. E. Carefully place sod in rows or strips evenly, with the longest edge parallel to the finished contours, and at right angles to the centerline of ditches and channels. On slopes, begin placing sod at the bottom and progress upward. F. Minimize traffic on newly laid sod during installation. Provide plank or wood sheets to protect sod already laid from equipment and vehicles. G. Tightly fit each strip against each other without voids. Do not overlap edges. Stagger joints at the ends of sod strips with adjacent strips of sod. H. Finish sod edges at walks, curbs, planting, mulch edges, and other vertical surface by cutting and fitting tightly to edge. 32 9220-3 I. Place sod mat approximately 1 inch below finished surface of walks, pavement, curbs, or other permanent features. Remove any sod not conforming to this regtrit_adjus the _ subgrade, and re-lay the sod. ' in, J. Where new sod joins existing lawns, cut straight and neatly into existing;'awn and level, subgrade to match height. K. Stake sod on grades exceeding 4:1 and in drainage channels. Stake each roll at 2 foot intervals or as required to prevent movement during rainfall and stormwater runoff events. L. Roll lightly-watered sod with a small mechanical or hand sod roller to sufficiently set or heal sod into soil and remove lumps. Roll as required to firm and level the sodded areas. 3.2 WATERING A. Water sod within 1 hour of placement. During initial watering, thoroughly wet sod and sodbed. B. Water all sodded areas during the maintenance period as necessary to maintain sod and soil moisture, supplement rainfall, promote growth and proper rooting, ensure sod survival, and prevent dormancy. C. Apply water uniformly and consistently on all sodded areas to prevent damage to sod, trees, and shrubs. 3.3 MAINTENANCE A. Begin maintenance immediately following installation of sod and continue for a period until the sod is well established with sod rooted in place. B. Maintenance of sodded areas includes: 1. Watering. 2. Weeding. 3. Mowing. Once sod has grown to a height between 3 and 4 inches, mow to a 2 to 2 1/2 inch height. 4. Remove and replace sodded areas that fail to survive. 3.4 CLEAN UP A. Remove all excess materials, debris, and equipment from site. B. Clean all paved surfaces. C. Repair any damage resulting from sodding operations. 32 9220-4 3.5 ACCEPTANCE - . , A. Sod acceptance will be based on the following criteria: 2G!J FEB -7 m�t , 4 1. All requirements for the completed installation and maintenance have been May CURL( 7,1T�' ir. f I. 2. Sodded areas are healthy and even-colored, and a viable lawn is established, free from weeds, undesirable grass species, disease, and insects. 3. Sod is knit down to the soil so that it cannot be pulled up. 4. Sodded areas are without scattered bare spots and dead or dormant sod. 5. Clean up operations are completed. B. Replacement sod work will be re-inspected before acceptance. END OF SECTION 32 9220-5 f,. SECTION 32-9300 1 ,. Fn PLANT MATERIAL AND PLANTING PART 1 -GENERAL 2'.1177B -7 1J: 3 1.1 SECTION INCLUDESIOWA CITY CLr t,; CI T Plant Material and Planting A. Warranty for Plant Material 1.2 DESCRIPTION OF WORK A. Furnishing and installing plant material. B. Maintaining and replacing plants for completed planting work. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials, and as follows: A. Submit copy of current certification that the Supplier is an Iowa Department of Agriculture and Land Stewardship Certified Nursery Dealer or Grower prior to starting work. B. Prior to final acceptance, submit written maintenance instructions recommending procedures for maintenance of all plant material types, including watering, insect and disease control, fertilizing, pruning, tree wrapping, and staking. C. When requested, provide certification stating container-grown material has been grown in the container for no less than 1 year. D. When requested, submit a schedule of unit prices for each size and variety of tree, shrub, and ground cover plant specified in the contract documents. 1.4 SUBSTITUTIONS Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY, STORAGE, AND HANDLING Comply with Section 01-1060 Control of Materials, and as follows: A. Protect plant root systems during transportation and storage, as necessary, with wet straw, moss, or other suitable material that will ensure root systems are maintained in a moist, healthy condition. C. Protect all plants with a tarpaulin when being transported in an open vehicle. D. When approved by the Owner's Representative, temporary storage of plants on the project site may be allowed. When temporary on-site storage is not approved, provide such facilities and location at no additional cost to the Contracting Authority. E. During temporary storage, heel-in plants and maintain them by providing moist straw, moss, or other suitable material to protect root systems; watering; and protecting from excessive sun, wind, and inclement weather conditions. This will provide a healthy, vigorous plant when planted. 32 9300-1 PART 2 - PRODUCTS Po pn 2.1 PLANT MATERIALS i A. General: 1. Ensure plant material meets the minimum requirements of size and grade as 'l f. in the latest edition of American Standard for Nursery Stock, ANSI Z60.1." ``''' t, ' "`-4 2. Provide all plants true to name and tagged legibly as to name according to nursery standards of practice as recommended by the American Nursery and Landscape Association. Plant names indicated comply with the latest edition of"Standardized Plant Names" as adopted by the American Joint Committee of Horticultural Nomenclature. 3. Plants larger than those specified in the plant list with corresponding root system may be used upon approval of the Owner's Representative. 4. Match plants planted in rows in form and size, unless otherwise specified in the contract documents. B. Plant Material Quality: 1. Provide nursery grown plants grown in the same climatic zone as the project. 2. One-sided branching plants from tightly planted nursery rows will be rejected. 3. Provide healthy specimens without objectionable deformities, voids, and open spaces, with well-developed branch and root systems. Ensure specimens are true to height, shape, and character of growth of the species or varieties. Provide plants showing appearance of good health and vigor. 4. Provide plants free of the following: a. Harmful insects, insect eggs, borers, and all forms of infestation b. Plant diseases and moldy or dried roots c. Damage to trunk, bark, branches, leaders, root systems, or cut-leaders d. Defects, disfiguring knots, sunscald injuries, and frost cracks e. Rodent damage to bark and buds 5. Plants with broken or cut back terminal leaders may be rejected. C. Balled and Burlapped Plants: 1. Provide firm, moist, unbroken root balls of the specified size. 2. Broken or loose root balls will be rejected. 3. No manufactured or artificially produced or mudded-in root balls will be accepted. 4. A container grown plant, in lieu of a balled and burlapped root ball, will be accepted provided it meets the specified size, complies with American Standard for Nursery Stock (ANSI Z60.1), and meets criteria for container grown plants. D. Container Grown Plants: 32 9300-2 1. Grow plants in sufficiently sized container for a minimum of 1 year, wittra root system developed to hold its soil together, firm, whole, and moist when taken from Rr, r the container. ; .,_ - -- 2. 2. No loose root systems in the container, root-bound, or circling of the-root system will be accepted. E. Bare Root Plants (BR): 1. Only use where specified in the contract documents or as approved by Owner's Representative. 2. Ensure plants have substantially all of the root system intact, with clean cuts on roots. Root system is to be packed in moisture-retaining material and bagged to protect the root system from drying out. 3. Prior to planting, properly prune and sweat according to the nursery source instructions. 4. Ensure plants are dormant or breaking bud if sweated at the time of planting. 5. Do not plant later than May 15. 2.2 MULCH Provide hardwood or softwood mulch complying with the following: A. Shredded bark and shredded wood mixture containing no more than 50%wood chips. B. Produced by a mechanical debarker and chipping machine. C. Reasonably free from leaves, twigs, dust, toxic substances, and any other foreign material. D. Not in an excessively wet or decomposed condition. 2.3 BACKFILL MATERIAL A. Shall be comprised of 1 part Compost to 3 parts material acquired from excavation of the planting pit. B. Ensure backfill material is loose, friable, and free of clods and rocks 2 inches in diameter or larger. Do not use frozen or muddy soil as backfill material. 2.4 GUYING MATERIAL A. Earth Anchors: 1. Steel auger type with looped end; minimum 3/4 inch diameter, 36 inch long anchor shank, with 5 inch minimum diameter anchor disk. 2. Driven style earth anchors with a minimum 1,000 pound capacity in normal soils. B. Cable: 1/8 inch galvanized wire rope or equivalent cable with a minimum 1,500 pound capacity. Provide cable with ends clean and unfrayed. C. Cable Clamps: Match size and strength of cable. Provide two for each end of cable. D. Flagging Material: Brightly colored, minimum 12 square inches. 