Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CREEKSIDE PARK IMPROVEMENTS 2018 PROJECT
CREEKSIDE PARK IMPROVEMENTS 2018 PROJECT 15 -May -2018 Plans, Specs, proposal and contract, opinion of cost. 15 -May -2018 Res 18-152, setting a public hearing 21 -May -2018 Notice of public hearing 29 -May -2018 Res 18-179, Plans, Specs, proposal and contract, opinion of cost 30 -May -2018 Notice to bidders 03 -Jul -2018 Res -18-205, awarding contract (All American Concrete Inc.) 08 -Aug -2018 Form of agreement (all American Concrete Inc.) 08 -Aug -2018 Performance and payment bond 19 -Nov -2019 Res 19-270, accepting the work Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., lova City, IA 52240, (319)356-5044 Resolution No. 18-152 Resolution setting a public hearing on May 29, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Creekside Park Improvements 2018 Project, 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 account # R4341. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: 1. 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 290' day of May, 2018, 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. 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. A 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 May 2018 MaVor ' J p o/ved by Attest: Civ 1} C (��/L4�e_ L / City Clerk City Attorney's Office It was moved by Botchway and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: V1 Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton r•• CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWACITY IA522401825 State of Wisconsin County of Brown, ss.: PI Cnmeadia PRESS -CITIZEN MEDIA PART OFTHE USATODAY NETWORK AFFIDAVIT OF PUBLICATION 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: 0002927904 5/21/18 Copy of Advertisement Exhibit "A" 05/21/18 ®e® PUBt 3`a•. 2c r, 0'F i\N SG\\\`��/Jll 1110\0 $32.07 Subscribed and swom to before me by said affiant this 21th day of May. 2018 I otarhPubll 1�1g_ v Commission expires )tice is hereb given to ,ity Council ofvthe City of y Iowa, will conduct a 'hearing on plans, ons, form on contract imated cost for the an of the Creekside Park ents 2018 Project in said 00 p.m. on the 29th day of 8, said meeting to be held mina J. Harvat Hall in in said City, or if said meeting is cancelled, at meeting of the City the next Council therafter as posted by the City Clerk. Said plans, secifications, form of contract and? the estimated cost are now on file in the office of the cityclerk in City Hall in Iowa Ci v, Iowa, and may be inspected sted person may appear seting of the City Council purpose of making to and comments said plans ns, contract or the cost said improvement. isven by order of the it o the City of Iowa and as provided -by aw. FRUEHLING, CITY Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 18-179 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Creekside Park Improvements 2018 Project, 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 account # R4341. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to 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 26t day of June, 2018. 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 3'd day of July, 2018, or at a special meeting called for that purpose. Passed and approved this 29th day of May 2018. Ma or "oved by Attest:'' CityClerk City Attorney's Office Resolution No. 18-179 Page 2 It was moved by Botchway and seconded by adopted, and upon roll call there were: Ayes: Nays: Mims Absent: the Resolution be Botchway Cole Mims x Salih Taylor Thomas Throgmorton aje,61 IOWA LEAGUE QfCITIES 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 - Creekside Park Improvements 2018 Project Classified ID: 110590 A printed copy of which is attached and made part of this certificate, provided on 05/30/2018 to be posted on the Iowa League of Cities' internet site on the following date: May 30, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 5/30/2018 0J, W -WLY-:;;P Alan Kemp, Executive Director NOTICE TO BIDDERS CREEKSIDE PARK IMPROVEMENTS 2018 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 26'" day of June, 2018. 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 31d day of July, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 A.M. local time on Thursday, June 7, 2018 at the Creekside Park Shelter -1858 7th Avenue Ct., Iowa City, Iowa. This project includes removal and replacement of the existing shelter, restrooms, play area, play equipment, pavement and bridge; installation of drinking fountain, benches, bike repair station, dog litter bag station, garbage and recycling containers; site landscaping; and storm and sanitary improvements at Creekside Park. All work is to be done in strict compliance with the plans and specifications prepared by Snyder and Associates, Inc. of Iowa City, 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 five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 16, 2018 Specified Completion Date: May 31, 2019 Liquidated Damages: $500.00 per day NTB-1 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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950, Fax: 319-354.8973, Toll -Free: 800-779-0093, by bona fide bidders. A JE2a fee plus Jg2a for shipping and handling 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 the City of Iowa City, by bona fide bidders. The $50.00 deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 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 KELLIE FRUEHLING, CITY CLERK NTB-2 Julie Voparil From: Cindy Adams <CAdams@mbionline.com> Sent: Thursday, May 31, 2018 3:43 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 5.31.18 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 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 Mormon Trek Boulevard Four Lane To Three Lane Conversion and Lighting Improvements Iowa City Landfill and Recycling Center Dual Extraction System Construction Creekside Park Improvements 2018 Project Melrose Avenue Fiber Optic Extension Project 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): May 31, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. May 31, 2018 Date vQ f(AW, President/CEO of The Construction Update Plan Room Network Cindy Adams — Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street — PO Box 695 - Des Moines, Iowa 50306 (D) 515.657.4388 (0) 515.288.7339 Fax: 515-288-8718 (e) mbiolanroom-dsm@mbionline.com www.mbionline.com Project Information Find us" Follow us on Social Medial 91 Facebook if NOTICE TO BIDDERS RECEIVED CREEKSIDE PARK IMPROVEMENTS 2018 PROJECT MAY 3 0 2018 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 26th day of June, 2018. 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 3'd day of July, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 A.M. local time on Thursday, June 7, 2018 at the Creekside Park Shelter- 1858 7th Avenue Ct., Iowa City, Iowa. This project includes removal and replacement of the existing shelter, restrooms, play area, play equipment, pavement and bridge; installation of drinking fountain, benches, bike repair station, dog litter bag station, garbage and recycling containers; site landscaping; and storm and sanitary improvements at Creekside Park. All work is to be done in strict compliance with the plans and specifications prepared by Snyder and Associates, Inc. of Iowa City, 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 five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 16, 2018 Specified Completion Date: May 31, 2019 Liquidated Damages: $500.00 per day NTB-1 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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950, Fax: 319354-8973, Toll -Free: 800-779.0093, by bona fide bidders. A J§qM fee plus JgqM for shipping and handling 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 the City of Iowa City, by bona fide bidders. The $50.00 deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 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. KELLIE FRUEHLING, CITY CLERK NTB-2 Prepared by: Brett Zimmerman, Public Works, 410 E. Washington Sl., Iowa City, IA 52240 (319)356-5044 Resolution no. 18-205 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Creekside Park Improvements 2018 Project Whereas, All American Concrete, Inc. of West Liberty, Iowa has submitted the lowest responsible bid of $623,450.00 for construction of the above-named project; and Whereas, the bid includes the base bid and Alternates 1, 3, and 4; and Whereas, funds for this project are available in account # R4341. 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: The contract for the construction of the above-named project for the base bid plus Alternates #1, 3, and 4 is hereby awarded to All American Concrete, Inc. of West Liberty, Iowa, 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 the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 3rd day of July / , 2018 /, M or Attest; y) IY City Clerk Approved by // '' '' �`W-H i City A torney's Office (/ d7 10 It was moved by Mims and seconded by Bocchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: _X X X X X X U=bYIqll Botchway Cole Mims X Salih Taylor Thomas Throgmorton 06/22/2018 14:24 FAX 3193548973 TECHNIGRAPHICS ADDENDUM NO. 1 CREEKSIDE PARK IMPROVEMENTS City of Iowa City, Iowa June 20, 2018 From: Snyder & Associates 2727 SW Snyder Blvd Ankeny, IA 50023 Contact: Don Marner, Phone: 515-964-2020 To: All Plan Holders of Record 2001/003 This Addendum is issued to clarify, revise, add to, or delete information in the original Bidding Documents or in previous addenda and forms a part of the Contract Documents. Acknowledge receipt of this Addendum in the space provided on the Proposal Form. Failure to do so may subject bidder to disqualification. The bidder has the singular responsibility to make this Addendum available to sub -bidders that are not plan holders of record. This Addendum consists entirely of the following: Construction Plans Item No. 1: Sheet 3 of 16 Demolition plan construction notes Replace Note 2.1 with the following: "E. The existing chain link fence backstop and footings shall be removed by Owner. Item No. 2: Sheet 7 of 16 Utility plan Utility plan construction notes Replace Note I.A. with the following: "A, Contractor shall abandon existing water service at the water main as per City of Iowa City code and policies." Item No. 3: Sheet 7 of 16 Utility plan Utility plan construction notes Replace Note 1.B. with the following: "B. Extend water main (C900 PVC, DR -18) from existing 6" line to park property and install new hydrant. This work is to be done by boring 8" water line to the park site. See water main connection exhibit in Addendum No. 1." Creekside Park Improvements City of Iowa City H O D� _o ao C:= ' 1 n-< =r c-) ry rn <r'Mr'ri n. O^; AOJEN:iii1 0 Page$ of 3 m 06/22/2018 14:25 FAX 3193548973 TECHNIGRAPHICS Item No. 4: Sheet 7 of 16 Utility plan Utility plan construction notes Replace Note 1.C. with the following. "C. 2" (W copper) water service line from tap to curb stop." Item No. 5: Sheet 7 of 16 Utility plan Utility plan construction notes Add the following note: "1.F_ All water utility improvements shall be constructed as per City of Iowa City Water Department requirements including standard specifications and approved products for water distribution listing," 2002/003 Item No. 6: Sheet 7 of 16 Utility plan Utility plan construction notes Add the following notes: "4.F. Provide photocell for light pole and fixture which shall have a long life rating (min 8 -yr warranty)." "4.G. Coordinate meter pedestal location with Utility Owner. Meter size and pedestal requirements based on project need. Project includes furnishing and installing meter pedestal near service connection." Item No. 7: Sheet 10 of 16 Restroom building details Clarification: The foundation plan shown is an example foundation with the details to be used for construction. The restroom building layout for this project is shown on Sheet 9 of 16. Creekside Park Improvements ADDENDUM NO. 1 City of Iowa City Page 2 of 3 N O 0� m L+ C-)-4 �cr r =Gfr a rn*r D 70 g at1 Q CD COQ Creekside Park Improvements ADDENDUM NO. 1 City of Iowa City Page 2 of 3 WATER MAIN CONNECTION NOTES i. WATER SERVICE, PROVIDE THE FOLLOWING: A. REMOVE EXISTING HYDRANT AND TEE. SALVAGE TO THE CITY OF IOWA CITY WATER DIVISION. B. INSTALL 6" GATE VALVE. C. INSTALL 8" X 6" REDUCER. D. INSTALL 8" PVC MAK E. INSTALL 6" X 6" TEE. F. INSTALL PLUG. 90 :6 by 9Z Nnr ow PROJECTNAME ®� CREEKSIDE PARK IMPROVEMENTS WATER MAIN CONNECTION DETAIL SHEET REFERENCE: ADDENCUMM �SNYDER 7of16 ADDNO.1 &ASSOCIATES SCALE: NA DATE: 201"040 PROJECTIE 118.0264 Pane 3 of 3 'zl s. FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and A I I /Am 2VI cAxr C o r'1(-rtAe T✓) C ("Contractor"). WHEREAS, the City has prepared certain Plans, Specifications, Proposal and Contract dated the 151' of May, 2018, for the CREEKSIDE PARK IMPROVEMENTS 2018 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: 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 attached hereto; b. "General Conditions of the Contract for Construction" AIA DOC A201-2007, as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto; 0 g. Contractor's Completed Assurance of Contract ComplianceEGgrami, (Ant6nr� C Discrimination Requirements), attached hereto; i m h. Completed Form of Proposal; and rrT1 = i. This Instrument. o r AG -1 of 2 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 in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid plus Add Alternates No. ubbmiitted by form of proposal is in the amount of Six Hundred twenty three thousand four hundred fifty and o0/100 Dollars ($ 623, 450.00 ). 5. Final Completion date is May 31, 2019. DATED this day of 2018. city Contractor (Sig ure) (Signature) ,Tam-e-s;r r+cn (Printed name) Mayor ATTEST: 1�e a w- 1�. G1(ek[ (RQ (Printed name) Ci Clerk (Printed name) fe.r%a.. (Company OfficialTitle) ATTEST: d r l 0 �DVY) on (Printed name) Vice �t'�eS1j2n1L. (Company Official Title) C5 a, co cC= cs C-)� r CD r— A oved By: C3 �m � City Attorney's Office AG -2 of 2 ADDENDUM NO. 1 CREEKSIDE PARK IMPROVEMENTS City of Iowa City, Iowa June 20, 2018 From: Snyder & Associates 2727 SW Snyder Blvd Ankeny, IA 50023 Contact: Don Marner, Phone: 515-964-2020 To: All Plan Holders of Record This Addendum is issued to clarify, revise, add to, or delete information in the original Bidding Documents or in previous addenda and forms a part of the Contract Documents. Acknowledge receipt of this Addendum in the space provided on the Proposal Form. Failure to do so may subject bidder to disqualification. The bidder has the singular responsibility to make this Addendum available to sub -bidders that are not plan holders of record. This Addendum consists entirely of the following: Construction Plans Item No. 1: Sheet 3 of 16 Demolition plan construction notes Replace Note 2.E. with the following: "E. The existing chain link fence backstop and footings shall be removed by Owner." Item No. 2: Sheet 7 of 16 Utility plan Utility plan construction notes Replace Note 1.A. with the following: "A. Contractor shall abandon existing water service at the water main as per City of Iowa City code and policies. 0 O m Item No. 3: -=2 n' `n Sheet 7 of 16 > .q G-5 Utility plan �'� m Utility plan construction notesrr- rn Replace Note 1.B. with the following: —� _ "B. Extend water main (C900 PVC, DR -18) from existing 6" line to park property'aad MINI ne vO hydrant. This work is to be done by boring 8" water line to the park site. See water main._ connection exhibit in Addendum No. 1." Creekside Park Improvements City of Iowa City ADDENDUM NO. 1 Page 1 of 3 Item No. 4: Sheet 7 of 16 Utility plan Utility plan construction notes Replace Note 1.C. with the following: "C. 2" ('K' copper) water service line from tap to curb stop." Item No. 5: Sheet 7 of 16 Utility plan Utility plan construction notes Add the following note: "1.F. All water utility improvements shall be constructed as per City of Iowa City Water Department requirements including standard specifications and approved products for water distribution listing." Item No. 6: Sheet 7 of 16 Utility plan Utility plan construction notes Add the following notes: "4.F. Provide photocell for light pole and fixture which shall have a long life rating (min 8 -yr warranty)." "4.G. Coordinate meter pedestal location with Utility Owner. Meter size and pedestal requirements based on project need. Project includes furnishing and installing meter pedestal near service connection." Item No. 7: Sheet 10 of 16 Restroom building details Clarification: The foundation plan shown is an example foundation with the details to be used for construction. The restroom building layout for this project is shown on Sheet 9 of 16. Creekside Park Improvements ADDENDUM NO. 1 City of Iowa City Page 2 of 3 N O m a' �p� D � r r- C rtia rn _x 0 Creekside Park Improvements ADDENDUM NO. 1 City of Iowa City Page 2 of 3 v WATER MAIN CONNECTION NOTES 1. WATER SERVICE, PROVIDE THE FOLLOWING: FILED A. REMOVE EXISTING HYDRANT AND TEE. SALVAGE TO THE CITY OF IOWA CITY WATER DIVISION. B. INSTALL 6" GATE VALVE. C. INSTALL 8" X 6" REDUCER. 2010 AUG -8 AM IU: D. INSTALL 8" PVC MAIN. E. INSTALL 6" X 6" TEE. CITY CLER''� F. INSTALL PLUG. ICV: . CITY, 1� PPROXIMATE LOCATION OF EXISTING HYDRANT AND 6" MAIN 5 \�`�Fnd 1" Pipe -WATER MAIN CONNECTION LOCATION, VERIFY IN FIEL S PLAN VIEW PROJECT NAME: CREEKSIDE PARK IMPROVEMENTS SHEET REFERENCE: �SNYDER 7of16 &ASSOCIATES ADDENDUM#: ADD NO.1 SCALE: NA DATE: 2018-06-20 PROJECT t. 118.0264 Page 3 of 3 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 the worksheet on the next page). �es ❑ No My company has an office to transact business in Iowa. [r-Df1 /Y'e's ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. LrJ les ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Ev res ❑ 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: �n Dates: 01 / 01/ �to �1 e$� / ' Address: 14 9/ - City, State, Zip: We { 'b t riq 5�1� Dates: / / to Address: City, State, Zip: Dates: / / to / Address: You may attach additional sheet(s) i/ 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: N d 2. Does your company's home state or foreign country offer preferences to bidders who are residents 7,-) yLjLmes [} 3. If you answered "Yes" to question 2, identify each preference offered by your company's home statg_Worlign coFO and the appropriate legal citation. _,ca r a IM -'m 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: //���'I�1DXl.AM f,r^iGa-r1 n cr e =e) C. V / p Sianature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 158. This form has been approved by the Iowa Labor Commissioner BF -1 0 Main Office 319.627.2226 Phone 319.627.7235 Fax office@ aaconcre teinc. corn C o TE ®RCc 1489 Highway 6 West Liberty, 10. 52776 EQUAL EMPLOYMENT OPPORTUNITY POLICY Updated 7/22/2010 To All Employees of All American Concrete, Inc. A. Operating Statement * Estimating 319.627.2221 Phone 319.627.2227 Fax It is the policy of All American Concrete, Inc. to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, color, national origin, age, disability, creed, gender identity, marital status or any other classification protected by federal, state, or local laws. Such action shall include: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship, pre apprenticeship, and/or on job training. 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 All American Concrete, Inc. is Name: Jodi Simon Address: 1489 Highway 6 o �1 West Liberty, Iowa 52776 rtY t m --I c-) Telephone Number: 319-627-2226 � r '-5 M FILED 2018 AUG -B AM 10: 1 CITY CLERK IOVIA 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, a n d 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 contractwith the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC -1 of 8 N _o O m e -n A C D � c� �--CI Go --t n <m '-x o CC -1 of 8 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of 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 agrees as 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 sea.) 