2.5 TREE WRAPPING MATERIAL FOR WINTER PROTECTION 32 9300-3 !TANEN 4 inch wide bituminous impregnated tape, corrugated or crepe paper, specifically I I E manufactured for tree trunk wrapping, having qualities to resist insect infestation, or similar material approved by the Owner's Representative. I � -� Z �1� LL. r�' jIt; �^ 2.6 WATER c Provide water and watering equipment such as hoses and sprinklers. Provide Water=frb1' substances harmful to plant growth. 2.7 HERBICIDE Provide a granular pre-emergent herbicide as approved by the Owner's Representative. PART 3 - EXECUTION 3.1 ALLOWABLE PLANTING DATES Install plant material during the following times: A. Evergreen Plants: September 1 to October 15 and prior to June 1, but not after candles exceed 1 inch. B. Deciduous Plants (Balled and Burlapped and Container): August 15 to November 15 and in the spring prior to June 1. C. Deciduous Plants (Bare Root): In the spring prior to May 15. D. Weather Restrictions: Planting may be conducted under unseasonable conditions, except in weather below 32°F or above 90°F. No variance from plant warranty or other requirements will be given for plants installed outside the specified periods. 3.2 PREPARATION A. Provide notice to the Owner's Representative 3 days prior to planting. B. All plants will be inspected by the Owner's Representative prior to planting. Plants may be inspected and approved at the place of growth by the Owner's Representative for compliance with the specifications for quality, size, and variety. Such approval does not waive the right to reject any plant material after it has been delivered to the site and/or installed. C. Provide barriers or fencing as approved by Owner's Representative to protect the public from injury when planting installation is within the right-of-way. 3.3 LOCATION OF PLANTS A. Mark the location of all plants with flags or lathe according to the contract documents. Mark trees individually. Stake the outline of bedded plants or shrub groups for the quantity on the plans without marking individual plants. The Owner's Representative will approve the locations marked prior to excavation of planting pits and tree drainage wells. B. Make field adjustments in plant locations where underground or overhead obstruction is encountered, or where changes have been made as approved by the Owner's Representative. 3.4 EXCAVATION OF PLANTING PIT 32 9300-4 A. Excavate the plant pit, centered at the location marks, cylindrical in shape With a diameter 1 1/2 to 2 times larger than ball or root condition, with vertical sides and flat or saucer-shaped bottom. Excavate plant pit to a depth to match'1hiei uiseiy gradb pf- the root crown for all balled and container root systems. Excavate plant pit to a depth 6 inches deeper for bare- rooted systems. B. Scarify sides of excavated pit. C. Following excavation of planting pit for all trees, fill the pit full of water; allow to stand (without adding water) for an 18 hour period to determine porosity of the soil. D. If the Owner's Representative determines the soils are too impervious, provide a planting well. 3.5 PLANTING A. Balled and Burlapped and Container Plants: 1. Ensure root systems are moist at the time of planting. 2. Remove all ties and wrap from branch system, except plant identification. 3. Container Plants: a. Remove plant root system carefully from container prior to planting without disturbance to root systems. b. Inspect root system and cut any circled (girdled)roots. c. Place plants centered, upright, plumb, and with desired orientation in planting pit with the root crown matching existing grade. 4. Balled and Burlapped Plants: a. Place plants centered, upright, plumb, and with desired orientation in planting pit with the root crown matching existing grade. b. After plant placement, cut and remove burlap from root ball. 5. Carefully place and compact backfill material in layers, filling all voids until two thirds of plant pit is complete; fill pit with water and allow soil to settle. 6. Lightly compact the settled topsoil. 7. Continue placing backfill material and form a 3 inch deep saucer around plant. 8. Water plant and surrounding area until thoroughly moist. B. Planting on Slopes: 1. Place the top of the root crown at or slightly above the finished grade at the center of the planting pit. 2. For all plants planted on significant slope, form a saucer as a dam or shoulder on the downhill side to catch and hold water and to discourage erosion. 3.6 MULCHING A. Dig edges of mulched areas to ensure the top of the mulch at the edge of the 32 9300-5 planting area matches the existing ground surface. 33 B. Place mulch 3 inches deep in the planting saucer within 2 caleiadar,d airs atplantip . C. Mulch an 18 inch radius area around tree trunks and shrub branch lines. GI i CLERK D. Provide a continuous mulch area around plant groupings. +atn rlT,, ��. •. E. Following mulch placement, pull mulch back 1 to 2 inches from the base of all trees and shrubs to allow air circulation. F. Thoroughly water mulched areas. Rake to a smooth finished surface. 3.7 WRAPPING A. When specified in the contract documents, or when directed by the Owner's Representative, wrap the trunk of deciduous trees in the fall of the year in which the tree is planted. B. Inspect the trunk for injuries and evidence of insect infestation prior to wrapping. C. Wrap trunks spirally from ground line by overlapping one-half of the tree wrapping material and completely cover trunk to the height of the first branch. D. If necessary, secure wrapping material with twine or paper tape wound spirally downward in opposite direction, with ties around tree in at least three places in addition to top and bottom. E. Remove wrapping material by April 1 of the next spring. 3.8 STAKING AND GUYING A. General: 1. Maintain all plants in an upright and plumb condition. 2. Complete staking or guying by the end of the day in which they were installed for all single stem plants over 1 inch diameter. 3. Do not stake clump form plants and plants in paved pedestrian areas unless approved by the Owner's Representative. B. Guying: 1. Provide three earth anchors and cables for evergreen trees 10 feet and taller and deciduous trees over 4 inches in diameter. Locate one anchor on the southwest side of the tree with remaining anchors equally spaced. 2. Locate the anchor a distance from the trunk equal to 1/3 of the tree height. 3. Attach the cable with a hose protector to the trunk between 1/3 and 1/2 of the tree height, or near the lowest main branches for deciduous trees. 4. Screw an auger style anchor into unexcavated soil until only the looped top is exposed. Install driven style anchors a minimum of 2 1/2 feet into the soil. 5. Secure cable to anchor with slight slack in cable; mark all anchor cables with flagging material. 32 9300-6 6. Install manufactured staking system according to the manufactured— published recommendations. C. Removal: Remove all staking and anchoring materials from afi'plahts=af'tiie end i• of the establishment period and remove from site. CITY CLERK 3.9 PRUNING IOWA CITY, IQ',' A A. General: 1. Provide proper and sharp pruning tools to provide a clean cut without injuring the branch collar. 2. Prune in such a manner as to retain the natural shape of the plant. Do not prune the terminal leader of a plant. Leave no protruding stubs, and prune to the closest outward growing bud. 3. Plant materials incorrectly pruned will be rejected. B. Deciduos Trees: 1. Prune broken, damaged, or otherwise defective branches. Remove all branches that may not develop properly. Also, eliminate narrow crotches or competing leaders. 2. Prune to develop an upright leader that will promote the symmetry of the tree. Prune flowering or specimen trees to develop their natural form. 3. Prune all trees in Class A sidewalks or other paved pedestrian areas to provide a 7 foot height clearance, unless otherwise directed by the Owner's Representative. C. Evergreen Trees and Shrubs: Remove dead and broken branches. D. Deciduous Shrubs: Remove dead or irregular branches. 3.10 CLEAN UP A. Perform cleaning during installation and upon completion of work. B. Remove all excess materials, trimmings, branches, soils, debris, and equipment from the site. C. Repair any damage resulting from planting operations. D. Clean all paved areas with a broom. E. Remove all tags and labels from plants following acceptance by the Owner's Representative. 3.11 ESTABLISHMENT AND WARRANTY PERIODS AND ACCEPTANCE A. Establishment/Warranty Period: The plant establishment/warranty period is 1 year after the installation is accepted by the Owner's Representative. A plant inspection will be made by the Owner's Representative prior to the expiration of the establishment period. B. Maintenance: Care for all plants prior to final acceptance by the Owner's Representative as required to keep plants in a live, healthy growing condition. 32 9300-7 a gym"" g� 1. Prune plants to maintain a desirable shape. 2. Remove weeds and grasses from planting beds and mulch areas. AI?77 -7 herbicide to control weed growth when directed by the Owner's Representative. 3. Water as required to enhance early root growth and maintain a moist s CIT,; moi{ CI r Y. In 4. Adjust stakes and ties to maintain plant in an upright and plumb condition. 5. Re-set settled plants to proper grades and position. Restore planting saucer and mulch; add backfill material and mulch as may be required. 6. Apply appropriate insecticides and fungicides necessary to maintain plants free of insects and disease. C. Plant Condition: Ensure all plants are in a live, healthy, and growing condition both at the date of acceptance of the installation by the Owner's Representative, at the end of the D. Replacement: Replace all plants not found to be in a live, healthy, and growing condition during inspection at the 1 year establishment period/warranty period (if specified) at no additional cost to the Contracting Authority. 7. Upon notice from Owner's Representative, remove rejected plants from the site and replace with plant material of the same species and size as originally specified. Install replacement plants complying with the contract documents. 8. Plants damaged due to fire or flooding beyond the contractors control or ice storms, hail, tornados, or acts of vandalism do not require replacement. END OF SECTION 32 9300-8 Fw SECTION 33-4600 6 F SUBDRAINS AND FOOTING DRAIN COLLECTORS FE _7 th. S4 PART 1 -GENERAL CITY CLFRK i0 ','AC1!Y, I0k', 1.1 SECTION INCLUDES A. Subdrains B. Subdrain Cleanouts and Outlets C. Footing Drain Collectors D. Storm Sewer Service and Connections 1.2 DESCRIPTION OF WORK A. Construct subdrains, subdrain cleanouts and outlets, and footing drain collectors. B. Construct storm sewer service and connections. 1.3 SUBMITTALS Comply with Section 01-1060 Control of Materials. 1.4 SUBSTITUTIONS Comply with Section 01-1060 Control of Materials. 1.5 DELIVERY, STORAGE, AND HANDLING Comply with Section 01-1060 Control of Materials. 1.6 SCHEDULING AND CONFLICTS A. Notify the Engineer at least 3 calendar days prior to start of operations. PART 2 - PRODUCTS 2.1 FOOTING DRAIN COLLECTORS A. Polyvinyl Chloride Pipe and Fittings (Solid Wall PVC): 1. Comply with ASTM D 3034, minimum thickness SDR 35, 46 psi minimum pipe stiffness. 2. Use PVC plastic conforming to ASTM D 1784, Cell Classification 12454. 3. Integral bell and spigot type rubber gasket joint complying with ASTM D 3212 and 33 4600-1 FILED ASTM F 477. B. Corrugated Polyvinyl Chloride Pipe and Fittings (Corrugated PVC Olt FEB -7 AM If: 5L 1. Use corrugated exterior, smooth interior, PVC. CITY CL PRI{ f y D',V ;07,1,A CITY, �l.' ,'i,'-f, 2. Comply with ASTM F 949, minimum pipe stiffness, 46 psi. 3. Use PVC plastic complying with ASTM D 1784, Cell Classification 12454. 4. Integral bell and spigot type rubber gasket joint complying with ASTM D 3212 and ASTM F 477. C. High Density Polyethylene Pipe and Fittings (HDPE): 1. AASHTO M 252 or M 294, Type S corrugated exterior and smooth interior. 2. Integral bell and spigot joints with 0-ring rubber gasket meeting ASTM F477. 2.2 TYPE 1 SUBDRAINS (LONGITUDINAL SUBDRAIN) A. Polyvinyl Chloride Pipe and Fittings (Solid Wall PVC): 1. Slot subdrain pipe according to ASTM F 949 or perforate with four rows of 1/4 inch to 3/8 inch diameter holes along the bottom of the pipe. B. Corrugated Polyvinyl Chloride Pipe and Fittings (Corrugated PVC): 1. Slot subdrain pipe according to ASTM F 949. C. Corrugated Polyethylene Tubing and Fittings (Corrugated PE): 1. Comply with AASHTO M 252, Type C, corrugated interior and exterior or Type S, corrugated exterior and smooth interior. 2. Use only fittings supplied or recommended by pipe manufacturer for soil tight service. 3. Slot or perforate according to AASHTO M 252, Type CP or Type SP. 2.3 TYPE 2 SUBDRAINS (COMBINATION SUBDRAIN/FOOTING DRAIN COLLECTOR) A. Perforate all pipe per the following requirements: B. Solid Wall PVC Pipe: Comply with ASTM F 949 or perforate with four rows of 1/4 inch to 3/8 inch diameter holes along the bottom of the pipe. C. Corrugated PVC Pipe: Comply with ASTM F 949. D. HDPE Pipe: Comply with AASHTO M 252 or M 294, Type CP or Type SP. 33 4600-2 Fft Pr) 2.4 POROUS BACKFILL MATERIAL A. Crushed Stone or Processed Gravel: Comply with Iowa DOT Article 4101p2-,"'h Gradation No. 29 in the Aggregate Gradation Table and the quality requirements of t'!= 51 Iowa DOT Section 4131. u j , 1 ilF B. Pea Gravel: Comply with Iowa DOT Article 4109.02, Gradation No. 20 or No. 21 ' J in the Aggregate Gradation Table and the quality requirements of Iowa DOT Section 4131. 2.5 SUBDRAIN OUTLETS A. Corrugated Metal Pipe (CMP): 1. Comply with AASHTO M 36, Type 1. 2. Zinc coating complying with AASHTO M 218. 3. Use a corrugated steel circular section with annular or helical corrugation. 4. Minimum thickness of 0.052 inch. B. Corrugated HDPE: 5. Pipe to be double-walled. C. Coupling Bands: Match annular or helical corrugations on coupling bands to pipe ends. D. Rodent Guard: Comply with Iowa DOT Materials I.M.443.01. 2.6 SUBDRAIN OR FOOTING DRAIN CLEANOUTS A. Type A-1 or A-2 Cleanouts: 1. Use 8 inch riser pipe of the same material as the adjacent subdrain or footing drain pipe. 2. When a PVC cap is used on top of the cleanout, drive a 1 foot length of reinforcing steel into the ground immediately adjacent to the cleanout to allow future location. B. Type B Cleanouts: 1. Use 24 inch diameter Class III RCP riser for subdrain 8 inches or smaller. Use 30 inch diameter Class III RCP riser for 10 inch and 12 inch subdrains. 2. Manufactured cleanouts may be used with the approval of the Engineer. C. Castings: Use a heavy duty cast iron casting. 33 4600-3 3- t r) 2.7 ENGINEERING FABRIC Use fabric complying with Iowa DOT Article 4196.01. 2017 FEB -7 j : 5t CITY CLERK 2.8 STORM SEWER SERVICE STUBS IOWA CITY I0W.A Use materials complying with City Standards. PART 3 - EXECUTION 3.1 SUBDRAINS A. Install Type 1 or Type 2 subdrain where specified in the contract documents.. 1. Excavate trench and provide pipe bedding and backfill as shown on the figures. Install engineering fabric if specified in the contract documents. 2. Begin subdrain installation at the outlet and continue upgrade. 3. Lay subdrain pipe to the proper line and grade. Place pipe with the perforations down. 4. If concrete pipe is specified for Type 2 subdrains, wrap exterior of each joint with engineering fabric and do not use joint sealant. 5. Place porous backfill material over installed pipe in layers no more than 6 inches thick. Thoroughly tamp each layer with mechanical tampers. 6. Restore pavement subbase material, shoulder material, or ground above subdrain trench as applicable. B. Provide cleanouts where specified in the contract documents. C. Provide outlets where specified in the contract documents. 1. Install a rodent guard on all subdrain outlet pipes 6 inches and smaller. 3.2 FOOTING DRAIN COLLECTORS A. If specified, install engineering fabric. B. Provide cleanouts and connections where specified in the contract documents. 1. Connect footing drain sewer collectors to storm sewer manhole or intake. 2. Provide fabricated or preformed wye or tee service fitting for each platted lot or building. C. Provide manholes, where specified. 3.3 FOOTING DRAIN SERVICE STUBS 33 4600-4 A. Provide footing drain service stubs at locations specified in the contractdocuh B. Install wye or tee for each service connection. 21WI ro _7 1. For new storm sewer and footing drain collector construction, except ••swers, . install wye or tee fittings according to the manufacturer's re uirement . ` E,L,f.:si 2. For existing storm sewers, existing footing drain collectors, and all RCP sewers, saw or drill a neat hole in main and install preformed saddle wyes or tees according to the manufacturer's requirements. C. Install footing drain service stub to a location 10 feet beyond the right-of-way line or as specified in the contract documents. 1. For undeveloped properties, place a watertight stopper or plug in the end of the storm sewer service. 2. For reconnection of existing service pipe to new sewer service pipe, use a manufactured flexible connection. END OF SECTION 33 4600-5 SHIVCI—IATTCRY 'Tuesday datiudry 31,2017 ARCHITECrURE•ENGINfERING .0 "n11c77r± _7 fV 1s14 . :ti FRAUENHOLTZ-MILLER PARK PROJECT 2016 _ .,_ Opinion of Probable Construction Costs UNIT TOTAL ITEM NO. ITEM UNIT PRICE QUAN. PRICE BASE BID General 1 Mobilization LS $ 12,000.00 1 $12,000.00 Surfacing 2 Demo and Removals SY $20.00 279 S5.580.00 3 Ramps each $1,700.00 3 $5,100.00 4 PCC Sidewalk,6" SY $45.00 1335 $60,075.00 Site Work and Landscaping 5 Electrical Conduit,2"PVC LF $10.00 100 $1,000.00 6 Erosion Control LS $2,200.00 1 $2,200.00 7 6"perforated PVC and Rock Chamber LF $24.00 150 $3,600.00 8 6"PVC LF $20.00 140 $2,800.00 9 Earthwork LS $5,000.00 1 $5,000.00 10 Trees each $500.00 17 $8.500.00 11 Sodding SQ $50.00 22 $1,100.00 12 Seeding LS $2,500.00 1 $2,500.00 13 Play Area Mulch CY $95.00 112 $10,640.00 Site Amenities 14 Shelter each $18,000.00 1 $18,000.00, 15 Bike Racks each $800.00 1 $800.00 16 Trash Cans each $725.00 2 $1,450.00 17 Benches each $925.00 3 $2,775.00 18 Water Fountain/sump/Back Flow Preventor each $12,000.00 1 $12,000.00 19 Play Structure each $41,000.00 1 $41,000.00 Base Bid Total $196,120.00 ADD ALTERNATE#1 20 Shelter each $18,000.00 1 $18,000.00 21 ,Bike Racks each $800.00 1 $800.00 22 Trash Cans each $725.00 1 $725.00 23 PCC Sidewalk,6" SY $45.00 10 $450.00 24 Electrical Conduit. 