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? / l� 1 I I k (� Tn %�eo.kroovv1 O -t ov SkD p 4-ka �✓nt C � ock\, and in ou.ro�'�t e 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer?? (Please print) i—Q— �imon ---------------- 31q-Ga-i- *)a4G 148q Nw�4,W�s+ Lrb 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. CD )> D C c� 'tn CO 7 �r rn a CII CC -2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? =F IIS s+W+CJ on owr appIiCAJnmi . Wt also l,jCIU.Ae i� 1n 0.11 help WA.++CA aArtrivsinq. The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. /all AmG✓tcan Covxre+e Tnc. Business Na S ature �+ Print Name CC -3 of 8 31Q-GQ7-aaa 6 Phone Number %Ice Preside c+ Title -7 (P � Date ro 0 O m r' - tC-) CD r m -� o b u� "1 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 pronloWnal opportunities and encourage all qualified employees to bid on them.- o �h a U --I G7 Co _ rl CC -4 of 8 CITY OF IOWA CITY 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 as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 of 8 W o -< � rn m I CC -5 of 8 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, national origin, color, creed, disability, 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 -------------- 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 -6 of 8 N O C C C G7 n-G r _ �.. _. C7 co -:r- rn 3 c, CC -6 of 8 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 identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) 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 tot individuals are unwelcome, objectionable or not solicited for employment or membersh�gbecauae of age, color, creed, disability, gender identity, marital status, national origin, race, religiok7gmx orC sexual orientation. (Ord. 95-3697, 11-7-1995) v -� a3 m 0 r 7<r— M r�3 D. Employment policies relating to pregnancy and childbirth shall be governed by the followJrM Cj 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. r'J 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 CC -7 of 8 Inc.to a bona fide reuyious 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) 1. 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. 2. 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) 3. 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) 4. 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) 5. 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) 6. 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) N O G m '� ., ,r- rj M Cp� CC -8 of 8 B dumber SY94089 PERFORMANCE AND PAYMENT BOND All American Concrete Inc 1489 Highway 6 West Liberty IA 52776 , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and IMT Insurance Company (insert the legal title of the Surety) P O Box 1336 Des Moines IA 50306 , 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 ofsix Hundred Twenty-three Thousand Four Hundred Fifty & no/100ths Dollars ($ 623.450.00 -------------- ------------------------- ) 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 1JJ 1 3r � jE entered into a I (date) written Agreement with Owner for the CREEKSIDE PARK IMPROVEMENTS 2018 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 Snyder & Associates, Inc., 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 ugger the Agreement, the Owner having performed Owner's obligations thereuaqr) thgD,. uretcn may promptly remedy the default, or shall promptly: 5' - " -- c�-G r 1. Complete the Project in accordance with the terms and c�fI ion?°of to Agreement, or S E _s 2. Obtain a bid or bids for submission to Owner for completing: the Tmiect in accordance with the terms and conditions of the Agreement; aFd 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 PB -1 of 2 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 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 five (5) 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. M + O I SIGNED AND SEALED THIS i i0 DAY OF c )Lt -I IN THE PRESENCE OF: �d- & V►° Witness Witne All American Concrete. Inc.4/��� (Principal) fees:,cu a (Title) IMT Insurance Comoanv (Surety) �Jh moa ibl 0 h, jb" Nancy I utat, (Title)_ 6ttorne�-Fact U m C-) 4200 University Avenue Z2.2 a 6C7 T 1 (Streets t �m c r West Des Moines IA 5026�r— a (City, Statb, Z! ) 515-244-0166 r– PB -2 of 2 (Phone) C-� IMT INSURANCE POWER OF ATTORNEY "-< COr Know All Persons By These Presents, that IMT Insurance Company a corporation duly organized undCMe Is of t to of Iowa, and having its principal office in the City of West Des Moines, County of Polk, State of Iowa, hath made, coustid appo and does by these presents make, constitute and appoint S Jeffrey R. Baker, Nancy D. Baltutat, Patrick K. Duff, Mark E. Kiairnes Greg T. LaMair, Joseph 1. Schmit, Christopher R. Seiberling, and All Shaffer of West Des Moines and State of Iowa its true and lawful Attorney -in -Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, under- takings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: *****Unlimited Amounts***** and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of IMT Insurance Company, and all such acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of IMT Insurance Company on December 18, 1998. ARTICLE VIII, SECTION 4. - The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Fact and to authorize them to execute on behalf of the Company, and attach thereto the Corporate Seal, bonds, undertakings, recognizances, con- tracts of indemnity or other obligatory writings, excluding insurance policies and endorsements. ARTICLE VIII, SECTION 5. - The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power of Attorney authorizing the execution and delivery of any of the instruments described in Article VIII, Section 4 of the By -Laws. Such facsimile signature and seal shall have the same force and effect as though manually affixed. In Witness Whereof, IMT Insurance Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this day of , '2018 I<. IMT Insurance Company _'1; Sean Kennedy, President /►-- �= STATE OF IOWA 1 as: �+f„R.f1l COUNTY OF POLK J On this day of , 2018 , before me appeared Sean Kennedy, to me personally known, who being by me duly sworn did say that he is President of the IMT Insurance Company, the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by, authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of West Des Moines, Iowa, the day and year first above written. 4 sent cnav F CnnSEI9LN0.r87B2a - �' n rmwts Notary Public, Polk County, Iowa CERTIFICATE 1, Dalene Holland, Secretary of the IMT Insurance Company do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY, executed by said the IMT Insurance Company, which is still in force and effect. In Witness Whereof, I have hereunto set my hand and affixed the Seal of the Company on day of 2018 Dalene Holland, Secretary =L e.-••� --^: ?'c SY 06 06 (12117) N_ r_.W Prepared by: Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 19-270 Resolution accepting the work for the Creekside Park Improvements 2018 Project Whereas, the Engineering Division has recommended that the work for construction of the Creekside Parks Improvements 2018 Project, as included in a contract between the City of Iowa City and All American Concrete, Inc, of West Liberty, IA, dated August 6, 2018, 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 Creekside Park Redevelopment account # R4341;and Whereas, the final contract price is $636,146.14. 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 19th day of November , 2019 Mayor A rove Attest: City Jerk City Attorney's Office It was moved by Mims and seconded by adopted, and upon roll call there were: Ayes: 0.4 Nays: Salih Absent: the Resolution be Cole Mims Salih Taylor Teague Thomas Throgmorton CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONI FOR THE CREEKSIDE PARK IMPROVEMENTS 2018 PROJ IOWA CITY, IOWA May 15, 2018 0 OT m s m N v a r �h�o QRp4 ESS IOMq� Fyc/ TROY A. CULVER A I hereby certify that this Engineering Document was prepared by me or under my direct personal supervision and that I am a duly Licensed Professional Engineer under the Laws of the State of Iowa. Troy ACuly r, P.E. Date License Number 20165 My License Renewal Date is December 31, 2019 Pages or sheets covered by this seal: I hereby certify that the portion of this technical submission described below was prepared by me or under my direct supervision and responsible charge. I am a duly Licensed Professional Landscape DONALD P. * Architect under the Laws of the State of Iowa. MAA LANDSCAPE ARCHITECT 05/15/2018 rn � NO. Donald P. Marner, PLA Date 314 Q� License Number 314 tiq AP105�pe� Pages or sheets covered by this seal: License Expires: SPECIFICATIONS TABLE OF CONTENTS TC -1 Page Number TITLE PAGE CERTIFICATIONS SPECIFICATONS TABLE OF CONTENTS............................................................ TC -1 thru pg.2 NOTICE OF PUBLIC HEARING............................................................................. NPH -1 NOTICE TO BIDDERS............................................................................................ NTB-1 thru pg.2 NOTETO BIDDERS............................................................................................... NB -1 INSTRUCTION TO BIDDERS................................................................................. IB -1 thru pg.7 FORMOF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORMOF AGREEMENT........................................................................................ AG -1 thru pg.2 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 thru pg.2 CONTRACT COMPLIANCE PROGRAM N m (ANTI -DISCRIMINATION REQUIREMENTS)......................................................... tbw Pon WAGETHEFT......................................................................................................... th& pgf�— GENERAL CONDITIONS........................................................................................ r. -o m ra 1 a D SUPPLEMENTARY CONDITIONS......................................................................... jk;-1 ffip pg.16 BIDDER STATUS FORM (2 PAGES)..................................................................... BSF-1 thru pg.7 PART 1 GENERAL REQUIREMENTS................................................................... SP -1 thru pg. 7 PART 2 SPECIAL CONSTRUCTION...................................................................... SP -2 thru pg.7 TECHNICAL SPECIFICATIONS: 02 43 23 SITE SELECTIVE DEMOLITION............................................................. 02 43 23-1 thru 3 31 23 00 EXCAVATION AND EARTHWORK......................................................... 31 23 00-1 thru 7 32 13 13 CONCRETE PAVING............................................................................... 32 13 13-1 thru 16 32 13 73 CONCRETE PAVING JOINT SEALANTS ............................................... 32 13 73-1 thru 2 32 31 13 PAVEMENT MARKING............................................................................ 32 17 23-1 thru 2 TC -1 32 31 13 CHAIN LINK FENCING............................................................................ 32 31 13-1 thru 5 32 92 00 SEEDING AND SOIL SUPPLEMENTS................................................... 32 92 00-1 thru 14 32 93 00 PLANT MATERIAL AND PLANTING....................................................... 32 93 00-1 thru 15 33 05 00 COMMON WORK RESULTS FOR UTILITIES........................................ 33 05 00-1 thru 9 33 11 00 WATER UTILITY DISTRIBUTION PIPING.............................................. 33 1100-1 thru 10 33 31 00 SANITARY UTILITY SEWERAGE PIPING.............................................. 33 3100-1 thru 10 33 39 00 SANITARY UTILITY SEWERAGE STRUCTURES................................. 33 39 00-1 thru 15 33 41 00 STORM UTILITY DRAINAGE PIPING..................................................... 33 41 00-1 thru 15 33 46 05 SUBDRAINAGE....................................................................................... 33 46 05-1 thru 7 ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS FORM ATTACHIMNT: PLANS <r 0 w d J>: J u.> vt- �v _ ao O 0 N TC -2 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CREEKSIDE PARK IMPROVEMENTS 2018 PROJECT IN THE CITY OF IOWA CITY. IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given to that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form on contract and estimated cost for the construction of the Creekside Park Improvements 2018 Project in said City at 7:00 p.m. on the 29"' day of May, 2018, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council therafter as posted by the City Clerk. Said plans, specifications, form of contract and the estimated cost are now on file in the office of the city clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested person may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City - Council of the City of Iowa City, Iowa and as provided by law. KELLIE FRUEHLING, CITY CLERK NPH -1 ,n rn NOTICE TO BIDDERS CREEKSIDE PARK IMPROVEMENTS 2018 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 26'h day of June, 2018. 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 3rd day of July, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 A.M. local time on Thursday, June 7, 2018 at the Creekside Park Shelter- 1858 7th Avenue Ct., Iowa City, Iowa. This project includes removal and replacement of the existing shelter, restrooms, play area, play equipment, pavement and bridge; installation of drinking fountain, benches, bike repair station, dog litter bag station, garbage and recycling containers; site landscaping; and storm and sanitary improvements at Creekside Park. All work is to be done in strict compliance with the plans and specifications prepared by Snyder and Associates, Inc. of Iowa City, 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 ar*save harmless the City from all claims and damages of any kind caused directly or irlmrectloy the operation of the contract, and shall also guarantee the maintenance of the improver>j)�r L or&erio rl of five (5) year(s) from and after its completion and formal acceptance by the City.6 c t-< _� t --fc-) C." The following limitations shall apply to this Project: R1 /� Specified Start Date: July 16, 2018 0'� 2 • •! Specified Completion Date: May 31, 2019 Liquidated Damages: $500.00 per day r` NTB-1 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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City , Iowa 52240, Phone: 319-354-5950, Fax: 319-354-8973, Toll -Free: 800-779-0093, by bona fide bidders. A $50.00 fee plus $20.00 for shipping and handling 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 the City of Iowa City, by bona fide bidders. The $50.00 deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 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 produce(} Within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Stakites. Tobe Iowa reciprocal resident bidder preference law applies to this Project. 0 N ?-- Lh Cit �I ese the right to reject any or all proposals, and also reserves the right to waive J nica i ies arikf irregularities. N Ut- tFd�ted e oni4w r of the City Council of Iowa City, Iowa. �• Z Ua KELLIEMRLIESPING, CITY CLERK 0 N IOW 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: Envelope 2: Bid Bond and Bidder Status Form Form of Proposal NB -1 O O r• C' Lai -i r'D XV i eq � O O m C' o� INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction', 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in ttecontract documents. o O m F. A bidder is a person or entity who submits a bid. ny --Z G. A sub -bidder is a person or entity who submits a bid to a bide foMat ials, equipment or labor for a portion of the work. o � 3 M A ARTICLE 2 — BIDDER'S REPRESENTATIONS 2. The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. US 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3 – BIDDING DOCUMENTS 3. Copies A. Complete sets of the bidding documents may be obtained from the office of Office of Techniaraahics, a division of Raaids Rearoductions located at 415 Hiahland Toll -Free 800-779-0093 by bona fide bidders, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. A bidder receiving a contract award may retain the bidding documents, and the deposit will be refunded. Successful sub -bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither CW) the Owner nor the Architect assumes responsibility for errors or misinterpretations tr) reWlting from the use of incomplete sets of bidding documents. No partial sets N g z g— gbe issued. W0- w C� aking copies of the bidding documents available on the above terms, the .jer and the Architect do so only for the purpose of obtaining bids for the work, F -&Q do nor confer license or grant permission for any other use of the bidding z ziuluments. m _ DN Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. C. Interpretations, corrections and changes of the bidding documents will be made by EEJ addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than three (3) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to, 4execu;ion of, the contract. D. Each bidder shall ascertain prior to submitting a bid that he has rec6ived all addenda issued, and the bidder shall acknowledge their receipt in the prop@rt9catiOn on.16e bid form. - .b ARTICLE 4 — BIDDING PROCEDURES 4. Form and Style of Bids A. A separate copy of the bid form is contained within the back cover of this document. N 0 B. Fill in all blanks on the bid form by typewriter or manually in ink( m n� m C. Where so indicated by the makeup of the bid form, sums shall W:cprej3 ed 'w�Thoth words and numerals, and in case of discrepancy between ffia7jwo;Ahe cMnt written in words will govern. �m o� s D. Interlineations, alterations or erasures shall be initialed by theygner 8pthe t r E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. IM] G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in their bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. 4.3 Bidder Status Form A. Bidder Status form shall be submitted with the bid, in a separate envelope. 4.4 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB - Note to Bidders. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 3:00 p.m. on June 26, 2018. PM Bcn Surety bond shall be written on enclosed "Bid Bond" form bound within the project rrWual and the attorney-in-fact who executes the bond on behalf of the surety shall 0 cv !�dQ to the bond a certified and current copy of power of attorney. W CP- L-46 Owner will have the right to retain the bid security of bidders to whom an award .. J M }�eing considered until either: L•. r-4 The contract has been executed and bonds have been furnished. The specified time has elapsed so that the bids may be withdrawn. M 32 All bids have been rejected. 0 N 4.3 Bidder Status Form A. Bidder Status form shall be submitted with the bid, in a separate envelope. 4.4 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB - Note to Bidders. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 3:00 p.m. on June 26, 2018. PM C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting their bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these. Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resabmitte&J ARTICLE 5 — CONSIDERATION OF BIDS r=u 43 ri m 5. Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids _N A. The Owner will have the right to reject any or all bids, and qrj rejeGF;a bid not accompanied by the required bid security or by another data re*Q b)he bid"g documents, or to reject a bid which is in any way incomplete ormTelula_rr —4c') w (� 5.3 Acceptance of Bid (Award) =fir j o;:o Z A. It is the intent of the Owner to award a contract to thobwesVrespteadive responsible bidder provided the bid has been submitted in accordmice with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in their judgment, is in their own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, Im and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6. Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to C-3 furnish and perform the work described in the bidding documents. Ln 1 Yor to the award of the contract, the Architect will notify the bidder in writing if s i her the Owner or Architect, after due investigation, has reasonable objection to LV a —�_y such proposed person or entity. If the Owner or the Architect has reasonable _J !2 ,,_t§jection to such proposed person or entity, the bidder may, at the bidder's option: LL = 53 $2 Withdraw the bid. N 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. D. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds L•' M A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE-BID CONFERENCE Conference A. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on June 7, 2018, at Creekside Park located at 1858 7'" Avenue Ct., Iowa City, IA. U Parking _e Q A. Parking available on the adjacent street cv t � m H HN N O _ 0 nom, O Z r �r m -o M o:0 = Q tV FORM OF PROPOSAL CITY OF IOWA CITY CREEKSIDE PARK IMPROVEMENTS 2018 PROJECT Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on June 26, 2018 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CREEKSIDE PARK IMPROVEMENTS 2018 PROJECT in strict accordance with the Project Manual and the Drawings dated May 15, 2018, including Addenda numbered and , inclusive, prepared by Snyder and Associates, Inc. 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:; NO. DESCRIPTION OTYUNIT UNITPRICE CAMOUNT�' BASE BID 1 Demolition 1 LS $ $ 2 Earthwork 1 LS $ $ 3 Erosion Control 1 LS $ o $m 4 Water Main and Appurtenances 1 LS $ :En a 5 Sanitary Sewer 1 LS $T 6 Site Electrical Services 1 LS $ $ 7 Storm Sewer 1 LS $�� o 8 Subdrain System 1 LS $ r9�v 9 Open Shelter Building 1 LS $ $ 10 Restroom Building 1 LS $ $ 11 T' Depth PCC Street Pavement 1 LS $ $ FP -1 of 3 12 6" Depth, PCC Parking Pavement 1 LS $ $ 13 6" Depth, PCC Sidewalk/Trail Pavement 1 LS $ $ 14 5" Depth, PCC Basketball & Shelter Pavement 1 LS $ $ 15 Playground PCC Edger 1 LS $ $ 16 Fencing & Basketball Hoops 1 LS $ $ 17 Plant Material 1 LS $ $ 18 Seeding, Surface Restoration 1 LS $ $ 19 Mobilization 1 LS $ $ BASE BID TOTAL $ ADD ALTERNATES 1 Block Base 1 LS $ $ 2 Limestone Veneer Base 1 LS $ $ 3 Limestone Creek Access 1 LS $ $ cti 4 Site PW. enitiek 1 LS $ $ 3 May gui4®t Installation & Surfacing 1 LS $ $ w n- W> J��- } Utit '- = v3 co o � N FP -2 of 3 The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. 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. In submitting this Proposal, the undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project Final Completion date of May 31, 2019. C CU Firm: ah Signature: -�N I- Printed Name: Title: i^ Address: — o Phone: Contact: FP -3 of 3 Z � rr r N 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 Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (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 proyided 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 N Witness IWitness Attach Power -of -Attorney BB -1 of 1 O C] 0 Principal < — �- By �M cn Tite) -0 3 RI o= zg e al) . Surety ft By N (Attorney-in-fact) Attach Power -of -Attorney BB -1 of 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 15th of May, 2018, for the CREEKSIDE PARK IMPROVEMENTS 2018 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 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. b. C. d. e. Addenda Numbers attached hereto; "General Conditions of the Contract for Construction" AIA DOC=01-2007, o m as amended; D� Plans; 4n M =<rrn Technical Specifications and Supplementary Conditions;3;0 = v Performance and Payment Bond; t N 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 i. This Instrument. AG -1 of 2 9.' 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 in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid plus Add Alternates No. submitted by form of proposal is in the amount and _/100 Dollars ($ ). 5. Final Completion date is May 31, 2019. DATED this day of 2018. Citv Contractor Mayor ATTEST: (Printed name) City Clerk (Signature) (Printed name) (Company OfficialTitle) ATTEST: (Printed name) (Company Official Title) Approved By: City Attorney's Office AG -2 of 2 (Signatur a a LU J} (Raed et.E5 Q LL = �—Q c33 m o Mayor ATTEST: (Printed name) City Clerk (Signature) (Printed name) (Company OfficialTitle) ATTEST: (Printed name) (Company Official Title) Approved By: City Attorney's Office AG -2 of 2 PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and rR (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 the CREEKSIDE PARK IMPROVEMENTS 2018 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 Snyder & Associates, Inc., 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,f bond shall be null and void; otherwise it shall remain in full force and effect until saRtactory completion of the Project. C-, a A. The Surety hereby waives notice of any alteration or extension of tirRwacjgby tl Owner. r� M B. Whenever Contractor shall be, and is declared by Owner to be, in dkot u%er tl ev- Agreement, the Owner having performed Owner's obligations thereunder, the.Surety N 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 PBA of 2 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 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 five (5) 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 v7 ,erforqVncSe he Agreement for whose benefit this bond is given. The provisions of Chapter . _ 75 3, C�de &f tgwa0, are a part of this bond to the same extent as if it were expressly set out LLI J>- �h reian v�– �v aI AND SEALED THIS DAY OF 20_x. — IN THE PRESENCE OF: Witness Witness PB -2 of 2 (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program N 0 m m a O � N N 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 foranswering 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 demnations 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 th"ity's Human Rights Ordinance. The City's protected classes are listed at Iowa City City -Code seVon 2-3-1. 0 gn a co -{C i :<r--0 m rn C:)% N N CC -1 of 8 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. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor"- shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take 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 at sea.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Prowye a WheQ this=ate W tZ l LL = C 4. WhaDis t of your written Equal Employment Opportunity policy statement. posted? Officer? telephone number and address of your business' Equal Employment (Please print) ---- -------------- Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name CC -3 of 8 Phone Number Title Date I O CU :jq v - J M M t Cll N b' 0 ti N 0 O m =— M M N SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Documentthe 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) u2 Let potential employees know you are an equal opportunity employer. This can be done Nhy�Wtifying 0 (b) yourself on all recruitment advertising as "an equal opportunity employer". cruitment sources that are likely to diverse applicant Word-of-mouth = W CE yield pools. rt-yj&nent will only perpetuate the current composition of your workforce. Send recruitment y sons a letter annually which reaffirms your commitment to equal employment opportunity MW79quests their assistance in helping you reach diverse applicant pools. (c) x W Pilte and review your company's recruitment procedures to identify and eliminate = inatory barriers. (d) °M SeleW and train persons involved in the employment process to use objective standards 13 and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 of 8 CITY OF IOWA CITY 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 as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 of 8 t cu rr N O �1 .o 3> Cu t :_ cn rn O� H CC -5 of 8 rr N O 3> cn rn O� � N IV CC -5 of 8 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, national origin, color, creed, disability, 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 -------------- is: Name: to Q Adlbss: �p L7 Y ----------- = =2 W d U J>: M - CU�- Te ones ul!Rr:— — — — — — — — — — -cc IL �3 m o NOTE: Thisj�a SAWLE 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 -6 of 8 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 identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) 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 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 appGcarifs 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 -AK such under any health or temporary disability insurance or sick leave plan available in aweGttpn with employment or any written or unwritten employment policies and practices i(solving eMm ffi'and conditions of employment as applied to other temporary disabilities. *n a '7 i D 33. C-) E. It shall be unlawful for any person to solicit or require as a condition of employment phy eTplo or prospective employee a test for the presence of the antibody to the human immaficMcy virus. o= 0 An agreement between an employer, employment agency, labor organization or thuoemplWees, agents or members and an employee or prospective employee concerning employment, p 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 CC -7 of 8 Inc.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) 1. 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. 2. 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) 3. 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) 4. 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) 5. 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) s 6. Any employer who regularly employs less than four (4) individuals. For purposes of this seegon, individuals who are members of the employer's family shall not be counted as 0 N �oyees. (Ord. 08- 4312, 8-11-2008) LL! 113- LLJ Ut- LL = ►_-a 0 Se CC -8 of 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 anyjudicial 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") 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 p4Went of wages, within the five (5) year period prior to the award or at any time after the award, such violation fill constitute a default under the contract. :E2 y= D- IV. Waivers. If a person or entity is ineligible to contract with the City as a result of thegaa* Tuft Po cy it may submit a request in writing indicating that one or more of the following actions haveJ*entajgn: m v v a. There has been a bona fide change in ownership or control of the ineligible pers4 Dmen ffpr; b. Disciplinary action has been taken against the individual(s) responsible for the acts ging 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. 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. WT -1 of 2 STATE OF COUNTY WAGE THEFT AFFIDAVIT SS: upon being duly sworn, state as follows: 1. 1 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 many ju ial or administrative proceeding of committing a repeated or willful violation of the Iowa Q 1=ge�lent Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or W amy cdw�arable state statute or local ordinance, which governs the payment of wages in the last 5 J yp�rs.UF-- m O o N This instrument was acknowledged before me by Signature on 20 Notary Public in and for the State of WT -2 of 2 GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 N O _ C:) N 3.- ' f y= ico Zn F— r— M � mp C-) N b' H GC -1 N O _ C:) m 3.- ' f ico Zn F— r— M =� N b' t N GC -1 SUPPLEMENTARY CONDITIONS PART 1 -GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as ^tF'� ,key and additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents, 0 E. Delete all references to mediation and arbitration in their entirety. t _ { a'u 1.2 ARTICLE 1 - GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows: 1.1.1.1 Any reference within the Contract Documents of the Agreement botween Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor (hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. o_ B. Change paragraph 1.1.3 to read as follows: o �' 1.1.3 The term "Work" means the construction and services requi!:ay tA Con4t Documents, whether completed or partially completed, and includes a Q'Ver -labor, rem, materials, equipment, transportation, services, taxes, insurance an ottmr se ices provided or to be provided by the Contractor to fulfill the Contractor's ob4grtlonss.,., The�ggk may constitute the whole or a part of the Project. The Contractor shall p;' le a$ wor d materials required by any part of the Contract Documents. N y v C. Add the following paragraph 1.2.4: N 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after feeeipt e€ written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case as app{eP;iate rhv.nge OFd8F shall be .___ed dedu_ting the Ownermay deductfrom payments then or thereafter due the Contractor the reasenable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by SC -1 of 16 such default, neglect, or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 -CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner or Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission an failed failed to report it to the Architect. If the Contractor performs any construction N }� .t inyalyes �yty � involving a recognized error, inconsistency or omission in the W = QpTMract Documents without such notice to the Architect, the Contractor shall assume a responsibility for such performance and shall bear an appFePFiate amei,^' of the J all costs for correction. The Contractor shall perform no portion of the Work y time without Contract Documents or, where required, approved Shop Drawings, LL _ Uuct Data or Samples for such portion of the Work. ae o tre Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub -subcontractors, vendors, material providers and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. SC -2 of 16 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor., .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule F. Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects,, ^)(Genese . Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to, the Work not executed by the Contractor, improper or insufficient maintenance, ippropgr, operation, or normal wear and tear and normal usage. If required by the; Architect, the' Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the N Contractor that are legally enacted when bids are received or negotiations or not yet effective or merely scheduled to go into effect. Contract subcontractors will be provided a Sales Tax Exemption Certificate to materials, supplies, or equipment in the performance of the contract. 7 submit the information necessary for the certificates to be issued. A for said certificates shall be submitted to the City/Owner together in o, V H. Change paragraph 3.7.2 to read as follows: ry 3.7.2 The Contractor shall eerep' perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. I. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full apprepFiale responsibility for such Work and shall bear the costs attF batable `e the eemee a and expenses of correcting or replacing such Work. J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 21 days after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's SC -3 of 16 costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. if eitheF paFty disputes cca J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and one ropy ei all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. K. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Project and Work are located may be occupied and in use by the Owner during the execution of the tin Work The Contractor shall perform and coordinate its work in such a manner that the N por*s of the property occupied and in use will not be encumbered or the use Q ir6dsred with or interrupted. = L. W C lege 3.17 to read follows: _ paragraph as 3:1T e Contractor shall pay all royalties and license fees. The Contractor shall defend suits >- O"L@kns for infringement of patent rights and shall hold the Owner and Architect harmless frooc9lbss on account thereof, but shall not be responsible for such defense or loss when a a m part2lar design, process or product of a particular manufacturer or manufacturers is required +y by the Contract Documents, or where the copyright violations are contained in Drawings, .d Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property , but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, Fe@aFd'eas of whetheF OF Flat 6weh rlaim, damage, '866 eF expense is eaused *R Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or SC -4 of 16 benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4- ARCHITECT A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner, aeRtraeteF and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent corVtruction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform a Work in accordance with the requirements of the Contract Documents. The -Architect and t Owner will not have control over or charge of and will not be responsible for"acts or omissidAJ of the Contractor, Subcontractors, or their agents or employees, or any other pgrsons or entitk„ performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and eertify recommend to the Owner'the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract; Documents. Whenever the Architect considers it necessary or advisable for impleMpntation of the intent of the Contract Documents, the Architect will have authority -to recoMnend to the Owner to require additional inspection or testing of the Work i cor4ceh r � Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fab; completed. However, neither this authority of the Architect nor a decisiond9a0b irl good faltlt either to exercise or not to exercise such authority shall give rise to a duty3y�sponsibilif7o the Architect to the Contractor, Subcontractors, material and equipment sups, tb8ir agr or employees, or other persons performing portions of the Work. o� 3 S` N E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 3> c 4.2.10 If the Owner and Architect agree, the Architect will provide one or nfoPe project representatives to assist in carrying out the Architect's responsibilities at the site. The duties, Fespensibilities and limitations Of allthBFqty Of SU8h PF8jeGt FeffesentatiYes rhall be as set feFth 0 n an exhibit te be 'A69FPeFated on the GBRtFaGt DesumepAs�. 4.2.11 ut ee 4.2.11 The Architect will interpret and make recommendations to the Owner regarding deside matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. SC -5 of 16 4.2.12 Interpretations and recommendations dee sans of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations den'; An.% the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations dee 6 e a rendered in good faith. 1.6 ARTICLE 5 -SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement N shaOreserve and protect the rights of the Owner and Architect under the Contract Documents © _ vML3iespect to the Work to be performed by the Subcontractor so that subcontracting thereof LU a will ct prejudice such rights, and shall allow to the Subcontractor, unless specifically provided gut Xise in the subcontract agreement, the benefit of all rights, remedies and redress against .J r t5a&ntractor that the Contractor, by the Contract Documents, has against the Owner. Where a— affrWriate, the Contractor shall require each Subcontractor to enter into similar agreements LL z vtith?*ub-subcontractors. The Contractor shall make available to each proposed m SubBntractor, prior to the execution of the subcontract agreement, copies of the Contract N Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractorand the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wrengfall causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: S. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. SC -6 of 16 C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by Subcontractor, ten percent (10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by the Sub -subcontractors, five percent (5%) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. cit 1.9 ARTICLE 8 -TIME t y n A. Change paragraph 8.2.3 to read as follows: ': j 8.2.3 The Contractor shall proceed expeditiously with adequate forces and'shiall achieve - Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: V' 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer its workers to such points and execute such portion of its work as may be required to enable others to properly engage in and carry on their work. N O C. Change paragraph 8.3.1 to read as follows: o 8.3.1 If the Contractor is delayed at any time in progress of the Work by at or tssglect the Owner or Architect, or of an employee of either, or of a separate contraktoyemOyed the Owner, or by changes ordered in the Work, or by labor disputes, fireNAd_.-.-. F �'aekyep as, unavoidable casualties or other causes beyond the Contractor's cmiol, e Fray '�Qy y deh,T then the Contract Time shall be extended by Changeder I r syeh� reasonable time as the Owner, with the advice of the Architect, may a e i;W. Su delays shall not be a basis for damages. An extension of the Contract TiNo is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the SC -7 of 16 Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractors Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. Ali certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this effect. C. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper SC -8 of 16 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of -T tri Substantial Completion Certificate for the Work of the Contract. N r36. Notwithstanding anything in the Contract Documents to the contrary, amounts W W assessed to the Contractor as liquidated damages may be deducted by the —>>' V Owner from any money payable to the Contractor pursuant to this Contract. ~ The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to U.= V 3 the Contractor. m O e0 1.1 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractors Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. Ali certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this effect. C. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper SC -8 of 16 performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. Payment in the MAHAeF ..a with n the time PFGyided iA the r,...t..,,.t De6wnents. and shall se netify the AFeh test. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. WaRantes Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9.10.7: ' 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, f?,mMl acceptance, of the work by the City. --'L- —) --4c� cu 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY 3 � A. Add paragraph 10.1.1 1. 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 Sheet§ will be submitted to the Owner 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. _o B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equ�' nt 61cunuse6- methods are necessary for the execution of the Work, the Contractor she t19 Ow er reasonable advance notice and shall exercise utmost care and carry on s tivities under. supervision of properly qualified personnel. rn 1 ZZ� N C. Add paragraph 10.2.9: ;> 10.2.9 When required by law or for the safety of the Work, the Contractor shall-4ore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom, B. Change paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits SC -9 of 16 of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence ^- sae basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. 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. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Lr) Contractor with reasonable promptness. Q D. N Iy�, paragraph 11.1.4 in its entirety and add the following paragraphs 11.1.4 through W C 1W .J 1 Any policy or policies of insurance purchased by the Contractor to satisfy irresponsibilities underthis contract shall include contractual liability coverage, and LL = s kTbe in the following type and minimum amounts: m o Type E?Coveraae ev 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 Employer's Liability Each Accident $500,000 Each Employee $500,000 Policy Limit $500,000 Professional Liability (if applicable) $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. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. SC -10 of 16 Professional Liability, if applicable: The Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. [See attached]. 11. 1.5 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: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in 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 or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 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 requitement 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. 11. 1.8 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 and copies of such shall be attached thereto. S 11. 1.9 The Contractor shall include the City as additional insured on all policids except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional ggsured endorsement(s) shall make the Contractor's liability insurance primary -Jo the 9bvner's and, furthermore, shall not be contributing with any otherinsurance or sec ectiaq� available to the Owner, whether such available protection be primarytiwntriAtting of i excess. Owner shall be an Additional Insured with respect To `all -requires aforementioned coverages, which shall be stated on all Certificates orar. S h Certificates shall also state that the Governmental Immunities EaMerLmnt attached) apply and said endorsements shall be attached thereto, o D The Contractor shall require any of its agents and subcontractors who perm work and/or services pursuant to the provisions of this Agreement to purchase an maintain the same types of insurance as are required of the Contractor. 11.1.10 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. SC -11 of 16 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 11.1.11 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 seek specific performance or termination, as the case may be. 11.1.12 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, Wor duerto other activities not under this Contract but covered by the same insurance, 0 Nand*h losses exhaust the aggregate limits of Contractor's liability insurance, then in . d =th event the City may in its discretion either suspend Contractor's operations or U-1 " n' ac Al es under this Contract, or terminate this Contract, and withhold payment for work ,...JtopefMm— ed on the Contract. >- U LL Q 1 In the event that any of the policies or insurance coverage identified on mCondor's Certificate of Insurance are canceled or modified, 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. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any insured property; SC -12 of 16 .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; allow for partial utilization of the Work by OWNER; include testing and startup; and be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured orladditional insured. 11.3.3AII the policies of insurance (and the certificates or other'evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled ormaterially changed or renewal refused until at least 30 days prior written notice'has been given to OWNER and CONTRACTOR and to each other additional insured to whom avertificate of insurance has been issued and will contain waiver provisions. - 11.3.5 If CONTRACTOR requests in writing that other special insurance be4§cluded in the property insurance policies provided under paragraph 5.06r_Q IM sh4 possible, include such insurance, and the cost thereof will be chargeCOOO&ZRAC by appropriate Change Order or Written Amendment. Prior to comffiegicemnt owe Work at the Site, OWNER shall in writing advise CONTRACTOR w r knot uch other insurance has been procured by OWNER. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follow -, N 11.4.1 The Contractor shall furnish a Performance Bond and Labor and.Materi-.* ayment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the SC -13 of 16 Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. �6 The Surety agrees that other than as is provided in the Bond it may not demand ,pf the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) C) NurrWtany clerical assistance, (d) render any service, (e) furnish any papers or ocffij;n nts, or (0 take any other action of any nature or description which is not required of thd�wner to be done under the Contract Documents. }jf.4`s' rety shall be satisfactory to the Owner and shall be authorized to do business ;!n t"late of Iowa. m o 1.13 OkRTICLE 13 - MISCELLANEOUS PROVISIONS N A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa at the plaee where the PFej et is i,.,.ated a pt that of the ....w, es ha'.'. ..,.i,.AtAd AF -h kAtiAA AS the mt--thnrl s binding ass pute F elut on the o,.a,.Fal nFh tFAti .., nGt shall gave,, Seetien 19 n B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if Jae sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. SC -14 of 16 E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance F. Add the following Section 13.9: 13.9 The Contractor shall maintain 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. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the W&'i, including compensation for the Architect's services and expenses made necessaitheret�and ter damages incurred by the Owner and not expressly waived, such exces`slf�l b aid tole Contractor. If such costs exceed the unpaid balance, the Contractor sh�tl ply th differeme to the Owner. The amount to be paid to the Contractor or Owner, as thea e may be,�ll be certified by the Initial Decision Maker, upon application, and this obligat�}r pa mentr"ll survive termination of the Contract. The Contractor shall bear all tezti6� pa accounting, and legal expenses made necessary as a result of nag9n o& We Contract. r� 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15. 1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration terms of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been SC -15 of 16 implemented by Change Order will not be considered and is deemed waived by the Contractor. unless submitted n a timely FnanReF. 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The 8PPF8yal eF Fejeet `^n of ^ ^lawn by the 'nitin' ^^'n0^^ ^.^° he pp to C)c. ael ragraphs 15.2.6 and 15.2.6.1 in their entirety. � _ Q D. O-DDe"15.3 MEDIATION in its entirety. W J U-) r,1- � E. DPOetp�ection 15.4 ARBITRATION in its entirety. L Q F --Q F. Add following paragraph 15.5 to read as follows: 15.5e Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. SC -16 of 16 3idder 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 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. ❑ 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. z- C"b To be completed by resident bidders G1 Part B r; My company has maintained offices in Iowa during the past 3 years at the following addresses:[ Dates: / / to / / Address:` 4:11 City, State, Zip: 9 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 8 C o 1. Name of home state or foreign country reported to the Iowa Secretary of State:0 C-) _ D� -c cJ — 2. Does your company's home state or foreign country offer preferences to bidders who are resiir'fft? � YY a No <r _m = 3. If you answered "Yes" to question 2, identify each preference offered by your company's ho cite sr foreiO country and the appropriate legal citation. y na 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. 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. BSF-1 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 Q requi4kd by the Secretary of State, has filed its most recent biennial report, and has not filed aftCO of dissolution. WLU CIEC� ❑ Yes ❑„Nct t�iness is a corporation whose articles of incorporation are filed in a state other than Iowa, �. $oUrporation has received a certificate of authority from the Iowa secretary of state, has filed Hs. st recent biennial report with the secretary of state, and has neither received a certificate of GQllrawal from the secretary of state nor had its authority revoked. ❑ Yes No � O 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. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has fled 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. BSF-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 anew 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 beyond4he statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make'ihe bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.2i. 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 Actiorr,--Noipe ifianges}a�"1 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 pr*j Coo belwarded to the lowest responsible bidder; to clarify that only office addresses, not construction workstt0s, 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 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 procedures are included in these rules because variance provisions are set forth in 87 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 0 m 3 ter• N�trianre pter4l . M '= v i !V w 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. BSF-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 fat least three years prior to the date of the first advertisement for the public improvement. lf�nother or fWign country has a more stringent definition of a resident bidder, the more stringent ditior Pap a as to bidders from that state or foreign country. "Res&ntfiWforce preference" means a requirement in which all or a portion of a labor force LAach improvement is a resident of a particular state or country. hen used with respect to any specified person or entity, is an affiliate controlled by i or entity directly or indirectly through one or more intermediaries. 875— .2(73,&epordng of resident status of bidders. 15"(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; BSF-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 Wertificate of authority has been approved and no notice of cancellation has been filed by the limited p, crship the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed ill this stdta, - 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 statc;.the car ration (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 imppuvement, the bidder shall meet the following criteria for the three-year period prior to the first advertigient for the public improvement: KZ� _ � a. Continuously maintained a place of business for transacting business in Io%sat azuitab7l for more than receiving mail, telephone calls, and e-mails; and n–C b. Conducted business in the state for each ofthose three years and filed an Iowa insects tax;&m, applicable, made payments to the Iowa unemployment insurance fund, if applicable,'' iIr_trRaittlned Iowa workers' compensation policy, if applicable, in effect for each of those three yeaim— tV v 875-156.3(73A) Application of preference. When awarding a contract for a public` mmprotTent 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. BSF-5 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 co ted written complaint form shall be submitted to the commissioner at Labor Services jB*ston00 E* Grand Avenue, Des Moines, Iowa 50319. ;1! 156 ) ffi tNM complaint form. The commissioner shall prepare a written complaint form that a Lurson h iation regarding a potential violation of the Act may submit pursuant to subrule �J16.4(1))+leritten complaint font shall request the following information: the name, address, „ elephone ingnn F`, and e-mail address of the complainant; the name of the bidder that is believed to have viola th, a description of any relationships between the complainant and the bidder; an identcati6d a public body to which the bidder submitted a bid; the home state or foreign country ofiddea'�a description of the goods and services provided under the bid; and such additional infomTation as requested by the commissioner. 156.4(3) Availability ofwritten 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 to the merit system provisions of Iowa Code chapter 8A, subchapter IV. BSF-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 determinanors 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 o this NO may file a written request for an informal conference. The request must be received by twithin' divAn wiih 15 days after the date of issuance of the division's determination. During the conference; th8 part) seeking- review eekingreview may present written or oral information and arguments as to why the division's determination should'be,'FF amended or vacated. The division shall consider the information and arguments presented Md issue 2C written decision advising all parties of the outcome of the informal conference. _ w� 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."' r 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is tt iect to a civil penalty in an amount not to exceed $1,000 for each violation found in a fust investigation by tMEdivision, not to exceed $5,000 for each violation found in a second investigation by the divisiorv;and noex $15,000 for a third or subsequent violation found in any subsequent investigation by *Rvi9'_%. Eaac violation of this chapter for each worker and for each day the violation continues constimesca separate distinct violation. In determining the amount of the penalty, the division shall consider theapgmPABenes the penalty to the person or entity charged, upon determination of the gravity of the 4atiot�i s). collection of these penalties shall be enforced in a civil action brought by the attorney genu be a f of ®e 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 NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. BSF-7 E1 SPECIAL PROVISIONS FOR PART 1 - GENERAL REQUIREMENTS INDEX 1. DEFINITION AND INTENT 6. SUBMITTALS 2. WORK REQUIRED 7. STANDARDS AND CODES 3. SALVAGE OF MATERIALS AND 8. MATERIALS TESTS EQUIPMENT 9. FIELD TESTS 4. PLANS AND SPECIFICATIONS 10. MEASUREMENT AND PAYMENT 5. CONSTRUCTION FACILITIES 11. INCIDENTAL CONTRAC ITEMS DEFINITION AND INTENT A. The Technical Specifications that apply to the materials and constructiop� practices for this project are defined as follows: 1. The 2018 edition of the Iowa Statewide Urban Specificationsfor-Frublic Improvements (SUDAS), except as modified by these Special Provisions to the Technical Specifications. 2. The intent of the Technical Specifications is to describe the construction desired, performance requirements, and standards of materials and construction. a. Engineer: Snyder & Associates, Inc.,320 E. Prentiss Sfc_et, Iowa City, Iowa 52240; Phone (319) 359-7676. o = 2. WORK REQUIRED _ r =ac cn A. Work under this contract includes all materials, labor, equipmen nspWatiM traffic control and associated work for the construction of the Crg9 de9#ark M Project, as described in the Official Publication. D c* co B. This project consists of one contract for all work described. C. Schedule and coordinate the construction work to facilitate timely construction of the improvements. 3. SALVAGE OF MATERIALS AND EQUIPMENT A. City of Iowa City retains first right of refusal for retaining any existing materials removed by the contractor during the course of construction. B. The Contractor shall carefully remove, in a manner to prevent damage, all materials and equipment specified or indicated to be salvaged. The Contractor shall protect and store items as specified. Creekside Park SP1 - 1 PART 1 — GENERAL REQUIREMENTS Iowa City, Iowa 3 a C. Any items damaged in removal, storage, or handling through carelessness or improper procedures shall be replaced by the Contractor in kind with new items. 