2"PVC LF $10.00 100 $1,000.00 Alt. #1 Total $20,975.00 ADD ALTERNATE #2 25 'Colored and Stamped FCC,6" 1 SY I $115.001 355 $40,825.00 Alt.#2 Total $40,825.00 ADD ALTERNATE#3 26 (Limestone Outcropping 1 each I $700.001 6 I $4,200.00 Alt.#3 Total $4,200.00 TOTAL PROJECT COST OPINION $262,120.00 The Landscape Architect,as a design professional familiar with the construction industry,has prepared this opinion of the Probable Cost of Construction. It is recognized, however,that neither the Landscape Architect nor the Owner has control over the cost of labor,materials,or equipment,over the Contractors method of determining bid prices,or over competitive bidding,market,or negotiating conditions. Accordingly,the Landscape Architect cannot and does not warrant or represent which bids or negotiated prices will not vary from the Probable Cost of Construction. • A 16 —f C 1 D I E I F • E Cr r I CITY OF IOWA CITY P F. � a= FRAUENHOLTZ- MILLER PARK 'mil S 1 FRAUENHOLTZ-MILLER PARK J{ - __ � LL U` N�i - _ LOWER WEST BRANCH ROAD SE r IOWA CITY, IA 52240 -41F7 CONTEXT MAP -d�ir , 'i`�;' A ��e:04 D�%. I I -, - - % or -�-- i i ,.e. .,a....... ..., .rw....,, :.,x.x i I�f u i:_WIP' .t ;'11. anti:WI 1 1 �`,����A�1 — . ..., T•- _--► ■1•liK•■ I �r'U/ I I I I I I hxm. urwr ,•„ 11 .na m•0- .�,r►,IIIIr� _,..\\.��� .,11 I I I I I I s. w.. INTERSTATE 80 I I _I- -1I1 1 x0-4 '"� ,�• "" -14151_111;.14•1:I• 7:fdi .1;44tAgANE$:‘,/ - ----------' 41 ,- 1-1-11 ---1- -Pi 1 "'""'.L.'" "'1"i"*"."1. 1'''''I'.'" '.14 "'"'"'''''""I*'''' < •i'1 . . moimi ` I __+__+__ - - - --1-1- -- 1 2 LL i��w� %y. _:®:/E ', �� f' I , I I 1.� 1 1 Imo— rm• . .` i,'-n a �. - ' -- . 1 1 1 I -- vawnu 0-.u. d I_nw. r .I r,w. ow W Q v -iiii iii �. "' tit I I --- 111111W-..\%,.--, ll r. r._ ww. �. . uu n ,I'm J 0iimliiIIIIIINi !1bJdJ! iE� __i- ___„,..„...1=-.,,„ i . I .. i� ■nr.CDR EMI Am 1180 I-1 J o u" El wow Illi■-i '.IE ,�T T � �r...v ' 1 U F ® . .�. Z -..-_ :®• • ■ I,. ^:11d' to�i Y y� ,„ THE CONTRACTOR SHALL NOTIFY IOWA ONE CALL NO LESS — m till "iii'Na■ 'I- En a J: R' iv. 7°•1-,-; .41.1 ,,,� , „ l -�(�( THEN�S H WRS IN ADVANCE OF ANY DIGGING OR EXCAVATION N _:m:11. ..A,! a 1.,. � 'sj.r.= _ '::: '�-,,. a rT1f�IJ1 - ��:.®`�li '„ I,,,:.�gi �• _��,e c'ra: v,, LOWER WEST BRANCH RO.SE. --� WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON ii • iii ...i.1 um r,.,..0-::.� - f .•_ _ ■N ■■ .; - - ,, �/ iii u�i ".I'iiliii v a:'••ySE`111 ��,1�•::.L rte::xn:,. I_ �., ,�..;;_ I I ON THE PLANB OR ENCOUNTERED IMTHIN THE CONSTRUCTION U 1 ' _ 7, ...gm.-• 4,..... - �II,- \' _=• ' ' ' AREA IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR it :_:iiilli i 11 irll• ❑iii"ENE _ B ' ,. .q:.jd,� M �. ISI;lr x i• g illi- I'�I ' "'-', ....1.- ri ”r_ _20 _■I 1 _eq�ii - 9 ,I .. u C i,�u E%:,i?^:^^"• TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE I,►ra_ I III®�, ;®:,:_ Irlii' ® irllLi :In ..IN lir 1_: II40,,,.„.„,,,..1___,...,:424. - - ...-11 1 - `11111II n�`` - nn1:.�i nn.... _T^• _ _ 19-d i�''.'•;tlal� , �- �- BEGINNING OF ANY CONSTRUCTION.THE CONTRACTOR SHALL 00WNrowN 1■'' 'I®' °�•;(�'; ='0-5 -- -.1,=�5.:�t` _ •`.=7,"; AFFORD ACCESS TO THESE FACWTIES FOR NECESSARY !ailw. .ah• ^y.'u ®_� ��= _e1'iI;S1LL'I �a:va, 1 F.' unnln .':�..�: ��• •, :;i� 11";I�1PII1 ....,,.- w '•`,% �/ :nnl'1 : '.x1i I .Eli.i i 6xn•.Im 1lx u: •i=J�`^6.. L-- _ -`17•,,° �a"" 'r _ <�.- 1 1 1 MODIFICATIONS OF SERVICE,UNDERGROUND FACIUTtES, MA CrfY ®- ❑ d �® IMA �®_ U' „x ,.. ,n„ .r].0'.'.1 ., - •,®� 'e...,.,_ r-""- Qua a m IV f/, STRUCTURES AND UTIUTIES HAVE BEEN PLOTTED FROM unn nn .,... '� L. I , i6_®®®® ® 1 71.11"�nII • - — pnllli111i1i6iu,-.I.:p;,x;1i.3::: puunuuO p4-... ,....,� T ST �" � AVAILABLE RECORDS AND SURVEY,AND THEREFOR THERE 1°i.. "c' ❑®®I _��_® 'N,' ®® :N n °.'Sp L..•• ��n11�S�nuun .�.'�= 1,— , LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY IT IS __ i,4 ® N..ny�.111„._ ;n ,.�_. �uiu..uur.• o°t,,e's. 1 t POSSIBLE THERE MAY BE OTHERS,THE EXISTENCE OF WHICH IS 3 - ,-1111111P.: ® �i'^) o"11'rnr ri°;6"°i";"L '`•` 4�T C.8.............-__ PRESENTLY NOT KNOWN OR SHOWN.IT IS THE CONTRACTORS '--�®®®® -•i® ®® • 011€0..4:!:.'...V.1 � , I •i:",-• : .V'.- ' 4 SIBIUTY TO TO DETERMINE THERE EXISTENCE AND 3 1_I ®®s:�.{r::�„ ®_ .�® ®� �®�® . ,-r p1+ r-•F-:c j -'I I RESPON-� '" '� '�0` Sheet List Table -1I:!. _ ir :innw. C y ®®® °: =- -�'�� „ , I , EXACT LOCATION AND TO AVOID DAMAGE THERETO.NO CLAIMS- • ',1- a%iy, � ®::1•='- =ti•ir 1110 PIM: •.*:*. ie' ��1LI I ' 1 FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE '•I y0-®® 6®N®� _•AT• `®0a',y 1®®” :K91i:aME %"^7 ,� E5N 1■ „it. :N a_ � �I= ' _ CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY®� i�"•r CAIEAVE. ;* pp�•` �- Sheet Number Sheet Title 0. ��110MMI .` �arr ®N �.�i : ;, _ � SUCH WORK. _- 11111 n., F. _;;;„III I_ a.. ®rn:�,u, 0-v® ..� y,.,�'!n I�, 1 L100 COVER SHEET .._ !11� �'4 Our_ - ® �. li= p;-i•'rg,'v'jr•� ,e::''41.1 ' , STATEWIDE URBAN DESIGN AND SPECIFICATIONS " 4 = E „ �L' _ff' ®ii`-' '®�_ •_LICA--; _ ;"*":4�„lr'd � 1 L101 BID TABULATIONS AND QUANTITIES "Al .i' ■` � fir' ".,,,,. ■ Irk (SURAS)2015 EDITION PLUS ®i® =1 � �1�""L'II�LICds®®®®®1lir -- �.�1••T�•v , - THE APPLICABLE GENERAL SUPPLEMENTAL '_ • ® ;;; ®'I'" EEf' ®I L _ J _� o , 1 `� y '� SPECIFICATIONS AND SPECIAL L102 EXISTING CONDITONS&DEMOLITION PLAN _ it �'N • if.. rt'` : • ■ PROVISIONS SHALLAPPLY TO CONSTRUCTON WORK L703 SITE LAYOUT _ _ L104 UTILITY PLAN �� w'I!■`a�, ...61�®, II° ��`\l`�.,41 '11 ����Jr�$ _ I i _ ON THIS PROJECT. Irk 1 �/4,;"1/41N®L ■,..,, c' 1 ; Tigyt , -- - -- L105 GRADING PIAN .. ”':� J.,, I5\= ,y:"= ' ' ' L106 PAVING PLAN lila i El Etna •1"i vN SL MAIM �'`,: __ __ L107 PAVING PLAN ` NAFIBf�t;81,_iu I1!"I', e„','...,.. 1 t 1 1 L108 LANDSCAPE PLAN -., ,., :4: A4757"104.7411115,, I 1 1 1 I © IOWA: IPOLL109 DETAILS m S3 A, ` =r°`y'3, is ® ___ ::, , ���/;' + -�— 2 I\'••1 `� „•!11"_:='• '�iiii��`b„, • ��, ....ill ��` R , 1 CAIL L110 DETAILS w I se 11 Fill II i ••„ 11i443. _ __ ' 4E211 I, __ I __ ONE L111 DETAILS • 0 �,� �',. �" °Ma. J� 1-800-292-8989 w w a a�, - El1•,•• _ �:.r.o;="$ns '� % __ I I r7. -.TI- LANDSCAPE ARCHITECT g °aa 2 o . u_ u �i1 ■, =;,',,__ .. ,'i•' 1„,• :_' ���� www.Iowoonecoll.com •��'� THE PORI ON OF TIIS TECHHICAL SUBM1491011 4 / ' ,, -.11� ��F i 11 5,0�1uIiHuml�riri�r uro E.nc°uTECT UNDER 71.uwaor,xE STATE OF 1«,• d xDESCRIBED BELOW/MS PREPAITE0170.CA UNCFR LIT OPEC,- I HEREBY CERTIFY _ ik -_ -- --- ` O PF�P 4 ' �� � wiliih�•• •.ry r KERM .6LLICK' \ I IMW. ■ _.- -- �',n' , ,_ , \ , , =j• Keith 'ii 0-9.. {. it g,'"4'-' 1m.<OGt+ w 1 I- I 1 1 - BIIIcY _ 06/30/2018 I 00657 = 0 1000 2000 4000 I o,e wrEn Eliril CD ALL SHEETSa SCALE IN FEET ''rrrrOrgpnpp11o�0`����� Lii > 0 U ti H L100 I A I B I C I D I E I F •— I. A B I C I D I E I F . d z r uW D �z pp /W II Immo W EN 1 te GENERAL PROJECT NOTES 7'J 1 l -7 �'ii I 1i•• II 1 , " e W m ' 8 1. SITE CLEAN-UP SHALL BE PERFORMED ON A DAILY BASIS.SIDEWALKS,PARKING LOTS,ROADWAYS,ETC.SHALL BE KEPT CLEAN AT ALL TIMES. 1 �' - E A 2' 2. EXCESS AND WASTE MATERIALS SHALL BE DISPOSED OFF-SITE IN ACCORDANCE WITH APPUCABLE GOVERNMENTAL REGULATIONS. C r C• J V, I= g m = E ,I�Y t,Ltt, 1. mg 3. ALL OPEN EXCAVATIONS SHALL BE PROTECTED WITH SAFETY FENCE,BARRIERS,OR BARRICADES IN ACCORDANCE WITH OSHA F; '.i;:� I TY. s('•:R(A il 4. BERM AREAS TO BE SODDED FROM TOE OF SLOPE TO TOP OF SLOPE.ALL OTHER DISTURBED AREA ARE TO BE HYDRO SEEDED I t I I f' < r.X o = ITEM NO. ITEMBASE BID UNIT QUAN. 5. STAGING AREA TO BE COORDINATED WITH THE CITY.STAGING AREA IS TO BE RETURNED TO EXISTING CONDITION UPON COMPLETION OF WORK General 8. ALL STRIPPED MATERIAL MAY BE STOCKPILED IN THE STAGING AREA H 7. CONTRACTOR IS RESPONSIBLE FOR CLEAN UP AND REMOVAL OF ANY OFFSITE TRACKING r 1 Mobilization LS , k . U Surfacing 8. TO PREVENT EXCESSIVE OFFSITE TRACKING AND CURB DRAINAGE CONTRACTOR SHOULD LIMIT ACCESS POINTS TO PROJECT. -le:j4_d 9. CONTRACTOR TO PROTECT EXISTING CURB AND SIDEWALK.CURB MID SIDEWALK DAMAGE BY CONTRACTOR WILL BE REPLACED AT THE CONTRACTORS EXPENSE 1 x 2 Demo and Removals SY 200f ® a — 3 Ramps each 3 10. ALL UMESTONE OUTCROPPING AROUND THE PERIMETER TO BE SOURCED LOCALLY,ROUGH CUT,AND APPROXIMATELY 24'CUBE. - ylll _ 1 11. PROVIDE 2 PICNIC TABLES PER SHELTER.PICNIC TABLES TO BE SURFACE MOUNTED PER MANUFACTURERS SPECIFICATIONS.REFER TO L109 FOR PICNIC TABLE Q 4 PCC Sidewalk, 6' SY 133, —(� } Site Work and Landscaping 12. ALL NEW PAVED SURFACES THROUGHOUT THE SITE SHALL BE IN COMPUANCE WTH ADA REGULATION II T F- 5 Electrical Conduit, 2' PVC LF too .4-1/ V 6 Erosion Control LS 1 7 6' perforated PVC and Rock Chamber LF 150 8 6' PVC LF 120 9 Earthwork LS 1 Q 10 Trees each 17 CL 2 11 Sodding SQ 22 2 12 Seeding LS 1 LU < 13 Play Area Mulch CY 112 J p - Site Amenities 14 Shelter each 1 0 15 Blke Racks each I- a 16 Trash Cans each 2 -I 17 Benches each 3 18 Water Fountainsump / , i. w / Back Flow Preventor each = co Z 1- 19 Play Structure each W < w — ADO ALTERNATE#1 - O m 20 Shelter each Q 0 N 21 Bike Rocks each CC 0 22 Trash Cane each - 23 PCC Sidewalk, 6" SY 1 24 Electrical Conduit, 2' PVC II ADD ALTERNATE#2 25 [Colored and Stamped PCC, 6' SY 1 ADD ALTERNATE#3 3 26 ILimestone Outcropping I each I 3 • ALL QUANTITIES ABOVE ARE FOR INFORMATIONAL PURPOSES ONLY AND OVALS NOT CONSTITUTE A BASIS FOR ANY EXTRA WORK ORDERS O e 0i 2 L E I I o W g 'Q2 gLL V mp jm o a 4 K W 7 o °d t y 4 5 4 Z CO O 1= Ico D If a RS z 5� m Q d L101 El A 8 I _ - C - --- _ I D -I E F ■ A I B I C D E I F I - - _ Ce \ SIDEWALK • SIDEWALK ��� WI ) me A RAMP i♦ `� `\� \ /1\ RAMP u W'Il - M / / (r-%j. STORM MANHOLE Z '""p ,,,<, \I / / // / // .,- / 1 783.'851£15"RCP(S) Z / / / a383�6AE 157_RCP(S) 1 Z .44 I •. e.1 K SIGN E / STOAK 7KS / PAR 790.04 IM // re-mil I 1: IR 8 // 1/ ' 784. IE 15"RCP(1) / I 1 .as.n ,_,,,,, I 0 // // 78� IE 15"RCP // /LV 11 Fr" -7 r1 i t; -. 1 ' F 3rn t / / / / '1 ; U is _ s ST.PATRICK'S CHURr / / / / �- lo, .�.~ 3 .� // / / / {/,d T 1's JI T / 10 :, in 4 .� _ _ 1 / / / / ' -4 % //� /// // / _ / / / I. ►" S7.PATRICK DRIVE \ I // / // EXISTING 9Ak TREE TO REMAIN, / �I ��� r �\ i �/ l // / r / I I�� O / / �l / /'/ r J - "'q leI I / // // I/ � _I` o If / `/ I / / / // , r STORM INTAKE YN STORM INTAKE / // / / / / / 786.31:115" IM Ld_ 791.95 RIM / / / / / !/ 781.96 IE 15'RCP(N) 787.551E 15"RCP ON) I / / // // / // 781.91 IE 15'RCP(E) 2 o CL S I // /// // / !/ 2 p FRAUENHOLTZ-MILLER PARK o - 1 ,(! / / / / I w ¢ o I I I 1 F / / / / I _I o o I I % / EXISTINGT TELECOMMUNICATION LINE, Il .J } m mEr \ 1 / // / / II ¢ I ,.„ , `\� - -T- -)- - - -T- 1 - - - -T- - -J/ - -T- - - -1-T- - - - - -T� - - - - f T- - 1 W O Q I \\ // // !/ / I Z J w / / / / MINIMUM 2'OF EXISTING CURB AND + g 0 ATTACHED I ``� / / GUTTER TO BE REMOVED BEYOND / _ATTACH RESIDENTIAL UNITS RESIDENTIAL I4, ; / / / ¢ IX N.612857.33 END OF PROPOSED CURB RAMP FLAIR,TYP. 1 Z U F P,ESIDENTI AL UNITS - t;?q Z £2194494.96 / / / I 1),..___________: - �jJ 7� W - .,°.�; W I / / /� I f T o m c W // / / J I% m i /EN.2.611942655072.4.825 / / / I f f QN o / / N.612662.96Ct ,_ US / / /// I i I Q £.2194728.55 I- oN/ / / I (* SITE BOUNDARY SIDEWALK \ # / / / + J m RAMP rc/04 // / // / / '� N.612645.95 YORK PLACE : --W- ,-�f Q / J/ , E.2194728.73 k / / / DEMO EXISTING SIDEWALK RAMP,TY/.. f RAMP . _ ATTACHED .; / / 3 d a .3 3 RESIDENTIAL UNITS ., 7� I I / /1 / 3 1.' y Y ,s +" � N.612631.44 I / / [ > a *',. µ,...- £.2194495.10 EXISTING 8"DIP 1 I / / /I ' / REMOVE TO NEAREST I I : � 1,I ' n ,J i i CONTROL JOINT 1 I I I //� I/ /I s '7#1:!'"': ttn y N.612631.53 I // I / I ! _.iK . s. £.2194502.89 3 / 1 / ! �+{�� I ,,- 4 -,0_ �,y° �.. I / / / ! 1 I // / / / 1 I // / / / - N.812551.97 ` 3 //''''' / / / / / O CONTEXT MAP £2194503.51 y �// / /*/ // - o A I6 N.612551.97 / £.2194495.56 I // //// / / _ 1 I - E E f- -E- - - - _�17 "! E -� E R/ I I. (° �, / /. / / I N.612538.85 Z 5' L F, I I // / / / / , £.2194714.61 0 i Y / N.612538.89 0 z /// ' // // ii £.2194722.50 O w w .% \ fI / / EXISTING ELECTRICAL LIKE, / § a ren 0 ul m \ /�{ i' /// / TO REMAIN. / r:1 •4 y a u u / STORM INTAKE .--�~ // // / 784.20 PJM z 4 I / / / / 780.051E 12'RCP(SW) 4 e_ 1 / ..."/ / r 780.00 IE 12'RCP(E) -J 1 ,� / STORM INTAKE 05 • DEMO EXISTING SIDEWALK AND RAMP 784.97 RIM 1 Q7 L I --- STORM INTAKE / N.612497.19 // 780.971E12'RCP(W) 1 1 >-- • Z 0 STORM INTAKE I 786.84 RIM i E.2194661.45 / 780.721E 12 RCP(S) / DEMO EXISTING 0 0 p `^ N.612489.17 780.67 IE 12 RCP(NE) Z 0 J i. 788.28 RIM 787.991E 12 RCP(N ! SIDEWALK AND RAMP 782.03 IE 12"RCP(M) 1Ot,N 781.94 IE 12"RCP(P.,' £-2194661.36 /_ _ _ 1 ,� N.612496.53 H O Q 782.98 IE 12"RCP(SE) l �� - - _ . 1.r.._. .,.,_ -_ -Y- - ___/. - F= =--C-- E N.612494.54 �� ��� - ' - _ _ _ - fN'_ £219472725lir CO Z Is £.2194492.89 2496.51 - - - I F P X Q W EXISTING CONDITIONS&DEMO PLAN SIDEWALK 89 -o sMP ?9•±a -aa 11R ` y�riff '� \`' W U o P SIDEWALK 2__ .>-.- .a • _ RAMP L102 O 2194584.62 N.612485.74 £.2194503.82 I E.2194518.98 E2194716.95 m A I. B I C D I E I F • A _ I B I C I D I E I F I. i LL� EXISTING PCC SIDEWALK r- i i n LEGEND V W mt g z f�-c E...F.. BENCH �; 1 \` REFER TO L709 Z CO LIMESTONE OUTCROPPING 4 t 4 _ REFER TONOTES-ADD ALTERNATE#3 E LT; ligBIKE RACK 0 >- c E ���////// n Ls -+,7 r•-.•y1 REFER TO L709 .- 0_ _ E EXISTING TREE TO REMAIN,TYP IT I L'L F t 1\ ` _ a 0 10 20 40 c - _ .:.ff.! C.IT\,! [ WA = $ e E SCALE IN FEET MI 18'X 18'SHELTER 'n o$ a REFER TO L1 79 1 1 a ro c� _ 0 TRASH RECEPTACLE )- I- / (�f� REFER TO L109 6 DRINKING FOUNTAIN ,4 ' REFER TO L109 i'0. — EXISTING TURF GRASS LAWN - ylli J PM PROPOSED PCC SIDEWALK.6'THICKNESS -1� J .. .. REFER TOL 111-BASE BID II l.J 0 0 PROPOSED STAMPED AND COLORED PCC, THICKNESS ����.......✓11! REFER TOL 111-ADD ALTERNATED#2 j// PLAYMATE PLAY AREA WOOD CHIPS Y/ AS SUPPLIED BY CC EVER-GREEN LANDSCAPE NURSERY AND SUPPLY DALE PETERSON 319-378-1940 Q CL 2 i C TURF GRASS BERM 2 eL . . . . REFER TOL 111 w ¢ • • • J 3 COLORED AND STAMPED BANDS J O LU ARE ADD ALTERNATE#2(bp.)- — C U 0 NEW PCC SIDEWALK 5:1 SLOPE NI 0 REFER TO L111 4:1 SLOPE L i 0 J OADD ALTERNATE#1 O 0 w IMPROVEMENTS LL GRASS BERM Amid _ 0 - O m m • O ¢ o os a . OO L— U N FUTURE PARK SIGN .;, m NOT IN CONTRACT Oil _ _ _ ill ® •L - 4:1 SLOPE ® PROPOSED ADA RAMP . �� • REFER TO DETAILS PAGE L711 3 :o - •�_G BERM 3 - ... i it 5.1 SLOPE /� / �\ 3 y *N i/ .►. a 2 .-'....:01" ..... .:ref,460. 1 *1'0 ire.14: CONCRETE CURB ' I /��/ -.-8' IP - REFER TO L111 4� m (3)DYNA CUSHION PLACED UNDER SWINGS It. I REFER TO L110 0 o ? O Z U S PLAYGROUND EQUIPMENT =:x ''.k- fc F. 3 9 t%REFER TO L110 o 213 o — 0 / -.- / . 1– y —ir .# / e` 0111.°111 pD0 1 R � w EXISTING PCC SIDEWALK - '� ~ 1; €€ PROPOSED ADA RAMP I_ S REFER TO DETAILS PAGE L111 ® - L PROPOSED ADA RAMP 8p r. REFER TO DETAILS PAGE L111 IN A I B I — C D _ I E F A B C D I E I F a \\\\`} 1r O E STORM MANHOLE { F". Z m i 788.45 RIM 1-, ! km 5 ',fl L I 783.851E 15'RCP(S) y 1-r. Z /// 783.801E 15'RCP(S) 1 �$ I STORM INTAKE790 04 ,y Q + ZE 784.49 E 115'RCP(1•) R (`p� 1,. 8 E R T i 784.441E 15"RCP(SE) f 0!?F 7'`1 -7 p=..11 1 1` t `5 u= $ ` 4 F >g e 8 I �{E jj 'a = lr� \I teLC! =u $ - LL I I t ]-• Y. IOWA - .i)ifi LJ� i 171(„1 viii 1n oe Ng a 0 10 20 40 ; u'` Xi - SCALE IN FEET I I r } EXISTING e"DIP �J U ISTORM INTAKE STORM INTAKE I 788.31 RIM 781.961E 15"RCP(N) 791.85 RIM 781.91 1E 15"RCP(E) 787.551E 15"RCP 000 1 CL 2 �- I 0-- 2 I LU Jo W j J 1 U 4 IT- - - -T- - - - - -T- - - - - -T- - I— O 0 Q j - - -T- - - - - -T- - - - - -T- - - - - ' ELECTRICAL CONDUIT, W ° ADD ALTERNATE 47 Z 0 w ° REFER TO DETAILS PAGE L711 Q = Z I z Q I- Z ° LL1 a m I ° 0 I 411674,4i Q r o - I0° CC ll ' il$k''.t 41 1 1 1 CO K 7 a CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH y ` s.. t - :,s IOWA CITY WATER DIVISION TO TAP AND TEST SERVICE LINE. „� = M— CITY OF IOWA CITY WATER DIVISION TO COMPLETE CONNECTION/TAP. / CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING TAP AND WATER ' \ 3 LINE MATERIAL COMPLYING WITH CURRENT APPROVED MATERIAL UST. 9 ELECTRICAL CONDUIT,TYP. 3 III\ REFER TO DETAILS PAGE L111 METER BACK FLOW ENCLOSURE - / A 2"HDPE CONDUIT,TYP. REFER TO DETAILS PAGE L111 I ", \ " I 1 11 `�` PERFORATED 6'PVC W/FILTER SOCK WITHIN PLAY AREA WATER LINE , I y!�'>=�-�l'i REFER TO DETAILS PAGE L111 1 8"PVC SUB-DRAINS TO STORM INTAKE rotTO DRINKING FOUNTAIN i 4„. rfp,-'if ,,�S�� I, i,.�=� I I II / I lif, '.':,:-: / ‘ E E E )PER MAPPING)- -E--.., ;E E E - `a�6 I a \ \ c z g o \; 0 8 = SUBDRAIN INLET 7 0* 01 \ REFER TO DETAILS PAGE L111 0 d Si o a IC O \ \ r STORM INTAKE \ 1 784.20 RIM 4 \ 780.051E 12"RCP(SW) 4 EXISTING ELECTRICAL UNE,TO REMAIN. 780.001E 12"RCP(E) •RMINTAKE _ 1 1 -IM Qk Z 11, I 0,NTAKE RCP(Wj _ _> Q STORM INTAKE Ili 7M () 1i d 782 98 RIM 781.99 IE 12'RCP(NW) 7 �.6 782.031E 12"RCP(VII) 781.94 IE 12"RCP(E) .,F_ �F� _ 'f F- 782.981E 12"RCP(SE) ---� E - r--r __ • �"'�t_�_ -�:4' -1 A )1 1 1111 \ 1 , FUTURE PEDESTAL WITH METER +4, . r _ _ _ ,- CONTRACTOR SHALL MARK OR IDENTIFY CONDUIT Si- a-......__— �t --....._-> \I� >_ > ._.. �- LOCATION FOR FUTURE USE1! -_ L 10 4 A B C D I E I F ■ 1.4ne1r1ze525w • A' I CO I _ N u ■ 0 N o D 2 o -- Ir--7• D S 2 co co co 1 N nO 7c — D 1 N F O 2 4m vN m BRENTWOOD DRIVE co , or _ . ,_._ : ,. , „ , „ , ., ,,., , i , „ „ _ „ ,__, __„„. , . ._ Y • \ 14k I t�` \ • • 0 •>,;,,s.„.. -„ . ...dit' ''A' ''' " ...n. • e4 - a • \ • •-, ,--, / — \ at ,,,)_,.. I,4.9.?2,,:?" '' L.... —,,_2 , • • • 0.