4. PLANS AND SPECIFICATIONS A. The Owner will furnish 5 sets of plans and specifications to the Contractor after award of the contract. The Contractor shall compensate the Owner for printing costs for additional copies required. B. Provide one set of plans and specifications for each foreman and superintendent in charge of each crew on the job. 5. CONSTRUCTION FACILITIES s In Q AN Prgyide telephone numbers where Contractor's representative can be reached w g work days and on nights and weekends in the event of an emergency. „J Bin cditvide and maintain suitable sanitary facilities for construction personnel for >EQation of work; remove upon completion of work. not store construction equipment, employee's vehicles, or materials on streets N 63en to traffic. Location for storage of equipment by Contractors is subject to approval by the Owner and Engineer. D. The Contractor shall provide suitable storage facilities necessary for proper storage of materials and equipment. 6. SUBMITTALS A. Provide construction schedule showing dates of starting and completing various portions of work. B. Provide 3 copies plus copies required by Contractor. This information shall be submitted to the Engineer at the preconstruction conference or at least 14 days prior to utilization of the particular item on this project. Submit the following information for Engineer's review: 2. 3. 4. 5. Creekside Park Iowa City, Iowa Testing reports as outlined in Sections 8 & 9. Manufacturer's data for materials that are to be permanently incorporated into the project. Details of proposed methods of any special construction required. Submit purchase orders and subcontracts without prices. Such other information as the Engineer may request to ensure compliance with contract documents. SP1 - 2 PART 1 - GENERAL REQUIREMENTS I STANDARDS AND CODES A. Construct improvements with best present day construction practices and equipment. B. Conform with and test in accordance with applicable sections of the following standards and codes. 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Society for Testing and Materials (ASTM). 3. Iowa Department of Transportation Standard Specifications (IcLwa DOT). N 4. American National Standards Institute (ANSI). 7;% ih 5. American Water Works Association (AWWA). x'11 6. American Welding Society (AWS). 7. Federal Specifications (FS). 8. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 9. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 10. Standards and Codes of the State of Iowa and the ordinances of the City of Iowa City, Iowa. 11. Other standards and codes which may be applicable to acceptqDAe standards of the industry for equipment, materials and irWallatidd under the contract. C) _ D� ic MATERIALS TESTS �C-) r r A. Material testing is incidental to construction and will be complete M independent testing laboratory retained by the Contractor and*-veby tto Engineer. Testing shall meet the requirements of Iowa SUDAsi.J B. Coordinate all material testing with the Engineer. C. Provide transportation of all samples to the laboratory. D. Do not ship materials to the project site until laboratory tests have been furnished showing compliance of materials with specifications. E. Provide gradation and materials certifications for all granular materials. Certify that sources of Portland Cement and aggregates are Iowa DOT approved. Creekside Park SPI - 3 PART 1 - GENERAL REQUIREMENTS Iowa City, Iowa F. Certify that materials and equipment are manufactured with applicable specifications. 9. FIELD TESTS A. Field testing is incidental to construction and will be completed by an independent testing laboratory retained by the Contractor and approved by the Engineer. Testing shall meet the requirements of SUDAS. B. Coordinate all field testing with the Engineer. C. If test results do not meet those specified, the Contractor shall make necessary corrections and repeat testing to demonstrate compliance with the specifications. Contractor shall pay all costs for retesting. W2 1CC) M5*M* L $SMENT AND PAYMENT g o: C) w A.0- t_ ract lump sum prices are full compensation for furnishing all materials, "' � ment, tools, transportation and labor necessary to construct and complete >- fee item of work as specified. No separate payment will be made for work _ ded in this project except as set forth in the bid item reference notes. All oar items of work are incidental to construction. B. Bid Item 1: Demolition (LS) - Lump sum price includes removal of the existing shelter building, existing basketball court, existing pavements, existing bridge and abutments, existing utilities, and associated materials as noted to be removed on the plans. Contractor to verify demolition quantities. Measurement for payment based on the percentage complete of demolition. C. Bid Item 2: Earthwork (LS) - Lump Sum price includes import, excavating, hauling, depositing, compacting, grading, strip and work necessary to conform to lines, grades and slopes as shown on the plans and taking into account all staging of the construction. Lump Sum price includes placement of the excavated material as compacted fill and soil testing by an independent laboratory during construction as specified. Measurement for payment will be based on percentage complete. D. Bid Item 3: Erosion Control (LS) - Includes all materials, labor and equipment required to protect the project site from erosion, silt fence and comply with the pollution prevention plan shown in the plans. Measurement for payment will be based on percentage complete. E. Bid Item 4: Water Main and Appurtenances (LS) - Lump sum price includes installation of the water main and service system as per the plans and specifications, including the excavation and connection to existing main, installation of water main, boring, service piping, backfill and compaction, testing, and associated work. Measurement for payment will be based on percentage complete. F. Bid Item 5: Sanitary Sewer (LS) - Lump sum price includes installation of the sanitary sewer system as per the plans and specifications, excavation and connection to existing sanitary sewer manhole, installation of sanitary sewer Creekside Park SP1 -4 PART 1 - GENERAL REQUIREMENTS Iowa City, Iowa pipe, boring, installation of clean -outs, manholes, backfill and compaction, testing, and associated work. Measurement for payment will be based on percentage complete. G. Bid Item 6: Site Electrical Service (LS) - Lump sum price includes installation of the electrical service as per the plans and specifications, including coordination with local electrical utility, connection to existing service, installation of electrical service and conduit, light pole and associated work. Measurement for payment will be based on percentage complete. H. Bid Item 7: Storm Sewer (LS) - Lump sum price includes installation of RCP storm sewer as per the plans and specifications, to construct, install and place pipe, manholes, intakes, all connections, aggregate and associated work. Measurement for payment will be based on percentage complete. I. Bid Item 8: Subdrain System (LS) - Lump sum price includes installation of subdrain system as per the plans and specifications, to construct, install and place subdrain tile, cleanouts, intake fittings and pea gravel in the playground area and associated work. Measurement for payment will be based on percentage complete. J. Bid Item 9: Open Shelter Building (LS) - Lump sum price includes materials, permits, equipment, labor for the pre-engineered building kit of the entire pen ••' +�" shelter building including but limited to footings, columns, roof structurof, finishes, hardware, electrical, and associated work to provide a full funw ing open shelter as shown on the plans in accordance with manufa�r'smc -n recommendations and as specified. Measurement for payment a Med g0.. percentage complete. c-�-G — K. Bid Item 10: Restroom Building (LS) - Lump sum price includes;60eria3, permits, equipment, labor for the pre-engineered building kit of tlivi�,htirr,,, restroom building including but limited to footings, foundation, fl c , wallcroof structure, roof, ceiling, finishes, hardware, electrical, mechanical, water service, sanitary sewer service, and associated work to provide a full functioning restroom facility as shown on the plans in accordance with manufacturer's recommendations and as specified. Measurement for payment will be based on percentage complete. L. Bid Item 11: 7" Depth PCC Street Pavement (LS) - Lump Sum price includes subgrade preparation, trimming, forming, adjusting fixtures, furnishing and placing concrete of the specified type, vibrating, finishing, curing, protecting, saw cutting, joints, testing and associated work for the street pavement. Measurement and payment based on the percentage complete of in-place material. M. Bid Item 12: 6" Depth, PCC Parking Pavement (LS) - Lump Sum price includes subgrade preparation, trimming, forming, adjusting fixtures, furnishing and placing concrete of the specified type, vibrating, finishing, curing, protecting, saw cutting, joints, testing and associated work for the PCC parking stalls area. Measurement and payment based on the percentage complete of in-place material. Creekside Park SP1 -5 PART 1 - GENERAL REQUIREMENTS Iowa City, Iowa N. Bid Item 13: 6" Depth, PCC Sidewalk/Trail Pavement (LS) - Lump Sum price includes subgrade preparation, trimming, forming, adjusting fixtures, furnishing and placing concrete of the specified type, vibrating, finishing, curing, protecting, saw cutting, joints, testing and associated work for sidewalk. Measurement and payment based on the percentage complete of in-place material. O. Bid Item 14: 5' Depth, PCC Basketball & Shelter Pavement (LS) - Lump Sum price includes subgrade preparation, trimming, forming, adjusting fixtures, furnishing and placing concrete of the specified type, vibrating, finishing, curing, protecting, saw cutting, joints, testing and associated work for the basketball court and shelter pavement. Measurement and payment based on the percentage complete of in-place material. P. Bid Item 15: Playground PCC Edger (LS) - Lump Sum price includes subgrade preparation, trimming, forming, adjusting fixtures, furnishing and placing concrete _r of the specified type, vibrating, finishing, curing, protecting, saw cutting, joints, testing and associated work for the playground PCC edger. Measurement and [� N ment based on the percentage complete of in-place material. LL! 4, . �� Item 16: Fencing & Basketball Hoops (LS) - Lump sum price includes �Or viding and installing baseball backstop with fabric, posts, tops, fabric ties, LL- _4Vcing, tension bars, tension wire, rails, and fittings and accessories for a s c-mplete and operational backstop as shown on plans. Also including basketball ops and associated footings. Measurement for payment will be based on percentage complete. R. Bid Item 17: Plant Material (LS) - Lump sum price includes providing and installing the plant material as shown on plans. One year Maintenance and warranty to be included. Measurement for payment will be based on percentage complete. S. Bid Item 18: Seeding, Surface Restoration (LS) - Lump Sum price includes furnishing and installing all materials, equipment and labor necessary to finish grade and seed all areas disturbed by construction. Including temporary seeding of the site in the fall of 2018 and permanent seeding in the spring of 2019. Measurement for payment based on the percentage complete of surface restoration. T. Bid Item 19: Mobilization (LS) - Lump Sum price shall consist of preparatory work and operation for all items under the contract, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, multiple mobilizations, construction fencing, construction staking and incidentals to the project site, which must be performed or costs incurred prior to beginning work on the various items on the project. Payment shall occur as stated in the Urban Standard Specifications. U. Add Alternate No. 1: Block Base (LS) - Lump sum price includes the additional work and cost for providing split face block along the base of the restroom and open shelter structures as shown on the plans. Creekside Park SP1 - 6 PART 1 - GENERAL REQUIREMENTS Iowa City, Iowa V. Add Alternate No. 2: Limestone Veneer Base (LS) — Lump sum price includes the additional work and cost for providing limestone veneer along the base of the restroom and open shelter structures as shown on the plans. W. Add Alternate No. 3: Limestone Creek Access (LS) — Lump sum price includes the additional work and cost for providing limestone creek access as shown on the plans. X. Add Alternate No. 4: Site Amenities (LS) — Lump sum price includes the additional work and cost for providing site amenities of grills, benches, bike parking, bike repair station, dog liter receptacle, trash/recycling receptacles, and associated work as shown on the plans. Y. — LUfnp sum price includes the additional work and cost for assembly and installation of t proposed playground equipment including surfacing and assoptetod Ark a shown on the plans. CU is 11. INCIDENTAL CONTRACT ITEMS .,r. A. The following list includes major items that are incidental to the project and wi not be paid for as separate bid items. Other items may be designated incidental under certain bid items. • Dewatering and handling storm water flow during construction • Temporary sheeting and shoring • Pipe and structure bedding material o • Excavation, verification and protection of existing utilities :*n D t • Material &field testing • Construction fencing • Temporary construction signage :<m • Coordination and cooperation with utility companies o • Coordination and cooperation with affected property owners D • Coordination and cooperation with the City of Iowa City • Protection of existing utilities and light poles • Handbill notification of street closures & utility disruption to affected businesses • Site cleanup • Locate of existing utilities, potholing if necessary • Maintaining postal, garbage & utility services to users • Monitoring weather conditions • Finish grading • Repair of field tiles, if encountered • Dust control measures 0 C r • Construction staging & phasing • Working backfill to reduce moisture content • Curb and pavement backfill • Fixture adjustments Creekside Park SP1 - 7 PART 1 — GENERAL REQUIREMENTS Iowa City, Iowa I SPECIAL PROVISIONS FOR PART 2 - SPECIAL CONSTRUCTION INDEX 1. GENERAL 10. DEWATERING 2. EXISTING UTILITIES 11. TRAFFIC CONTROL 3. PROJECT SUPERVISION 12. TEMPORARY FENCES 4. COORDINATION WITH OTHERS 13. RESPONSIBILITY OF CONTRACTOR 5. CONSTRUCTION LIMITS 14. REMOVALS AND DISPOSAL 6. CONSTRUCTION SCHEDULE 15. SITE ELECTRICAL 7. CONSTRUCTION STAKING 16. FIXTURE ADJUSTMENTS 8. SIDEWALK ACCESS 17. WORK BY OTHERS 9. EROSION/POLLUTION PERVENTION 18. SURFACE RESTORATION 1. GENERAL A. Procedures outlined herein are not intended to fully cover all special constryc}ion procedures but are offered as an aid to the Contractor in planning work. B. Cooperate with the Owner and the Engineer to minimize inconvenience to property owners and motorists and to prevent delays in construction and interruption to continuous operation of utility services and site access. C. The Contractor is expected to provide adequate personnel and equipment to perform work within specified time of construction. 4 m D. Install and maintain orange safety fence around all open trenchOcy own —n structures when left unattended.—+ —� E. Provide surface restoration and clean up as construction progcn r€ m 'o z 2. EXISTING UTILITIES ro Q 3� A. Location of utility lines, mains, cables and appurtenances shown on pl& are from information provided by utility companies and records of the Owner. B. Prior to construction, contact all utility companies and have all utility lines and services located. The Contractor is responsible for excavating and exposing underground utilities in order to confirm their locations ahead of the work. C. Contractor is solely responsible for damage to utilities or private or public property due to utility disruption. D. The Contractor shall notify utility company immediately if utility infrastructure is damaged during construction. Creekside Park SP2-1 PART 2 — SPECIAL Iowa City, Iowa CONSTRUCTION F. Utility services are not generally shown on plans; protect and maintain services during construction. Notify Owner and affected property owners 48 hours prior to any planned utility service interruptions. G. If utility work does occur during the construction period, work schedules from the contractor and from the utility companies will be submitted to the Engineer for coordination to obtain mutual acceptable schedules, if possible. H. Existing utilities shall remain in substantially continuous operation during construction. Select the order and methods of construction that will not interfere with the operation of the utility systems. Interrupt utility services only with approval of Owner and Engineer. U13 �. �o claims for additional compensation or time extensions will be allowed to the �+ r ontractor for interference or delay caused by utility companies. = ttcaco ,r . MdJiCT SUPERVISION :l LL >- Ati v The Prime Contractor shall be represented in person at the construction site at all •• times that construction operations are proceeding by a qualified superintendent CD or other designated, qualified representative capable of providing adequate supervision. The superintendent or representative must be duly authorized to receive and execute instructions, notices and written orders from the Engineer. B. Issues that arise during construction relating to traffic control, construction staging, resident notifications, mail service, garbage service, access to residences, etc. are the responsibility of the Prime Contractor. C. A meeting with the Contractor, Engineer and Owner will be held at the project site before construction to coordinate the construction work. D. Refer to Division 1 - General Provisions and Covenants for additional requirements. 4. COORDINATION WITH OTHERS A. Cooperate and coordinate construction with the Owner, adjacent businesses, utility companies, affected property owners and other contractors working in vicinity of this project. B. It is the Contractor's responsibility to schedule and coordinate work to minimize construction delays and conflicts. 5. CONSTRUCTION LIMITS A. Confine the construction operations within the construction limits shown on the plans, consisting of public right -of way and temporary easements. B. Do not store equipment, vehicles or materials within the right-of-way of any streets open to traffic or parking areas at any time without approval of the Owner. Contractor to maintain access to the existing parking areas and existing school Creekside Park SP2-2 PART 2 - SPECIAL Iowa City, Iowa CONSTRUCTION facilities during construction. 6. CONSTRUCTION SCHEDULE A. The Contractor will prepare and submit to the Engineer for approval a project schedule that will assure the completion of the project within the time specified. Construction schedule shall be submitted at or prior to the preconstruction conference. The schedule may only be revised due to weather conditions or scheduling by the Owner. The contractor shall maintain a current construction schedule and provide to the Engineer and Owner at all times. B. The Construction schedule shall be created and coordinated with the Owner so that disruptions to the use of the adjacent school facilities are minimized. C. The Contractor shall coordinate with the Owner the placement of the proposed transformer, light fixtures, and controllers. D. The Contractor shall be required to meet the interim and final completion date as specified in the written Notice to Proceed. E. The Notice to Proceed is anticipated to be on or about May 1, 2018, F. Work on the improvements shall not begin before the date specified in a written Notice to Proceed. CONSTRUCTION STAKING A. Construction Staking will be provided by the Contractor. o o � SIDEWALK ACCESS Dn A. Sidewalks and ramps shall be kept open to pedestrian traffic at 2444jnevwherr� work allows. Contractor shall install type II barricades with a sig1��IDIEWALM .' CLOSED" when pedestrian access is not permissible. o �^ N B. No materials or equipment shall be stored on sidewalks. D ca 9. EROSION/POLLUTION PREVENTION PLAN A. The Owner shall apply for the Iowa DNR NPDES General Permit No. 2 and the Engineer shall prepare the initial Storm Water Pollution Prevention Plan (SWPPP). This information shall be provided to the Contractor upon award of the contract. B. Contractor is responsible for updating the SWPPP to match staging, phasing, and construction methods as work progresses. Contractor shall comply with the erosion control requirements of said plan, the Iowa Code, and local ordinances. Protect against erosion and dust pollution on this project site and any off-site deposit or borrow area used for this project. C. The Owner shall obtain an NPDES permit from the Iowa DNR for the area within Creekside Park SP2-3 PART 2 - SPECIAL Iowa City, Iowa CONSTRUCTION the limits of this project based on the Pollution Prevention Plan. It shall be the Contractor's responsibility to update the plan during construction and have the plan available on site at all times. D. Protect adjoining property including public sanitary and storm sewer systems and streets from any damage resulting from movement of earth or other debris from project site. Repair any damage immediately. E. Prevent accumulation of earth or debris on adjoining public or private property L -J from project site. Remove any accumulation of earth or debris immediately. to Prevent repetition of any instance where earth or debris moves from project site Q N gAbining public or private property. LLJ V n_ o F. ggide erosion control measures necessary to protect against siltation and LO %e bsion from the flow of storm water. Maintain continuous operation of the storm LL i ti96*er system throughout the construction period. �' UQ t9e silt fence and other means at all drainage courses, swales and storm sewer system inlets and outlets to protect against siltation and erosion as shown in the construction drawings or directed by the Engineer. H. The Contractor will be fully liable for all damages to public and private property caused by their action or inaction in providing for handling of storm water flow during construction. 10. DEWATERING A. Perform all construction work in dry conditions. B. Submit dewatering methods to the Engineer for review. Obtain the Engineer's approval on methods prior to construction. C. Groundwater levels are subject to variation. No additional compensation will be permitted due to high groundwater conditions. D. If excavation encounters only cohesive soils with no wet sand seams or layers, it may be possible to control water seepage by draining groundwater to temporary construction sumps and pumping it outside the perimeter of the excavation. E. Do not pump water from open excavation in sand and gravel below the natural ground water level. Maintain water levels 2 feet or more below the bottom of excavations in saturated cohesionless (sand and/or gravel) soils to prevent upward seepage, which could reduce subgrade support. 013 Install dewatering system (well points or shallow wells) when working in cohesionless soils. Costs of installing and operating dewatering system are incidental. Creekside Park SP2-4 PART 2 - SPECIAL Iowa City, Iowa CONSTRUCTION G. Provide for handling surface water encountered during construction. Prevent surface water from flowing into excavation, remove water as it accumulates. 2. Divert storm sewer flow around areas of construction. 3. Do not use sanitary sewers for the disposal of trench water. H. Backfill pipe and structures prior to stopping dewatering operations. Do not lay pipe or construct concrete structures on excessively wet soils. I. The costs of handling both surface water and groundwater are incidental. 11. TRAFFIC CONTROL A. Furnish, erect and maintain traffic control devices as specified in the construction drawings and directed by the Engineer including signs, barrels, cones, aTW barricades to direct traffic and separate traffic from work areas. B. Provide traffic control devices in accordance with the Iowa DOT Standard Specification, Section 2528, Traffic Control, and the latest edition of the Manual on Uniform Traffic control Devices (MUTCD). C. Adjustments to the traffic control or the addition of flaggers will be required if, in the opinion of the Engineer, undue traffic congestion occurs. D. Provide continuous access for police, fire, and other emergency vehicles. 12. TEMPORARYFENCES o o m A. Install temporary fencing around open excavations or material stQr Reas ni as directed by Engineer to prevent access of unauthorized persto construction areas. -=rn N �r— B. Provide temporary chain link safety fence with a nominal heighg§--8".�upp� fence securely on driven posts in vertical position. "=� ry C. Temporary fencing installed around open excavations or material storige areas is incidental to construction and will not be measured for payment. D. Remove temporary fencing upon completion of construction. 13. RESPONSIBILITY OF CONTRACTOR A. Supervision of the work. B. Protection of all property from injury or loss resulting from construction operations. C. Replace or repair objects sustaining any such damage, injury or loss to Creekside Park SP2-5 PART 2 - SPECIAL Iowa City, Iowa CONSTRUCTION satisfaction of Owner and Engineer. D. Cooperate with Owner, Engineer, and representatives of utilities in locating underground utility lines and structures. Incorrect, inaccurate or inadequate information concerning location of utilities or structures shall not relieve the Contractor of responsibility for damage thereto caused by construction operations. E. Keep cleanup current with construction operations. Ln Q F. N Comply with all Federal, State of Iowa, and City of Iowa City, Iowa laws and _ ances. LJJW� 1AJ RWOdj 5 AND DISPOSAL 1 >- E:17 Li ntswove from project site and dispose of vegetation, excess soil excavation, m '*bish, concrete, granular materials and other materials encountered as shown on plans and as specified for removal. B. Dispose of materials in accordance with applicable laws and ordinances. Disposal sites are subject to the review and approval of the Engineer. Burning of brush and other debris is not permitted. Contractor responsible for selecting disposal site. Dispose of broken concrete, asphalt, granular material, rubble, excess or unsuitable excavated material. Contractor is responsible for selecting disposal site. Cooperate with all applicable City, State and Federal agencies concerning disposal of materials. 3. The Owner has the first right to any excess materials from construction. 15. SITE ELECTRICAL A. Refer to Construction Plan Sheets, for electrical improvements. 16. FIXTURE ADJUSTMENTS A. The adjustment of any existing utility appurtenances to final grade is considered incidental to the site work. 17. WORK BY OTHERS A. The Contractor shall perform all activities necessary to properly coordinate the work being provided by the Owner, Utility Companies and work being performed by the Subcontractors. Creekside Park SP2-6 PART 2 — SPECIAL Iowa City, Iowa CONSTRUCTION M SURFACE RESTORATION A. Finish grade all disturbed areas and smooth, uniform lines without large clods, lumps or debris. Grade for positive drainage. Prepare the finished surfaces for seeding. B. Repair any areas disturbed by construction activities. C. Protect existing turf and pavement. Any damage to turf or pavement to be repaired by the contractor to the owner's specifications. Creekside Park SP2-7 PART 2 - SPECIAL Iowa City, Iowa CONSTRUCTION N Q �n D� _O O a -s -1A rn = w Creekside Park SP2-7 PART 2 - SPECIAL Iowa City, Iowa CONSTRUCTION a � V r � s � h t �S. .3 rr r1 N a Ali .. y. Y. s SECTION 02 41 23 SITE SELECTIVE DEMOLITION PART 1 -GENERAL 1.1 Drawings and general provisions of contract including general and supplementary conditions apply to this section. 1.2 This part of the specifications includes the demolition and removal of existing pavement, utilities, granular areas, poles, footings, plant material and other miscellaneous items or structures as shown on the drawings. 1.3 The Contractor is responsible for the hauling and disposal of all removal items off of the site. Any items to be removed and salvaged shall be stored at a location chosen by the Owner. 1.4 The Contractor shall be responsible for any permits and notices necessary for authorizing the demolition, or for the transport and disposal of debris, if required by local authorities. 1.5 PROTECTION A. The Contractor is expected not to interfere with the use of adjacent public streets and is required to maintain safe passage to and from the site. B. The Contractor shall prevent the movement, settlement, or collapse of adjacent utility services, sidewalks, roadways, driveways and buildings. Any damage shalt be repaired by the Contractor to the owner's specifications and at the contractor's expense. d C. The Contractor shall install and maintain safety fence and traffic�Srol required to protect the general public, workers and adjoining prooe� owAers. S2 cn D. The Contractor is responsible for locating and protecting existingy lines M during construction. Any damage shall be repaired by the Contractbtjto tffe C-1 Owner's specifications at the Contractor's expense. iv 1.6 EXISTING SERVICES A. The Contractor shall arrange with the affected utility companies and Owner in advance to obtain approval for disconnecting, removing, capping and for plugging utility services. B. Manholes, utility stop boxes, fire hydrants, utility vents, and power and light poles, occurring in walks, alleys, or pavement that are required to remain in service, shall be left intact in the sidewalk or pavement removed from around them. The Contractor shall exercise extreme care and caution and will become liable for any damages to the existing utilities regardless of their location. Creekside Park 0241 23-1 Iowa City, Iowa SITE SELECTIVE DEMOLITION C. The Contractor shall install markers to indicate the location of disconnected services. 1.7 TRAFFIC CONTROL A. The Contractor shall notify the Engineer, Owner, residents, businesses, police and fire departments at least two days in advance of closing any street for the demolition of existing utilities or pavement. Contractor shall be responsible for all required traffic control measures and for maintaining the flow of traffic in the street. PART 2 - MATERIALS — NONE Lo LO 1-� Q P 3—.Z*E ON Lij cL uJ 7 3.1 DFtiAjlO41ON [jL A.¢!j(tCQrk with pneumatic or vibratory tools will generally be permitted. Use of coo-Vosives will not be permitted. Provide protection to the public, workers, and adjacent properties from falling debris and operating equipment adjacent to structures under demolition by the use of barricades or other adequate means. Warning signs and lights shall be placed at night at locations where the public is exposed to damage. The Contractor is responsible for maintaining during the period that danger to the public exists. C. Remove existing utilities as indicated on the drawings. D. Repair demolition performed in excess of that required at no cost to the Owner. E. Keep work sprinkled to prevent dust. Provide hoses and water main or hydrant connections for this purpose. Burning of materials on site is not permitted. G. Remove from site contaminated, vermin infested, or dangerous materials encountered and dispose of by safe means so as not to endanger the health of workers and the public. H. Remove demolished materials, tools, and equipment upon completion of work. Contractor to mark demolition limits in field for Engineer's and Owner's approval prior to demolition activities. 3.2 SALVAGED ITEMS A. The Contractor shall carefully remove and transport salvaged materials to an approved location on subject property, as directed by the Owner. Protect Creekside Park 0241 23-2 Iowa City, Iowa SITE SELECTIVE DEMOLITION salvaged materials from damage during construction until under Owner's possession. B. The Owner reserves the first right of refusal for any items to be removed or demolished. 3.3 REPAIR A. The Contractor shall repair any damage done to adjacent site improvements caused as a result of this work. The repairs will be made to the Owner's specifications at the Contractor's expense. 3.4 CLEANING A. All roadways shall be kept free of debris on a daily basis on a daily basis and washed down as required to remove mud, soil, and dust on streets that result from trucking at points of site access. B. Wet down dry materials and rubbish to lay dust. C. Leave the site free of any vertical objects projecting above grade inside the staging area enclosed by any required safety fencing. END OF SECTION N � m r— m T M D � w Creekside Park 0241 23-3 Iowa City, Iowa SITE SELECTIVE DEMOLITION PART 1 -GENERAL SECTION 31 23 00 EXCAVATION AND EARTHWORK SECTION INCLUDES Drawings and general provisions of contract, including general and supplementary conditions and Division 1 Specification Sections, apply to this section. This section includes excavation and earthwork for all site work including pavement earth subgrade. DESCRIPTION OF WORK A. Work includes stockpiling topsoil, excavating, loading, hauling, depositing, compacting, grading, pavement subgrade preparation, topsoil respreading, finish grading, and restoring surfaces as necessary to conform to lines, grades, and slopes as shown on plans. B. Related work covered by other sections: a. 1. Section 32 13 13: Concrete Paving 'F N 4n' O 1.3 DEFINITIONS A. Reference to percent maximum density shall mean a soil density not I clgarae (— stated percentage of maximum density for soil as determined by ASTNIM8,-, m "Moisture Density Relations of Soils", using 5.5 -Ib. rammer and 12 inchdr _ (Standard Proctor Method). - !� D �- w 1.4 TESTING A. Contractor shall employ and pay for services of an independent testing laboratory for tests required to show compliance with specifications. B. Contractor to provide equipment and materials as required for de -watering site areas for excavation operations. C. Contractor to plan work and provide temporary means for routing storm water drainage as necessary during construction. Creekside Park 31 2300-1 Iowa City, Iowa EXCAVATION AND EARTHWORK PART 2 - PRODUCTS 2.1 MATERIALS A. Earth: All materials not classified as rock or rubble including loam, silt, gumbo, peat, clay, soft shale, sand, gravel, and fragmentary rock or boulders which can be handled by normal earth moving equipment. B. Rock: Boulders so large that they cannot be handled by normal earth moving equipment or solid deposits so firmly cemented together that they cannot be removed without continuous use of pneumatic tools or blasting. C. Rubble: Buried concrete foundations, beams, walls, and other materials which cannot be removed without continuous use of pneumatic tools or blasting. LO vn inD N To il: Organic well draining soil free from clay lumps, rocks, stones, concrete, toxic _ _als, roots over 1/4" in diameter or other material which will not provide good turf W n- qh�ydh. Secure from stripping operations as required or provide as necessary for finish J in g*A dmg. E c dtFpSctor shall notify the Owner if unsuitable soils are encountered during ago construction. Acceptable materials for construction shall include: 1. Fill used for site construction shall be free of organic matter and debris. The soils shall have a liquid limit less than 45 and a plasticity index less than 20 to 25. All backfill and subgrade for pavements shall be compacted to 95% of standard proctor and shall be within a range of 0% to 4% of the materials optimum moisture content. PART 3 - EXECUTION 3.1 EROSION PROTECTION A. Code Compliance: The Contractor shall comply with soil erosion control requirements of the Iowa Code, the Iowa Department of Natural Resources NPDES Permit, the construction drawings and local ordinances. The Contractor shall take all necessary measurements to protect against erosion and dust pollution on this project site and all off-site borrow or deposit areas, during performance or as a result of performance. B. Damage claims: The Contractor will hold the Owner harmless from any and all claims of any type whatsoever resulting from damages to adjoining public or private property, including reasonable attorney's fees incurred to Owner. Further, if the Contractor fails to take necessary steps to promptly remove earth sedimentation or debris which comes onto adjoining public or private property, the Owner may, but need not, remove such items and deduct the cost thereof from amounts due the Contractor. C. The Contractor shall be responsible for compliance and fulfillment of all requirements of the Storm Water Pollution Prevention Plan and the NPDES General Permit No. 2 for Storm Water Discharge Associated with Industrial Activity for Construction Activities. Creekside Park 31 2300-2 Iowa City, Iowa EXCAVATION AND EARTHWORK 3.2 Protection of existing utilities: The contractor shall protect existing gas, electric, water, fiber optic, subdrain lines, storm and sanitary service lines encountered during construction. Any damage shall be repaired by the Contractor to the Owners specifications at the Contractor's expense. 3.3 EXCAVATION A. Excavate, load, transport and place excavated materials as necessary to conform to lines, grades and slopes as shown on plans. B. Roll and compact cut areas to density not less than specified for fill area. C. If soft or yielding materials are encountered near finished grade in cut areas, remove unstable materials at a depth specified by Owner and replace with suitable materials and compact. D. Excavate in manner to avoid construction of lenses, pockets, streaks or layers of material differing from surrounding materials in fill areas. E. Cooperate with Owner in selection of locations for placement of excavated materials which differ appreciably from surrounding materials. F. Maintain excavation in free draining condition; provide drainage for any water or springs which may be encountered. G. The Contractor shall notify the Owner should existing drain tile be encountpd during excavation and earthwork activities. Contractor is to connect all extong till encountered during construction to the storm sewer system. A��c H. Provide temporary drainage facilities to prevent damage when necet"terrt natural drainage or flow of storm sewers, culverts or subdrains. ;Grn 3 I. Maximum height of vertical cut shall be three (3) feet. D� w 3.4 EARTHWORK A. Prepare areas for fill by discing, plowing and scarifying to depth of 4 to 6 inches following topsoil removal under building pad or proposed paved areas. B. If soft or yielding materials at existing grade are encountered, remove unstable materials and replace with suitable materials and compact prior to fill operations. C. When fill meets natural grade of slope, cut bench in existing slope to connect existing grade with new fill. D. Step or bench all existing slopes greater than 5 horizontal to 1 vertical to connect existing grade with new fill. Creekside Park 31 2300-3 Iowa City, Iowa EXCAVATION AND EARTHWORK E. Place no roots, brush, grass or other organic material in fill under buildings, pavement, and pond areas. Place no material on fill when material or foundation is frozen. Select material for each portion of fill with approval of the Engineer; select materials to avoid sharp change in texture. G. Use fill material free of lenses, pockets, streaks or layers of materials differing from surrounding materials. H. Construct fill in horizontal layers not more than 9 inches in loose thickness. Deposit each layer over full width of fill as separate and distinct operation. J. After layer is deposited, smooth to uniform depth by means of suitable motor patrol or cbulldozZ. �. N= &ai"fill in free draining condition, provide drainage for any water or springs which (, j,J %ayt*2ncountered, except in the pond areas. Lr) c.)f- �. Y sc�-Yyielding materials are encountered within fill areas due to trapped water, (L mQgonstable materials and replace with suitable materials and compact. o ems, .;;.a 3.5 COMPACTION A. Contractor is responsible for all required compaction tests. Contractor will engage a qualified independent geotechnical engineering testing agency to perform field quality control testing. Allow testing agency to inspect and test subgrades and fill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. 