„ ' -1-1Q--''':Nll:lki(-N \4 ID , _ �� y \� v z O j'-r -np BROADMOOR LANE AM 27,1 0 91 OIzP mx 1,gOm i'S' m r- 8wrT, g mm m -5F yF[7Am �9 We p>0 C 0 fu .1 ......1 Z -I CD .J T .. m ,-.:- ,...11 A W N f ■ GRADING PLAN DRAWN MFB FRAUENHOLTZ-MILLER PARK SHIVC -IATTE RY APPROVER: UB r II ISSUED FOR:ISSUE FORBID �^ 1 ARCHITECTURE•ENGINEERIN G j �� DATE: 02062017 2103 Eastland Drive 1 Bloomngton,Minds 61704O PROJECT N0,2162830 .- �Va� 309.882.89921 for 309.1382.5808 1 vmw.ehivo-hatlery.tam 01 FIELD BOOK— CITY OF IOWA CITY CITY OF IOWA CITY Iowa I minds I Indiana CLIENT No: — 220 S.GILBERT STREET IOWA CITY,IOWA Illinois Firm Number 18a-000214 A I B I C I D E F II. / E L107j i .L /J ` �/ • . 1 - • - --1 L107 - � z £ SHELTER FFE.789.98 ELEV.787.37 I L106 Z u W / L106 ; 1 MATCH EXISTING ELEV.79020 ELEV.790.07 N.612667.57 ELEV.66142 • �� - • ' N.812661.85 W N.612657.38 N.612666.45 N.612678.64 10 pO• TO _ / ••580.12 E.2194654.17 t 1� E.2194684.77 MATCH EXISTING Z m e II ce E.2194491.92 E.2(94533.47 E.219455 .. jyP .7:_.65 ELEV.787.61 ELEV.78750 ELEV.787.45 ELEV.788.38 - m MATCH EXISTING o. N.612••:.79 8.61265428 \ N.612650.43 N.672862.91 N.612657,69 ^� fr. th (2 w N.612657.39 / S2 �� E.21946 2.75 E.2194640.16 E.219465844 E.2194689.48 E.2194708,68 _ I E,,,,, 2 E.2191502.8.5 Ti O Li 1 p 1. / "+ r / ELEV.787.33 ELEV.786.48 I __ N.812859.48 0 \ y� •1 * / 101.1111111 N.672650.02 AI I E.219/721.75 E g / ELEV.788,55 N.812854,71 RR \ / R N.612880.12 .. E.2194674 •° E.2194898,88 N 1 N.812880.94 0 "LI : �$ 9 1 \ // E.2194606,84 �� I! 1 E.1416117�7�7$ , SM' aS \\ ELEV.789.97 _ _• - -� • (-+,t �re wS e 5. 2_ N.812668,77 / � MATCH EXISTING" �, o- - E // III , E.2194559.81 r `� ,0 _ _ ,' �° i g / ♦ - -i : N.612660.38 i i pi p, I -� R TD_DETAILS PAGE i V m - SCALE w FEET o E.2194554.08 / i'��(, �/� Q @ 1 O/` ELEV,789.88 ..... g ! _ `, WFF64E�XISnNG Y 1< N FS S / 1 i ".4 N.612649.98 . / rc / 1 �'i ® ELEV.790.13 / 194554, Jr / _ Y N 672647.94 N.812652.12 / t f ' : • / N.872845.82 1 ELEV.786,14 6,r '' N.812658.10 E.2194546.08 1 --_E 2194538.97 ! E.2794833 94 Y / ! N.612648,31 -I 0. MATCH EXISTING ELEV.789.98 } . •.y� •ELEV,790,07 -1 �• 0 49EfEE219455553 .. Jf0ENl+5 11 N838t !E2199N.812649.30 I I � I E,2194548,53 • I I /`rY • N.612625.95 787.84 / E.2194503.05 ! ! �� //`,. / ! / E 2194653.34 I 1 1 / 1 1 1 1 / A! /�,, I ! ! I d 2 // 1!✓ \ li Il 2 (r. I • Yikit t,'I91•i� ;!,,,,,,,,,I,•",""•• f 1 // - �, ' ° FFE.78723 1 1 J - / / ELEV.787.78 N.612598.32 I I }} / ,\ N,612610.52 / E.2194853.78 / 1 2 U //'////' / !.� �/�� E.2194638.34 1 ! t Q \\ /' /• ! ELEV.787.91 ELEV.787,31 1 / N / N.612630.10 N.612602.28 ••• _r.: ' / I 0 \\ /// �. ,`/ ' E.2194818.10 -E 2194646.85 • _ - I I - J \ / C 2 _ ,1 \. ELEV,787,54 1,``' �7 1 / \ // N.812568.47 1• '!RIB r -a I I = y ELEV.787,50 E.2191617.81 - @T 1 / \ i/ \ N.612565.08 1111 •• ., / 1 I Z Q K / E.2194608.17 �'•� - / / _ w w \ /' / ELEV.T87.46 /�-®� / ! \\ //// I J1256824 EN 2194598.90 :i;/ 'A� ®' /1 .'ii-1 NN / / w 'A / / I 444444 C.U i3 / /' ELEV.787.48 / / / / ELEV.787.54 \ / N.612562.10 / / / MATCH EXISTING MATCH STINO // N.87258237 E 2194622.50 / / 1 N.612551 95 E.219450355 / E.219459342 / // / / E.2194495.57 // i / / / / ELEV.787.50 / / 1 3 I / ELEV.787.54 R=6.09 / Rear N.1312552.72 / / / I 3 1 / N.612552.52 E.2194823.91 // / / / E.2194592.81 . ( / •., / / / ;1 // • r / / MATCH EXISTING / .-- .... I / _ / / N.612538.90 / // - / E.2194714.63 / i/ / / / / ---- // \ N. / / / / / / \N. , / 3 / / MATCH EXISTING N _- // / \od / / N.61253893 / ELEV,787.42 / AQ• / / E.2194772.60 J ELEV.787.40 ' 812545,76 / / N.812513.80- / CONTROL JOINT.TYP. E.2194679.87 / // - E.2794528.28 ELEV.787.55 / / / em N.612557,07_,/ BOO. / ELEV.787.58 •- - 8'PCC,TYP. E.219960831 �"P I / -- N.612510.23 �% / REFER TO DETAILS PAGE i / !/�I / g ELEV,787,38 E.2194504.12 / N.612506.97 / / \ / , ELEV.787.50 J ELEV.784.24 ELEV.784.17/ ELEV.787.38 E.218471021 E 2194714.871 g g E.219449626 N.61255907 /`., I I N.812514.19 - E 219480820 / \• E.2194504.95 l �u ELEV.78738 7 ELEV.787.48 ! `� / fil*411111111111111!\ \ f O w U ELEV.787.32 ELEV.78729 N.812545.67 1 Nt .61,.5• a a ' d s 191508.43 N,612508.75 N.612498.37 -i E.2194596.84 JOINTING PER qTY STAN[14RDS ! a a - aoiEu--..,t - E.2194532.41E.2194518.57 I ELEV.784.33MATCHEXISTING N.612499.46 ELEV.781.09 _ N.612496.32 - E 2(94701.75 .612507.02 R 4 "M' + E.2194519.17 ELEV.784.30 + E,2184722.75 4 ! + MATCH EXISTING N.612497.59 I. 1 ELEV 784 00 9.00 •` N.612498.48 / E.2794701.27 �1� II' / 8.612498.01 \ e"... E 2184538.59 MATCH EXISTING / 1\ , / E.2194720.71 • ELEV.787.19 ` - N.612497.12 ! J j" MATCH EXISTING / MATCH EXISTING N.812498.37 _ n i E.2194861.36 d 1�•-' N.672488.57 - - - --- - - -- '' N.872495.77 E.2194499.79 �.' / E.2194528.34 MATCH EXISTING / 4' E.2194725.62 MATCH EXISTING r MATCH EXISTING / MATCH EXISTING N.812489.16 �/ Q4 Z N.61249324 N.812468.49 �, FfFER TO DETAILS PAGE 1 N.812488.57 E.2194661.38 / .R E.2194490.43 E.2190518.98 P. 1110�, - • E.2194533.34 p _ _ MATCH EXISTING MATCH EXISTING d REFER TO DETAILS PAGE ` - EN..612482.29 -r-� N.812487,E MATCH EXISTING ELE12491.11 ELEV.787.13 E.2194528.39 `` N.812491.05 N.812488.83 MATCH EXISTINGr E 2194718.32 N.812485.77 E 2190.505.69 E.2190.518.54 -- -- -- N.612482.33 - .��- - -----_ N ELEV.2489.91 N.612492.18 E.219150221 E.2191533.39 E.2194706.77 6.2194715.09 L 106 I. A I B I C L- D I E I F El craw:aeml,rzoe:vw ■ A I co I N I J • A rI r- ..._, o VJUUD DRIVE N " s n - --- -- --- _------ -- '' - r--- / / / / w— — t—w—/— —w— — —w— — —w— — —w— — —w— — rw— — —w— — —w— — —w— — —w— — —Wy- — \ _ - )—- /T \ 0 l 0 0 / \ ro ! I \ ! 1 \ I1 \ II \\ \\ I N. • • 1 `\ \\ / ---, I \ • / / — • \ 1 I 1 \ 1 1 11: ',: 1 1 \ • \ \ / I �.. \ I 1 N. • N. N. • • • • I --__..... `\ 0 \'''..117:A 1 • • • 0 N. . I • - I\ \11. . 6 1...-....._ .II \.. \ I \\ \ ,... • / — • • N.` \\ • N. IN.\• I' I \\ m I \ m \ \\ \ 0 -........ - 1. \410 ./...... 1. 1. \,.,. Yr..../ 1 ry L_ --4( 01 o c-n' `. rn 'r; • A I W I N I -‘ U PAVING PLAN DRAWN MFB FRAUENHOLTZ-MILLER PARK SI—IIVEI—IATTERY APPROVED: KJB i r I- ISSUED FOR:ISSUE FOR BID ...aE., - ARCHITECTURE+ENGINEERING Q DATE: 02/08/2017 �e 2103 Eastland Drive I Bloomington,Illinois 81704 ``�-` 4 , 309.682.8992 I Iax:309.682.5808 I www.eMve-hettery.wm PROJECT N0:2182030 "+a.-s8._ FIELD BOOK- CITY OF IOWA CITY CITY OF IOWA CITY Iowa 1 Illinois I Indiana CUENT NO: — Illinois Firm Number 184-000214 220 S.GILBERT STREET IOWA CITY,IOWA III--- A I B— C D .._... E F • e �/ s l' ft �> �i vzr -r / -- / V = g.c f f / / / PLANT SCHEDULE �� Z + / /' ' CONIFERS CAGE QTY BOTANICAL NAME COMMON NAME ROOT SIZE REk�{-R�.�..� r['f;'y{ y i- E 5i��5 ' /' V/ / • ! f� �� PIN BUN 3 Pima bungeana Lacebark Pine B&B 8'HT. `�r �'` _ ' *l 1 , $ c $ / / l7,"J f j 0 to 20 AO j. u s •[ ,�1 j {y y. $ /r SCALE IN FEET T • 7 CITY F C r{l i o — Z y • ( o / /r � 0y,:i • ,,,�1 IOVA CITY, IOWA I , w,4 / r / DECIDUOUS TREES CODE OTY BOTANICAL NAME COMMON NAME ROOT SIZE REMARKS 1 a / AME SER 3 Amelanchier alnifofa Servicebeny B&B 1.5'Cal MULTI-STEM r / I r ,- / / CER RIB 3 Garcia canadensis'Rising Sun' Rising Sun Redbud B&B 1.5-Cat MULTI-STEM -te r < 1 z // / �' 0 rBo I 0 / - 'III= mI i' /r 4111 CLA KEN 3 Cladrasts kentukea American Yellowwood B&B Malo _ _ EXISTING TREES , ! •f I(_ . } TO REMAIN,TYP. ~ w i I U 0 ," Y I /• I' NYS NAL 3 Nyasa sylvadce'NFldfire• Black Gum B&B 2"CaI �Y/ Z 1 LL a da N ' ...— N 2 m ', t(1)Quercus bicolor Quercus bicolor(1)' 10' 1 0 _1 g DUE BIC 2 quercus bicolor Swamp 1NhRe Oak B&B 2'+Cal LU Q IJ� 1 . > 1 ___) 1, , DC N < 00 Q I ' (3)OLA KEN / (ri, % J Q — W i . ( 111 O al �� S J CCI 1 n_ � �^_r� �J I; Q ----/ [Id '\ m iii I(y 3 L • f 3 ; - •.•.•[ . . iftAk,z1N.,.: N's, i , IrreArg:. 4,19,00 IL -/ , I 10,,, ,,, ,,,,,.. „7...... . .y/ •,,,„.... , . . .„„ ,,,,„. ,,,, • , , ,, , , „, ._ , - „.. / ......, , r I I /.,/ (3)PIN BUNi �� is c ,) _ c__)-'-','s'.1 (3)CER RI I ' -' iiT w o $ o (3)AME SER __ O �0 \ /4 •,(-11Th„ 4/ ,P g 8 La 8 L �. m t ''� � r i °d H o, a m u 411110 . • f4 _ I K 1i�, ��-- 4 a 1 \--t , I H ' „.. w 1.1*111.:4110 (/) '� (3)WS VAL i li L108 € ■ ._..._.. A �— B l C I D ■ _. II A B C I D I E I F 111 O 8 BASIS OF DESIGN: i/_ I MANUFACTURER:COVERWORX ''' BASIS OF DESIGN: PRODUCT:STEELWORX SQUARES �+m • COLOR/FINISH:TO BE APPROVED BY OWNER €` Z _ i MANUFACTURER:BARCO PRODUCTS MODEL*.SQ-18 I! _I 2 --x "�'"' PRODUCT:CENTRAL PARK BACKLESS BENCH INSTALLATION:PER MANUFACTURER'S RECOMMENDATION Z P` L.. SIZE:B' W r - COLOR/FINISH.TO BE APPROVED BY OWNER APPROVED EQUALS g a/�• 101 RCSHELTERSMODELACONTACTCUNNINGHTIO�J. r�i. 1 ,_ ' ' m F. 1 ```�`�—.-r.\ -:�I APPROVED EQUALS --1 er. .i. ir f - ..i i s +�` a L. _ SITESCAPES MODEL CV1-1100 SITESCAPES INC. _ 9 c CONTACT BROOKE NORRIS 402-421-8464 n * r'' c S+' o z ULTRASITE MODEL 695-S6.CONTACT CUNNINGHAM RECREATION. I Iii-tEI %J IQ, V m a TIMOTHY KISGEN 800-0438-2780 EX 178 ----- --- . .�tit t .