2. Perform soil density and moisture tests on earthwork at locations selected by Owner to show compliance of compaction with specifications. Provide one test every 1,000 square yards of subgrade preparation, 1,800 square yards of fill placement, or as may be required by geotechnical engineer. Intent is to provide sufficient test to adequately control and represent the compaction procedures. 3. If compaction fails density and moisture tests, rework fill by mechanical means until specified density and moisture is obtained; Contractor shall pay all costs for testing and retesting. B. Compact all materials placed in fill. C. Compact selected materials in horizontal layers with tamping or sheepsfoot roller; use roller designed to provide at least 200 psi distributed on one row of knobs; tamping feet must project not less than 6'/2 inches from face of drum. Creekside Park 31 2300-4 Iowa City, Iowa EXCAVATION AND EARTHWORK D. Compact layer by rolling with tamping type roller until full weight of roller is supported by tamping feet. E. Roller will be considered to be supported entirely on its tamping feet when feet do not penetrate more than 3 inches into material being compacted. F. If soil is wet so that it will not sufficiently compact by one passage of roller per inch of loose thickness, provide one discing per 2 inches of loose thickness. Cut and stir full depth of layer. Allow interval of not longer than 2 hours between successive discings, or as directed by Geotechnical Engineer. 3. After discing is completed, compact layer by specified rolling. G. If soil is dry so that it will not satisfactorily compact by rolling, moisten material before compaction; manipulate material to secure proper distribution of moisture before compaction. H. Compact fill slopes progressively until slopes are stable. Place fill and compact on all sides of structures to same level as fill operation progresses to protect structures against displacement or other damage. Areas adjacent to structures which cannot be tamped with rollers: hand tamp with mechanical tamper to same degree of compaction as specified for other parts of fill. K. Place fill material in maximum of 8 inch lifts. L. Whenever operations are suspended during period, when rain is likely to occur, smooth and compact surface to shed water readily. o M. Compact all fill material in non -paved areas to not less than 85% maw cNnsitM determined by ASTM D698 (Standard Proctor Method) with moisture 16ntentwithin." to plus 4% points optimum moisture. �n N. Compact all fill material in the upper 12 inches below paved areas, predd uildipp��,.,, area, proposed future building area, and below footing elevations to r3oigsss4ban c5 maximum density as determined by ASTM D 698 (Standard Proctor Wthod�w. ith moisture content within 0% to plus 4% points of optimum. W 3.6 SUBGRADE PREPARATION A. Shape and consolidate subgrade for placement of pavements. B. Prepare subgrade as separate and distinct construction operation just prior to pavement placement. Creekside Park 31 2300-5 Iowa City, Iowa EXCAVATION AND EARTHWORK C. Provide a uniform composition below top of subgrade of at least 12 inch depth under new paving plus 2 feet outside pavement limits. D. Compact upper 12 inches with moisture and density control (95% MD). Moisture content to be 0% to 4% points of optimum. E. Excavate top 6 inches of subgrade, scarify, pulverize, mix and recompact with moisture and density control. Pulverize, mix and replace top 6 inches of subgrade and compact with moisture and density control (95% MD). F. Other methods for construction of subgrade preparation may be considered for use if 2y4�,n�iform composition of finished subgrade is obtained and moisture and density tests ?taken at top of final subgrade and at 6 inches below top of final subgrade meet © epecifie,*equirements as approved by Owner. o W,,,, ,, %err!M�stones over 3 inches in size from subgrade and stockpile as directed by LawrUm— LLH. rL8'__;F other objectionable irregularities form in subgrade during construction, a resha� and reroll subgrade before placing pavement; fill ruts or other depressions with material similar to other subgrade material and compact. No extra payment will be made for subsequent subgrade re -compaction. Construct to elevation and cross section such that, after rolling, surface will be above required subgrade elevation. J. Proof roll subgrade with loaded tandem axle truck to determine uniformity and stability of subgrade. K. If soft or yielding areas are located, remove unstable materials and replace with suitable materials and compact as specified. Complete final subgrade within drive areas by excavation to grade by use of steel -shod template supported on side forms or support rollers or by use of automatically controlled subgrade excavating machine. M. Check subgrade elevation and grade within drives and parking areas by method approved by Owner prior to paving. No additional payment will be made for rework of subgrade after rain or snow events. The Contractor is responsible for scheduling subgrade operations with pavement installations to ensure proper timing of construction. N. Maintain subgrade prior to and during paving operations; repair any damaged or disturbed areas prior to paving. No additional payment will be allowed for the re - compaction of subgrade area if work is not protected. Creekside Park 31 2300-6 Iowa City, Iowa EXCAVATION AND EARTHWORK 3.7 FINISH GRADING A. Finish excavating and fill areas to conform to lines, grades and slopes as shown on plans or as directed by Owner. B. Maximum allowable variation in finished earth grade from design grade outside of paved areas is 0.2 feet. Grade and slope all earth surfaces to drain. C. Smooth and finish all earth surfaces disturbed by construction operations. D. Provide continuous use of blade grader, dozer or similar equipment of adequate size and power to handle materials encountered during finishing of excavation and fill. E. Respread stockpiled topsoil as required for finish grading to a minimum 6 inch depth. F. Disc earth surfaces to depth of 3 inches and place topsoil 6 inches deep on finished earth surfaces; smooth and grade ready for turf bed preparation. G. Schedule and coordinate topsoil respreading with seeding, sodding, and planting operations. END OF SECTION S m N Gm v m 3 v D F w Creekside Park 31 2300-7 Iowa City, Iowa EXCAVATION AND EARTHWORK SECTION 32 13 13 CONCRETE PAVING PART 1- GENERAL 1.1 SECTION INCLUDES A. Includes construction of concrete drives, parking lots, curbs, and sidewalks. 1.2 DESCRIPTION OF WORK A. Furnish all materials and labor to construct portland cement pavements, curbs, and sidewalks on prepared subgrade. B. See Section 31 23 00 Excavation and Earthwork for subgrade preparation. 1.3 SUBMITTALS A. Submit under provisions of Division 1. B. Concrete mix including material components and origins. C. Jointing plan for Engineer's review and approval prior to construction. 0 1.4 STORAGE AND PROTECTION OF MATERIALS �n s –n A. Aggregates: store and handle aggregates to avoid contamination and f nt— r variations in specific gravity, gradation or moisture content of materials f.n 1. Store fine and coarse aggregates in separate piles or bins. 2. Minimize changes in aggregates with different specific gravities orygradatioms in working day. 3. Handle aggregates to prevent variations of more than 0.5 percent in moisture content of successive batches. 4. Thoroughly wet and allow to drain for at least one hour coarse aggregate having an absorption greater than 0.5 percent. 5. Drain fine aggregate at least 24 hours after washing and before batching. B. Cement: store in suitable weathertight enclosures and handle to prevent loss. 1. If lumps develop in cement, it must be reprocessed, re -tested and re -approved prior to use. Creekside Park 321313-1 Iowa City, Iowa CONCRETE PAVING 2. Cement in storage at site or local warehouses for more than 60 days must be re- tested prior to use. C. Admixtures: store in suitable weathertight enclosures that will preserve quality. D. Reinforcing steel: store off ground on timbers or other supports. PART 2 PRODUCTS 2.1 PTTLAND CEMENT: ASTM C150, Type I. v7 CV A$JVIIgKJStES Ji- .��. LAir eraZftning: ASTM C260; no admixtures containing chlorides will be permitted. L40. 34et : a suitable retarding admixture may be used during hot weather, with approval of Owner. C. Calcium chloride shall not be used except as directed by the Owner. D. E. 2.3 A. B. C. D. Fly ash: Iowa DOT Section 4108. Use only as approved by Owner. Other admixtures may be used subject to approval of Owner. FINE AGGREGATE Clean, hard, durable particles of natural sand, free from injurious amounts of silt, shale, coat, organic matter or other deleterious substances. Deleterious substances: not more than 2.0% shale and coal by weight retained on No. 16 sieve. Organic matter: other than coal, not more than standard reference color; ASTM C40. Conform to the following sieve analysis: Sieve Size % Passin 3/8" 100 No.4 90-100 No.8 70-100 No. 200 0.-1.5 Creekside Park 3213 13-2 Iowa City, Iowa CONCRETE PAVING A 2.4 0 In Percent passing one sieve and retained on next higher number sieve not more than 40% when sieved through 4, 8, 16, 30, 50 and 100 numbered sieves. Mortar strength at 7 days not less than 1.5 times standard sand strength when tested in accordance with Iowa DOT Laboratory Test Method 212. COARSE AGGREGATE Clean, hard, durable particles of crushed limestone free from injurious amounts of objectionable materials; Class 2 durability limestone; Iowa DOT 4115.04. Objectionable materials not more than: Percent Clay lumps 0.5 Coal and carbonaceous shale 0.5 Sticks (wet weight) 0.1 Total of all shale and coat combined 1.0 Organic material other than coal and sticks 0.0 Unsound chert particles* retained on 3/8" sieve 3.0 *Chert particles breaking into three or more pieces in freezing and thawind4st, Iowa DOT Laboratory Test Method 211, Method A, are considered unsound. C. Conform to the following sieve analysis: Sieve Size % Passing 1 1/2" 100 V. 50-100 3/4" 30-100 1/2" 20-75 3/8" 5-55 No. 4 0-10 No.8 0-5 No. 200 0-1.5 D. Percent of wear, AASHTO T96, Grading A or B, shall for crushed stone. E. Particle durability: aggregate considered durable when it has no adverse affect upon durability of concrete in which used; minimum percent of durable particles in aggregate: 95; durability based on the following: That loss in freezing and thawing test, Iowa DOT Laboratory Test Method 211, Method A, does not exceed 6%. 2. Behavior of existing air -entrained concrete pavement over 10 years of age containing aggregate of similar geological origin or chemical and mineral composition. Creekside Park 321313-3 Iowa City, Iowa CONCRETE PAVING N O m �"' rn 9 O� 3 0 i IV r w not exceed 35% for gravel, 50% E. Particle durability: aggregate considered durable when it has no adverse affect upon durability of concrete in which used; minimum percent of durable particles in aggregate: 95; durability based on the following: That loss in freezing and thawing test, Iowa DOT Laboratory Test Method 211, Method A, does not exceed 6%. 2. Behavior of existing air -entrained concrete pavement over 10 years of age containing aggregate of similar geological origin or chemical and mineral composition. Creekside Park 321313-3 Iowa City, Iowa CONCRETE PAVING F. Water: clean and clear, free from salt, oil, acid, strong alkalis, vegetable matter, or other substances injurious to concrete. G. Water may be heated for cold weather paving operations; anti -freezing agents not permitted. 2.5 REINFORCING STEEL A. Deformed bars: ASTM A615, Grade 40, epoxy coated. B. Plain and smooth dowel bars: ASTM A615; Grade 40, epoxy coated. C. Ny� poxoated reinforcement: AASHTO M284 and Iowa DOT 4151.03B. x j W D. &c&-cacpansion tubes: fabricated steel tubes; provide tubes with internal diameter 101/'& -urger than dowel bar; bar stop capable of withstanding 20 lbs. push, minimum E. Q Me�eyways: fabricated 24 gauge sheet steel; conform to details shown on plans; Z prbvMe lengths in multiples of tie bar spacing; punch to receive tie bars. N 2.6 SUPPORTS FOR REINFORCING STEEL A. Support tie bars as required to place and maintain correct location during construction. B. Support dowel bars at expansion and contraction joints as shown on plans. C. Epoxy coated reinforcement: support with metal chairs and supports coated with epoxy or other inert material reviewed by Engineer; tie with plastic coated tie wires. 2.7 PAVEMENT JOINTS A. Joint Sealers: Comply with Iowa DOT Section 4136.02, see specification. B. Preformed Expansion Joint Fillers and Sealers: Use the following types of preformed materials for filling expansion joints that comply with Iowa DOT Article 4136.03. Use resilient filler. C. Joint Caps: Provide preformed, removable joint caps to assure that the top of the joint filler is at the proper depth for installation of sealant. D. Liquid curing compound: white pigmented curing compound: Iowa DOT 4105. 2.8 PROPORTIONS FOR MIX A. Mix No. C-4 in accordance with Iowa DOT 2301.04; proportions as follows: Creekside Park 321313-4 Iowa City, Iowa CONCRETE PAVING Basic absolute volumes of materials per unit volume of concrete: Cement Minimum 0.118 Water 0.159 Entrained Air 0.060 Fine Aggregate 0.331 Coarse Aggregate 0.332 2. Approximate quantity of dry materials per cubic yard of concrete: cement: 624 lbs.; fine aggregate: 0.739 tons; coarse aggregate: 0.741 tons. 3. Above quantities based on specific gravity of cement: 3.14; specific gravity of aggregates: 2.65; water -cement ratio: 0.430 pound of water per pound of cement; air voids: 6.0%. 4. Maximum water -cement ratio: 0.488 pound of water per pound of cement including free water in aggregate. 5. Air entraining admixture: produce 6.5%± 1.5% air voids in fresh concrete measured by pressure method. B. Adjustments: Basis: when actual quantity of concrete is more than 101 % or less than 99% of calculated quantity or if combination of materials does not produce quality of concrete specified. a. Fine aggregate shall not exceed 50% of total aggregate in any adjustment. b. Do not exceed maximum water -cement ratio specified. N _o O m 2.9 WATER QUANTITY AND CONCRETE CONSISTENCY ;>� A. Use proper amount of mixing water to produce concrete of uniform eeK!gstd4y; a to mix, characteristics of materials used, methods of consolidation, w'�trtherjpndilgt and slope of finished surface. B. Modify proportions if maximum water -cement ratio does not produce workawMy; increase cement to aggregate proportion to produce specified degree of workability without exceeding maximum water -cement ratio. 2.10 CONCRETE PROPORTIONING AND MIXING EQUIPMENT A. Plant batching and mixing equipment shall be Iowa DOT calibrated and approved. Provide copy of current certification. B. Equipment may be either stationary central plant mixer or central plant -proportioned, truck mounted transit mixer. Creekside Park 32 13 13-5 Iowa City, Iowa CONCRETE PAVING C. If concrete is centrally mixed; it may be transported in agitating or non -agitating units. Concrete must be placed on grade within 30 minutes after mixing if transported in non -agitating units. 2. Concrete must be placed on grade within 90 minutes after mixing if transported in agitating units. D. When concrete is mixed on truck mounted transit mixers and agitated thereafter, it must be placed on grade within 90 minutes after materials added to mixer. E. Truck Mounted Transit Mixers: capacities and mixing capability as defined in ASTM C94 with attached plate containing required information. Equipment shall include reliable reset -revolution counter that will register the number of revolutions at mixing speed. Unit must have signed certification that concrete producer or authorized r resentative has inspected unit within previous 30 day period and that interior �] N ixing drum is clean and reasonably free of hardened concrete, that fins or n.t�addles are not broken or worn excessively and that other parts are in proper w king order. WF. ;Rla&491ransit mixers must produce concrete with consistent quality; if uniformity 3§ntr ' air or slump varies, concrete producer must take corrective action. G. %ach truck load of concrete must be identified by an acceptable plant charge ticket showing plant name, contractor, project name, date, quantity, class and time batched. 2.11 PLACEMENT EQUIPMENT A. Subgrade finishing equipment: use mechanical excavating equipment designed for purpose and approved by Owner. Form line or path area for slip -form paving machine constructed to final grade by form -line excavating equipment with automatic grade controls. 2. Subgrade between forms or between path areas for slip -form machines constructed to final grade with steel shod template or automatically controlled subgrade excavating machine. B. Side forms: steel, minimum thickness: 5 gage, height at least equal to design thickness of pavement, base width at least 6". Minimum section length: 10', joint connections designed to permit horizontal and vertical adjustment with locking device to hold abutting sections firmly in alignment when set. Creekside Park 321313-6 Iowa City, Iowa CONCRETE PAVING Bracing, support and staking must prevent deflection or movement of forms from pressure of concrete or weight or thrust of machinery operating on forms. 3. Forms must be free from scale and surface irregularities; coat with form oil prior to concrete placement. C. Flexible forms: use steel or wood flexible forms for curves with radius less than 100'. Bracing, support, and staking must prevent deflection or movement of forms from pressure of concrete or weight or thrust of machinery operating on forms. 2. Forms used to form back of curbs at returns shall have height at least equal to design thickness of pavement and curb height. 3. Forms must be free from scale and surface irregularities; coat with form oil prior to concrete placement. D. Consolidating and finishing equipment: fixed form or slip form paving machines specifically designed for placing, striking off, consolidating and finishing in single passage to required cross section. Consolidation of concrete by single pass of approved surface, tube or internal vibrator operated in accordance with manufacturer's recommendations. 2. Slip form equipment: automatic horizontal and vertical controls required; equipment must spread concrete to uniform depth prior to striking off. 3. Air screeds and vibrating screeds are not approved consolidating and finishing equipment. 4. Equipment subject to approval of Owner. o a E. Hand finishing equipment: Contractor shall provide tools including woona�+esiurr floats, wood hand floats, pointing trowels, edgers or other equipment n�egsaC;Lfor proper finishing of concrete. ,n cn r M �rn � 1. Provide two light straightedges, 10' long, with handles not less tha— Z Rg fob use in detecting irregularities in surface; provide two heavy straig IgA- f similar size for use in correcting surface; provide two light straigRtedges-g long for checking curb and gutter line. 2. Provide approved vibrators for consolidating concrete. 