� (a I1.J;: ° 4I V 0 BENCH O SHELTER - itt® O — NO SCALE NO SCALE f -ill III 1= u - - BASIS OF DESIGN: MANUFACTURER:BARCO PRODUCTS - ', PRODUCT:CASSIDY RECEPTACLE SIZE:32 GALLON COLOR/FINISH:TO BE APPROVED BY OWNER ' INSTALLATION:SURFACE MOUNT PER MANUFACTURERS RECOMMENDATION Q t MOUNT:SURFACE MOUNT a 2 _ APPROVED EQUALS 2 • p v„t, T+. SITESCAPES MODEL CV2-3000.CONTACT BROOKE NORRIS 402-421-9464I I.LI a J •�Y ULTRASITE MODEL JK-36FT.CONTACT CUNNINGHAM RECREATION.TIMOTHY KISGEN 800-0438-2780 EX 178 cI 0 U - N 3 I— o OTRASH RECEPTACLE _I IL NO SCALE 02 U LLI m_ o J v _ ; BASIS OF DESIGN: Q/ Du_ C7 R - i MANUFACTURER:BARCO PRODUCTS '-`- vi - - - Ji .�Ip PRODUCT:TRIANGULAR LOOP BIKE RACK LL c� o d')Y f B � SIZE 5(BIKE CAPACITY) r •� i ,.s. r LI 7,x. COLOR/FINISH:TO BE APPROVED BY OWNER 46, INSTALLATION:SURFACE MOUNT PER MANUFACTURERS RECOMMENDATION I. �P.R•.���.-` MOUNT:SURFACE MOUNT •^-�-- , 41��'1 APPROVED EQUALS SITESCAPES PRODUCT NO.EC2-05-SM.SITESCAPES INC.CONTACT BROOKE NORRIS 402-421-0484 6. 3 ',By DERO CAMPUS RACK.MODEL S5.CONTACT CUNNINGHAM RECREATION.TIMOTHY KISGEN 800-0438.2780 EX 178 3 fir i, , OBIKE RACK ILO— BASIS OF DESIGN: — 0 MANUFACTURER:MOST DEPENDABLE FOUNTAINS INC. PRODUCT:MODEL 10155SM()MTH ADDED HOSE BIB.) COLOR/FINISH:TO BE APPROVED BY OWNER INSTALLATION:PER MANUFACTURERS RECOMMENDATION m MOUNT:SURFACE MOUNT 'Z - F I O ., pO LL H m Z —_ K 6 L' aN 0 dal a l 7 4 4 C co 8 g :16..11—* ._..._.____. J F- LUB im O WATER FOUNTAIN L109 ••d NO ■ A I B I - --- C --- -I C E F ■ I. A I B I C I D I E I F IP LLZ u 50'9" j Z m ,,,,,i, I 1rauerho)V.-MIIIer Park 'r uWai • 176162 ,I DESIGN WI _ 1.. o 7.017 FEB —7 ,M 1'. ''_. 1 � ro —, X13 Y C1_EP.ii =_ DOUBLE .�R t. :a ask►! ` ter:1 U 6BWL �D.� r • . `• .;.� CITY, 10a�>-a. a SIDE 1£G UT � �i;- ;,_, - Iv DtDs � � Better.M+rwwHawd I►1,!9© Yrii� S?RiEB W..� .. r Roo,-.1, [E. III IkeV02 Frauenholtz-Miller Park 1800-1-1 ry V_ rza AIa eta .Ei t� viJt7. ' (z)- DOG UI'f 7,1, T,,,,,,. .� (2)ffBH \ F- BASIS OF DESIGN: r ' ® Ol I ( w n"'' c'"u-D6ENLDKL°' qIi, - . 7. E STRUCTURES asuct PRODUCT:PLAYSENSGROUND''It1, \ 11 �_ 1B„16�a _ T fWP P .� / SYSTEM TYPE:PLAY SENSE I 1 WMDBAR LCOPIADDSR V sro 'ABEL• O` I I \ DESIGN ID:A1008 STEEL DECK COLOR:BROWN TENDER TUFF COATING COLOR:TAN " POLYETHYLENE COLOR:ACORN I 2 PROSHIELD COLOR:ACORN 2 INSTALLATION:PER MANUFACTURERS RECOMMENDATION WOE J o ALL PLAY STRUCTURE COLORS SHALL BE APPROVED BY OWNER J E U 0 Lti 1xk. yy F U LU 5m D U J_ Q U }O .—. .mralm.mlli.mlloa. IL N 11 ly D- 17733/ TOD l SRG 171332 OSCSiLE On SITING INCLUDED) O (E,,E ,u.,.., 44144 WONT BUCKET SEPT LA vi P stag=mr— -- IIIIIIII "WEERCRINIS 10001FA SMING ,. 1140113 n4018 BASIS OF DESIGN: 3 BUJ SLAT BELT SEAN P/PBOr515G awes 1Y/FR .CRAM 3 B BE7.31 5E041 BBESS DDM OUGHT MANUFACTURER:LANDSCAPE STRUCTURES PRODUCT:PLAYBOOSTER SINGLE POST SWING SYSTEM TYPE:PLAY SENSE TENDER TUFF COATING COLOR:TAN POLYETHYLENE COLOR:ACORN PROSHIELD COLOR:ACORN INSTALLATION:PER MANUFACTURERS RECOMMENDATION ALL PLAY STRUCTURE COLORS SHALL BE APPROVED BY OWNER O 0 PLAYGROUND m H 2 r.0I I 111 BASIS OF DESIGN: ij o w 8 g - - MANUFACTURER:PIERCETON RUBBER PRODUCTIONS o d o a 1# c02 PRODUCT:DYNAMAT WEAR MATS 4 °'� COLORfFINISH:BLACK,2"X 48"X 24" 4 5 MODEL 8:R20C4824 i . INSTALLATION:PER MANUFACTURERS RECOMMENDATION J Q i g WEAR MAT 0 O fL110 aa IIIA B C I D I E I F ■ MI A B I C D 1E I F €�_ FINISHED GRADE A4 REBAR � �/ $ PCC LL I ���/������ I • Sc 1' I PLAY AREA WOOD CHIPS .•3 Z ' �J,�'ti.'�. I < •-•244,46 a •� SIDE FRONT a S = m c II 11 J1= i.•.•4•••• .X ♦ r• F 1 D i � _r8"�SDEWALK �$.�, 1111 II; �rj �! ����ii�•�•i•• 1� �♦ / '% 1Z� •2"GRAMAAR : i •. ? '••• SHELTER COLUMN - _ ,��/ _.. . - ��•I• SUBBASE :.• , I-• • ar,e/ SOD \ • \,,,,,.O COMPACTED\//\\,7", '^•e, 'Ire e FINISHED GRADE T• 7RS n" rRGS FINISHED GRADE • V0,4„ COMPACTED 8U8-ORIIDE \ '/tv#,,,r4,...„4",;, .. ��� 1 1 \ • :y M�,r., 2`COMPACTED '- \ \\ GRANULAR I } EXPANSION �� \` ..?, ,,,,,,, \ 11. 1.s 1 • - �=•�=•��=• :; SUBBASE COUPLING ♦♦ 1 , .„ V // _ • I ' 8 � �. �;z1 �♦'A .A wAAAA. A. ►.I AIca A _ moi..��////i.:. _ g v ! E W6 �~ �\ RIGID CONDUIT SHALL BE ROCKED TIGHT TO - -1-I -__1=111. ILII-II-I -_ II= lop I I I- 10; zI •II• •' Irr►` _ g 061PACTED .S\ �j I B m - / STRUCTURE ON INTERIOR OF SHELTER COLUMN. 1 -I I 1-I 1-J�I� I�I -I -I I-I I I - ISU9GRADE 1 V 6$ — i\ �%// ENO OF CONDUIT TO BE CAPPED. �� 1 I f7,,^�' t e -I _I —ITT=n I I I I I��i i i i- 1Tl_I� I I m q 1_ I r-11.6-01`I in: F,§ I OPCC SIDEWALK PCC CURB ELECTRICAL CONDUIT -1 H I I I H I- 1 I IET-T-1I 1=11- - NO ICALE O PC alwc O NO saYF =1X11 111=1 1- r -101 OBERM CROSS SECTION L � 1 7 IQ .III DRINKING FOUNTAIN, -_ REFER L109 -(�'I ; O EXCAVATED SOIL SEE DETAIL 1 PCC SIDALK RAMP OPENINGS I�40 r o 10•MIN / Oj NON-SHRINKLL FILL ANNULAR SPACE WITH GROUT.PENETRATION MUST BE CORED SQUARE SAW CUT WNOT BE ALLOWED //l.///// . %/// O//4 t © OUTLETS THROUGH INTAKE WALLS TO BE CMP,CORRUGATED.DOUBLE-WALLED HDPE:OR PVC. O EXTEND OUTLET PIPE INTO STRUCTURE AS REQUIRED TO INSTALL REMOVABLE RODENT GUARD GRATE. LL SIDEWALK RAMP a RODENT GUARD GRATES COMPLYING WITH IOWA DOT MATERIALS I 443.01 ARE REQUIRED FOR PIPES 6 INCHES AND SMALLER. Q Iran=ll II IMI [04� \/�1=11=11=. II-Ir II IIW...4 ..L-rc/ox,,,,I l 11-11 tax=*t7�x t.ry3 t 4 V V VV....T..' . a y --lI= 1 1111 r• I II II . . _ ' 5"BENDS a—Ir�lr n u=I a 2 ly n-Ir 1r II-I1 I .I: 11 In ll-11 11 11'11=11=11=11=11=11-11=11=11=11=11=11=11=11=11=1:"11"1!- _. 11=1=11=11=11:=2.-e I tTil >'aR I�1 111 1 t ,I ILel 01 II111111111111111111.11111111111=1.IIleM II IreI111111f 11�I111111.11711111.=iR11111 IIP P �I1��. .11� w =11-11 11-I II 11 11=I '11=11=11=11=11=11=11=11=11=11=1111r=11=11=11=11=11=11=11=11=1 II I J s ILL=�JIF11=1r 1!- T TZTAI I 11- -11=11 !I 11 11 0=11=1111-R=n-n-n=11=11=11 II 1!=IIg1 II 1@ ,- -J o 1-nO11=11=11=1!. 11. ii=11 11=11=11=11--4=11=i=11.-'. '1=11: 11. ll=ii=1 .II• _ -11=11-11=1l=1! .iI I O..6 11 h- =11=11=11=11=11=11.-.• -Ii ii 11=1 O L -1L=11=11=11=11 II 11 ii 1, Ir 11=11 1=11 11 11=11- -I-R' 0 -11=11=11=11 II B R J II I I11 a .• r s =11-11-11 II Ir IL I=t 9.=r_ . N a -.11,0.=..=..= II II II li 1.5 SCHEDULE 40 PCV PIPE u o u=n=u=11u=mm9=il n u n n=n u u n n u u n n n n n.l n n n i 0 -11 !1 JI-11 JI 11 S=I' a u-n n l II II n a n—g L ll .Lir.B II 6 n n o n g"n„Ir6 n DU 6 ZI, 1 5.BENDS Ir_1r=Tr_Ir •� NATIVE SOIL EXISTING SIDE � - „_„_._. � , _r O O 1.5”-2"AGGREGATE ��... \ O NON-WDOVEN GEO-TEXTILE FABRIC '1 ---'',,..,,,Mr SUMP DETAIL SURROUNDING AGGREGATE I,, _ OxoxuE ./11. IIII1 © © L J STORM SEWER NTAKE OR MANHOLE Q O WDOVEN CEO-TEXTILE FABRIC WRAPPED PLAY AREA WOOD CHIPS �'—, LL AROUND ROCK CHAMBER U- 1 IMINNIIIIII BACK OF CURB , — PLAN%1F1 PCC SIDEWALK 2:1 FLARED TRANSITION CURB AND GUTTER EXISTING SIDEWALK DETECTABLE WARNING O SUBDRAIN OUTLET t•••••.•••••••••••1•••••••••••••••••••••••••••••4:...•:n •.C.;•- Warning panels shall be painted �Q NOT 10 VALE NE4••••••••••••••••0••4,•••••••••••••.•••••••••..� _. . . ••• ••••••••••• • • •••etf-;t.!- ..b t... bock red in color and shall be ��•�e '•1♦���E���•�•�������•�� 1��•:�•:•�•�•�!=S- -'3fdc':' cast Iron manufactured by 3TI II 11 1 1 - _ II 11 11 II 11 11 IL II II 11 II II II IIr11 II= Neenah Foundry,East Jordan 1=11=11=11=11=11 I =11=11=11=11=11=11=11=11=11=11=11=11,--u=1=11=1 on wo ks.Meladome.or iire iiiIIIIIII 3 1l=11 11 11 11 1 11 I1=11=11=11=11=11=11=11=11=11=11=11=11=11=11=11= equivalent ■ 1=11=11=11=11=11— I '=!1=11=11=11=11=11=11=11=11=11=11=11=11=I1=11=1 '11=11 II II II II II II II I I!,,Jl-p-u-a-R-II...IL,,.;..II11 .11 11. IL 11= -II=11=11=11=11=I1=1-' -I =11.-1111=11=11= -II=1111=11I1=1l=1.00' 1.5'-2"AGGREGATE -TI--11.. 1I= ,_ =11 II n II n 11=11- 6"PERFORATED PVC PIPE VW FILTER SOCK -.--...-.-. NATIVE SOIL 2.1 FLARED TRANSITION N. CURB AND GUTTER O5 PLAY AREA SURFACING SECTION ea,aaE OSIDEWALK RAMP le%AC - . .•;l;, .•!III • BACKFLOW PREVENTER-REDUCED - --- PRESSURE ZONE ASSEMBLY. INSTALL PER CODE AND 2 • •.I, ,' $ MANUFACTURER REQUIREMENTS Yr Q ' CITY APPROVED WATER METER BRASS GATE VALVE rLu Y §i 1 • ,.,■ - :: MOM= TO BE SET BY LICENCE PLUMBER �n $ I I ALUMINUM BACK FLOW $ I 2 PREVENTER ENCLOSURE. - OLL • STOLORED INSTALL PER MANUFACTURER SPECS O w U W CONCRETE PANEL,TYP. CONCRETE 6'DEPTH PCC SIDEWALK BRASS GATE VALVE ,� i g W SEE DETAIL 1 Q g U STAMPED AND COLORED CONCRETE CONCRETE PAD AI REBAR,24"OC,TYP. INSTALL PER MANUFACTURER , 4 g SPECIFICATIONS 4 II 11T11 11 11=II=11=11 1 Ilnll 11 11 1 l l WATER SERVICE UNE WATER SERVICE UNE TO 11_II�II:,.II. IIPII1111 III=II�?IIPII�IIII-IMI `II, Via. DRINKING FOUNTAIN I-1L�1.If.:IIi-1I1101=''' � =�.II=I -L-�t SUBGRADE TO BE SCARIFIED TO A DEPTH OF 6"SITY � To AWE -11.I.IIiII-E01:21ILII IFIL=II=II 11 coJ SII .II. _.IL„_II.�j1� RECOMPACTED T095%STANDARD PROCTOR a la 1.II 11 H F. OTYPICAL TRAIL PLAN AND SECTION-ADD ALTERNATO METER BACKFLOW ENCLOSURE p so ewt L111 • A I B7 I c I- D I E I F . 4c ( 3 ) Prepared by:Dave Panos,Senior Civil Engineer,410 E.Washington St.,Iowa City,IA 52240,(319)356-5145 RESOLUTION NO. 17-40 RESOLUTION SETTING A PUBLIC HEARING ON FEBRUARY 21, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FRAUENHOLTZ-MILLER PARK PROJECT 2016, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Parks Maintenance Fund account# R4137. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 21st day of February, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 7th day of February , 20 17 . MA OR Approved by / ATTEST: �i .� . _• /`/t Lllnu�7+� CI NaritaRK11City Attorney's Office z/z A,7 pweng'masterslsetph.doc 1/11 Resolution No. 17-40 Page 2 It was moved by Botchway and seconded by Cole the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton ' WI Prepared by:Dave Panos,Senior Civil Engineer,410 E.Washington St.,Iowa City,IA 52240,(319)356-5145 RESOLUTION NO. 17-59 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FRAUENHOLTZ-MILLER PARK PROJECT 2016, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO POST NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and WHEREAS, funds for this project are available in the Parks Maintenance Fund account # R4137. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 15th day of March, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 21st day of March, 2017, or at a special meeting called for that purpose. Passed and approved this21st day of February ,20 17 . AY-NC— Approved by • \` /rIIv ATTESt : , \,•at\ a l�iPp wWA�t g�rP�r✓ LERK , City Attorney's Office 2I4 fl pweng1masters\res appp&s.doc 2/17 Resolution No. 17-59 Page 2 It was moved by Dickens and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Botchway X Cole X Dickens x Mims X Taylor X Thomas x Throgmorton pi o � . IOWA LEAGUE Qf CITI ES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders Frauenholtz-Miller Park Project 2016 Classified ID: 102199 A printed copy of which is attached and made part of this certificate, provided on 02/22/2017 to be posted on the Iowa League of Cities' interne site on the following date: February 22 , 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 2/22/2017 Alan Kemp, Executive Director w I Post 2/22 NOTICE TO BIDDERS Frauenholtz-Miller Park Project 2016 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 15th day of March, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 21st day of March, 2017, or at special meeting called for that purpose. The Frauenholtz-Miller Park Project will involve the following: Provide materials and labor associated with 1 Play Structure, 112 CY Mulch, 1335 SY of PCC Sidewalk, 1 park shelter, 3 benches, 1 bike rack, 1 drinking fountain with service line, seeding and sodding, 17 plantings, 355 SY of decorative concrete, 988 SY of cast-in-place concrete sidewalks, All work is to be done in strict compliance with the plans and specifications prepared by Shive Hattery, Inc., of Cedar Rapids, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two(2)year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 60 Specified Start Date: March 27, 2017 Liquidated Damages: $200 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A $25.00 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 Rapids reproductions / Technographics. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at(515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and BF-1 approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors,together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required 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. Posted upon order of the City Council of Iowa City, Iowa. DEPUTY CITY CLERK, CITY OF IOWA CITY BF-2 • Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, February 23, 2017 4:40 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 2.23.17 Notice To Bidders 1-2.pdf; 2.23.17 Notice to Bidders 2-2.pdf Certificate The undersigned, being first duly sworn on oath,states that The Construction Update Plan Room Network("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa,with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President/CEO of the CU Network, and that as such President/CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City Of Iowa City Curb Ramp Improvement Project 2017 City Of Iowa City Frauenholtz-Miller Park Project 2016 City Of Iowa City Iowa Avenue Bridge & East Bound Burlington Street Bridge Over The Iowa River Scour Repair& Mitigation A printed copy of which is attached and made part of this certificate,to be posted in the Construction Update Network Plan Room,a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation,on the following date(s): February 23, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. Cu K4cr- February 23, 2017 Date President/CEO of The Construction Update Plan Room Network Carla Long—Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d)515-657-4400 (o) 515-288-7339 (f) 515-288-8718 (e) mbinlanroom-dsm@mbionline.com (w)www.mbionline.com Era Find us on tillr Project Information Follow us on Social Medial ail Facebook .•nrJ .r,rl'.Uexbon INddue taletul+,i lowaBidDate.com 1 RECEIVED Post 2/22 FEB 2 2 2011 NOTICE TO BIDDERS Frauenholtz-Miller Park Project 2016 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 15th day of March, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 21st day of March, 2017, or at special meeting called for that purpose. The Frauenholtz-Miller Park Project will involve the following: Provide materials and labor associated with I Play Structure, 112 CY Mulch, 1335 SY of PCC Sidewalk, 1 park shelter, 3 benches, 1 bike rack, 1 drinking fountain with service line, seeding and sodding, 17 plantings, 355 SY of decorative concrete, 988 SY of cast-in-place concrete sidewalks, All work is to be done in strict compliance with the plans and specifications prepared by Shive Hattery, Inc., of Cedar Rapids, 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 fumished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly retum the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two(2)year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 60 Specified Start Date: March 27, 2017 Liquidated Damages: $200 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids ReproductionsfTechnographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A $25.0D 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 Rapids reproductions /Technographics. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at(515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and BF-1 approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required 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. Posted upon order of the City Council of Iowa City, Iowa. DEPUTY CITY CLERK, CITY OF IOWA CITY • BF-2 Prepared by:Dave Panos,Public Works,410 E.Washington St.,Iowa City,IA 52240(319)356-5145 RESOLUTION NO. 17-78 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE FRAUENHOLTZ— MILLER PARK PROJECT 2016. WHEREAS, All American Concrete Inc. of West Liberty, Iowa, has submitted the lowest responsible bid of$205,295.00 for construction of the above-named project; and WHEREAS, funds for this project are available in the Parks Maintenance Fund account # R4137; and WHEREAS, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to All American Concrete 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 program statements. Passed and approved this 21st day of March , 2017. 7212& M OR Approved{by ATTEST. ivl a _/fin F 07ML, CITY CLERK City Attorney's Office 3/ l,/it/ It was moved by Mims and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway g Cole g Dickens g Mims g Taylor X Thomas x Throgmorton FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and All American Concrete, Inc. ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 2nd day of February, 2017, for the Frauenholtz-Miller Park ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $205,295.00, which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers-0, attached hereto; b. "Statewide Urban Design and Specifications" (SUDAS) 2015 Edition, as amended; c. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti- Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and This Instrument. AG-1 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 acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $Amnt: Lynch Excavating $13,500 Outdoor Recreation $40,000 Soil Tek $22,500 DATED this 7-/ day of lIA.C31.{C , 20( City Contractor Suwon.) (Title) Qat- (Title)U)Carp •ikal MI /1reaa -e ATTEST: 4 ATTEST: .''if"v"9 (Title) fir sr:.G.a City Clerk (Company Official) Approved By: City Attorney's Office AG-2 4d(3) Prepared by:Dave Panes,Public Works,410 E.Washington St.,Iowa City,IA 52240(319)356-5145 Resolution No. 18-56 Resolution accepting the work for the Frauenholtz-Miller Park 2016 Project Whereas, the Engineering Division has recommended that the work for construction of the Frauenholtz-Miller Park 2016 Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty, dated March 21,2017, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Parks Maintenance Fund account # R4137; and Whereas, the final contract price is $239,015.03. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 6th day of March , 2018 i M or �� A roved by Attest y Ci Clerk Cj-eil—CAH a-2 g--) 3 ity Attorney's Office It was moved by Taylor and seconded by Salih the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Botchway x Cole x Mims x Salih x Taylor x Thomas x Throgmorton