3. Provide metal or wood screed true to crown. F. Curing equipment: use pressure sprayer capable of applying a continuous uniform film of curing compound. G. Concrete saws: power operated concrete saws capable of cutting hardened concrete neatly to dimensions shown on plans. Creekside Park 32 13 13-7 Iowa City, Iowa CONCRETE PAVING H. Joint sealing equipment: equipment capable of heating and installing sealant in joints in accordance with manufacturer's recommendations. PART 3 EXECUTION 3.1 GENERAL A. Place, strike off, consolidate and finish concrete with fixed form or slip form mechanical paving equipment to cross section shown on plans. B. Use paving machine for all uniform width slabs 8 1/2' or more in width and 200' or more in length. C. Use hand placing, consolidating, and finishing in areas of irregular dimensions or LAarrow widths. to 4 (V � TTWK� AND REMOVING FORMS 9 _tom . JA. tqJsP&rn line excavating machine to establish subgrade for forms used to support ;, nc $ri ical subgrader, mechanical spreader or finisher or other similar equipment. < B._ MSet bike of forms at or below subgrade elevation with top of forms at pavement Rsurface elevation at edge of slab. C. Extra height forms may be used to back up integral curb; set base at or below subgrade elevation with top of form at top of curb elevation. D. Set forms accurately to required grade and alignment and secure in place to maintain grade and alignment during concrete placement and finishing. E. If voids occur under forms, remove forms and rework subgrade to proper elevation and density. F. If soil supporting form is softened by rain or standing water so that form is inadequately supported, remove forms and rework subgrade to proper elevation and density. G. Check forms joints with 10 foot straightedge prior to paving; adjust as necessary to proper grade and alignment; maximum deviation of top surface is 1/4" in 10' H. Coat forms with form oil before concrete is placed to prevent adherence of concrete. Leave side forms in place not less than 6 hours after concrete is placed; if form removal damages concrete, Owner may require remaining forms to remain in place more than 6 hours. Remove forms with care to prevent cracking, spalling or overstressing concrete; remove form stakes prior to raising forms. Creekside Park 321313-8 Iowa City, Iowa CONCRETE PAVING K. Clean forms before resetting. 3.3 CONCRETE AND STEEL PLACEMENT A. Place plastic film on prepared subgrade, lap joints 12" or uniformly moisten subgrade just prior to concrete placement. B. Adjust manhole castings, valve boxes or other fixtures within pavement to finished surface grade; clean outside of castings. C. Place dowel and tie bars as shown on plans or specified; support and secure bars by approved chairs and wire assemblies. D. Place concrete to full depth in single operation; do not pile concrete more than 8" above design elevation of surface. = E. Carefully place concrete on subgrade to prevent segregation of materials and at locations which require minimum rehandling; do not displace reinforcing. F. Vibrate and consolidate to prevent formation of voids; do not displace reinforcing.-, 3.4 FINISHING A. Begin finishing operations promptly after concrete has been placed and consolidated. B. Screed surface to grade and crown as shown on plans. C. Finish surface with wood or magnesium floats, finish from both sides simultaneously if pavement is placed to full width with one pass of paving machine. s D. Check surface longitudinally with 10' long straightedge while concrete is still mastic; correct any surface deviations greater than 1/8" in 10'. o m E. Provide finish as designated on the plans.--- �„ r 1. Uniformly gritty surface with astroturf drag; round edges of pave nt toj/8" M radius. o- F. Check pavement surface longitudinally after concrete has hardened vmh 10'Jong straightedge; grind high spots over 1/8" with approved grinding device or deme consisting of multiple saw blades. 3.5 CURBS A. Construct integral curb or rolled curb, as shown on plans, along with pavement or immediately following finishing of pavement. Creekside Park 321313-9 Iowa City, Iowa CONCRETE PAVING B. Use paving machine with integral slip -form for curb, curb mule or similar mechanical where possible. C. Construct depressed curb where sidewalks intersect street; use templates to form faces of such curbs. D. Form and construct curb by hand only where barrier or depressed curb is required and where small radii or other special sections preclude use of mechanical equipment. E. Construct curb as rapidly as finishing operations on pavement permit; maximum distance behind paving machine: 100'. F. Remove free water, laitance, dust, leaves or other foreign matter prior to placing ,LA'oncrete for curb. Q ©G. �1shly mixed concrete; do not store concrete in receptacles at side of pavement Nei t t.( �ior4 n curb at a later time; do not use concrete require retempering. J C-31- -� H. "VibFc a or puddle concrete to secure bond with paving slab and eliminate rock pockets. LL I.m Sece final finish on curbs by hand method, including 6' straightedge or 6' slipform. J. ' Edge, protect and cure curb in same manner as pavement. K. Check surfaces of curb and gutter with 10' straightedge; correct variations greater than 1/8"; remove and replace curbs having varying cross section. 3.6 CURING AND PROTECTION A. Apply liquid curing compound in fine spray to form continuous, uniform film on surface and vertical edges of pavement and curbs. B. Apply compound with power sprayer; rate of application not less than 0.067 gal. per square yard (15 square yards per gallon); do not dilute compound. C. Apply to pavement surface after finishing and after surface moisture has disappeared; apply to pavement edges within 30 minutes after forms are removed. Creekside Park 321313-10 Iowa City, Iowa CONCRETE PAVING M E. F. G. H. 3.7 A. Protect concrete pavement during cold weather for at least 36 hours after placement as follows: 2. 3. 4. Forecast or Actual Temperature Protection 35 to 32 F. One layer of burlap for concrete. Plastic top layer is -:-s�� Curing of concrete containing calcium chloride shall be in accordance w�j�IDUT required if burlap is exposed to rain or heavy winds. 31 to 25 F. Two layers burlap or one layer plastic film on one layer burlap Below 25 F. Four layers of burlap between layers of four mil plastic or equivalent commercial insulating material. Burlap: AASHTO M182, Class 3. Use of straw shall not be allowed for temperature protection Protect insulation from disturbance by wind; leave in place for 5 days, minimum, or until pavement is opened to traffic. Lap plastic film 18" at junctions. Provide cold weather protection as specified for temperature below 25 degrees F. for all concrete placed after November 15. Provide burlap, paper, or plastic film and planks and stakes at or near job site to cover and protect fresh concrete and to construct temporary forms for protection a"nst rain Contractor responsible for pavement protection against effects of rain�i re:w "n properly protect may result in removal and replacement of defective paviameri �. -:-s�� Curing of concrete containing calcium chloride shall be in accordance w�j�IDUT r rn Supplemental Specifications SS -1091, Section 1091.09A. $ D Z' CONSTRUCTION OF JOINTS General: r Longitudinal and transverse joints shall be constructed of the type, dimensions, and at the locations required, as described by these specifications, or as detailed by the plans or special provisions. Longitudinal joints shall be coincident with or parallel to the pavement center line unless shown otherwise on the plans. 3. All transverse joints shall be at right angles to the center line and shall extend the full width of the pavement unless otherwise specified. Creekside Park 321313-11 Iowa City, Iowa CONCRETE PAVING 4. All joints shall be perpendicular to the finished grade of the pavement and the alignment across the joint shall not vary from a straight line by more than 1 inch. 5. All joint fillers shall be installed as shown in the contract documents. 6. The Contractor shall exercise care in placing, consolidating, and finishing the concrete at and about all joints. 7. The edges of the pavement at tooled joints shall be rounded, where required, as Joint locations shall be chalked with a string line before sawing. 2. Joint dimensions: a. All transverse contraction joints shall be sawed at a maximum spacing of 21T, where T is the thickness of the pavement in feet. b. All joints shall be sawed to a depth shown below and on the detail plate. Minimum Sawcut Depth Conventional Saw Early "Green" Saw Transverse "C" Joint T/3 1 1/4" All other Transverse T/3 1 1/4" Contraction joints Longitudinal Joint T/3 Not Allowed Creekside Park 321313-12 Iowa City, Iowa CONCRETE PAVING L-3 specified on the standard detailed plates. LO © $y Wdrsawing shall be used when required by the contract documents for dust r' W C 4 Erol. �- Ltl L&xpn Joint: y �U �. Utall expansion joints where pavement meets building slabs, footings or other st-protected items. 2. Prevent movement of or damage to joint assembly when placing concrete; set joint material low enough to clear the finish machine. 3. Construct double width expansion joint in curb over expansion joint in pavement. The backside of the joint must be clear of concrete. 4. The expansion joint shall be aligned straight and true. 5. If joint fillers are assembled in sections, or if joints as a whole are constructed in sections, then no offsets shall be between adjacent units. 6. Where more than one section is used in a joint, the sections shall be securely laced or clipped together. Damaged basket assemblies shall not be used. C. Saw Joints: Joint locations shall be chalked with a string line before sawing. 2. Joint dimensions: a. All transverse contraction joints shall be sawed at a maximum spacing of 21T, where T is the thickness of the pavement in feet. b. All joints shall be sawed to a depth shown below and on the detail plate. Minimum Sawcut Depth Conventional Saw Early "Green" Saw Transverse "C" Joint T/3 1 1/4" All other Transverse T/3 1 1/4" Contraction joints Longitudinal Joint T/3 Not Allowed Creekside Park 321313-12 Iowa City, Iowa CONCRETE PAVING C. The Contractor shall closely monitor joint sawing for both longitudinal and transverse joints for depth and spacing and immediately report any deviations from the specifications. The Contractor shall take immediate steps to correct any deviations. In order to prevent shrinkage cracks, sawing shall be commenced promptly after the pavement has obtained sufficient strength to resist tearing of the concrete adjacent to the joint during the process of sawing. 4. Pavement pours shall be scheduled to allow transverse joints to be sawn within 24 hours of the concrete being placed. 5. Longitudinal joints shall be sawn within 24 hours of the concrete being placed. 6. If necessary, the sawing operations shall be carried on both day and night. Joints sawed with an early "green" concrete saw shall be washed out prior to sealing. The concrete must be capable of supporting the sawing operations to allow the use of an early green concrete saw. D. Construction Joints: Longitudinal or transverse construction joints shall be placed between adjacent lanes of concrete and at end -of -day header runs. 2. Manhole boxouts shall be located and placed on grade prior to paving. Manhole boxouts are required for two piece castings for sanitary/storm manholes. 3. The longitudinal construction joints shall be an approved key type joint with legs unless machine placed. N - 4. Transverse construction joints shall employ load transfer device�-r,(Header) and.. shall be placed whenever concrete placement is delayed for mor�ecthargO minutes. �—+ =_ .<r M 3.8 RESTRICTIONS ON OPERATIONS A. Weather i- 1. Do not place concrete when stormy or inclement weather prevents good workmanship. 2. Use no aggregates containing frozen lumps and do not place concrete on frozen subgrade. With favorable weather conditions, begin concrete mixing and placement when temperature is at least 34 degrees F. and rising. Concrete delivered to subgrade must have temperature of at least 40 degrees F. Creekside Park 321313-13 Iowa City, Iowa CONCRETE PAVING 5. Stop concrete mixing and placement when air temperature is 38 degrees F. and falling. 6. Stop concrete mixing and placement when air temperature exceeds 95°F. B. Night operation: 1. Place no concrete when darkness prevents good workmanship in placing and finishing. 2� Do not place or finish concrete under artificial light. ✓� N Q ase ement: a W .j tb cjje for opening pavement for use will be determined by results of tests on -- Inders taken during concrete placement. LL�a e Eivement may be opened to Contractor's forces after 7 days for purpose of ie Temoving coverings and building shoulders if tests of cylinders from section show compressive strength of 3,000 psi or higher. 3. Open pavement to general traffic when authorized by Owner. 4. Concrete placed in cold weather may require additional curing time, as directed by Owner; keep all vehicles off pavement until such curing time has been completed. 3.9 TESTS ON TRIAL BATCHES AND CONCRETE PLACED AT PROJECT SITE A. Slump: ASTM C143; 1-1/2" to 3" for machine finished concrete; 4", maximum, for hand finished concrete. B. Air voids of fresh concrete, by pressure method: ASTM C231; 6.5% ± 1.5% without CaCI and 5.0%± 2% with CaCI. C. Minimum compressive strength: ASTM C39; 3,000 psi when tested at 7 days and 4,000 psi when tested at 28 days. D. Provide a minimum of two 28 day compressive strength test cylinders for every 100 cubic yards of concrete placed for purpose of demonstrating compressive strength. Minimum of 1 test each day substantial pavement is placed, (25 CY). 3.10 DEFECTS OR DEFICIENCIES A. Pavement containing excessive cracks, fractures, spalls or other defects shall be removed and replaced at no cost to Owner. B. Pavement thickness: determined by random cores; one 4" diameter core taken for each section of approximately 2,000 square yards. Creekside Park 321313-14 Iowa City, Iowa CONCRETE PAVING C. Restore core holes by tamping non shrink cement grout into hole, finishing and texturing surface. D. If the concrete cores taken are less than the specified thickness, the following adjustments in payment will be made: Pavement Deficiency Payment 0 - 0.25" 100% of Lump Sum for PCC Paving 0.25" 0 - 0.50" 90% of Lump Sum for PCC Paving 0.50" - 0.75" 83% of Lump Sum for PCC Paving 0.75" - 1.00" 77% of Lump Sum for PCC Paving E. Pavement with thickness deficient by more than 1": Remove and replace at Contractor's expense. 2. Leave in place and paid for at 10% of Lump Sum for PCC Paving. Area represented by each core is one-half of distance to next core or to end of pavement. G. Additional core samples may be made and measured at Contractor's expense to determine the extent and severity of pavement deficiency; minimum distance between core samples: 100'. A maximum of 1 additional core may be taken for each deficient core. 3.11 DRIVES, PARKING LOTS, CURBS, SLABS AND SIDEWALKS A. Construct drives, parking lots, curbs, slabs and sidewalks as shown on plans. N O B. Use concrete with air entrainment and other materials as specified in §ktion MI5 Proportions for Mix. D� � 'n C. Forms: use wood or steel forms adequately staked and braced to maiaTPir1 grZe ar>r alignment while concrete is placed and finished. 1. Set base of forms at or below subgrade elevation with top of fori s'gt sWaceO elevation at edge of slab. 2. Coat forms with form oil before concrete is placed to prevent adherence of concrete. 3. Leave forms in place not less than 24 hours after concrete is placed. 4. Remove forms with care to prevent cracking, spalling or overstressing concrete. Creekside Park 321313-15 Iowa City, Iowa CONCRETE PAVING D. Concrete placement: place plastic film on prepared subgrade or uniformly moisten subgrade just prior to concrete placement. E. Vibrate and consolidate to prevent formation of voids. Screed concrete flush with forms; finish surface with wood or cork float. G.aw cut and seal joints in driveways and curb and gutter as shown on plans or as w6ected by Owner. Q N Q ura� protect drives, curbs, slabs and sidewalks as specified for concrete QPavCv$it. I. RE�Waions on operations for drives, curbs, slabs and sidewalks as specified for Z cte pavement. CIZ � END OF SECTION Creekside Park 321313-16 Iowa City, Iowa CONCRETE PAVING SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Cold -applied joint sealants. 2. Hot -applied joint sealants. 1.2 SUBMITTALS A. Product Data: For each type of product. B. Material Certificates: For each type of product. C. Samples for Verification: For each kind and color of joint sealant required, provide Samples with joint sealants in 1/2 -inch wide joints formed between two 6 -inch long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. PART 2 -PRODUCTS N CI 2.1 MATERIALS, GENERAL ci ba A. Compatibility: Provide joint sealants, backing materials, and other relacj`ihate?ials that are compatible with one another and with joint substrates under con¢IjiKs o serer and application, as demonstrated by joint -sealant manufacturer, base FW ta4ging fq field experience. o tv A r- 2.2 JOINT SEALERS r A. Hot Applied: Use sealers composed of petropolymers supplied in a solid form and meeting the requirements of ASTM D 6690, Type IV. B. Cold Applied: Use sealer that meets the physical requirements of ASTM D 6690, Type IV. Creekside Park 321373-1 Iowa City, Iowa CONCRETE PAVING JOINT SEALANTS PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. L� V) C�OINTFcEALING EQUIPMENT L"A. 2dJs6quipment capable of cleaning the joint and heating and installing sealant in joints �] Loacgthg to manufacturer's recommendations. 3.3 IPf9ULLATION OF JOINT SEALANTS A. Within 3 hours after a joint has been wet sawed to the finished dimension, flush the wet sawing residue away from the sawed faces using a high pressure water blast operating with a minimum pressure of 1,000 pounds per square inch. Within 3 hours after a joint has been dry sawed to the finished dimension, blow the dry sawing residue from the joint using air compressors that provide moisture and oil free compressed air. B. Immediately prior to installation of sealant, clean joints with an air blast. Do not perform sealing until visual examination verifies the joint surfaces appear dry, in addition to being clear of dust and contamination. C. Prepare and install joint sealer in the joint and to the proper level specified in the contract documents and as recommended by the manufacturer. D. Heat hot -poured sealers in a thermostatically controlled heating kettle; heat the material to the temperature required for use, but not above that recommended by the manufacturer. After sealing, remove excess sealer from the pavement surface. E. Seal joints the same day they are cleaned. Apply sealant only when the joint surfaces appear dry by visual examination. F. Place joint sealer only when the pavement and ambient air temperatures are 40°F or above. When near this minimum, additional air blasting or drying time, or both, may be necessary to ensure a satisfactory bond to the joint faces. When this sealer cannot be properly placed due to late fall work, submit a joint construction plan and sealing details to the Engineer for approval before commencing paving. Delay the cleaning, sealing, and, if required, resawing of joints until the following spring. This delay requires the Engineer's approval. G. When surface correction is required, repair seals damaged from the corrective work. Joint preparation, cleaning, and sealing may be delayed until after corrective work, provided the pavement is not opened to traffic before corrective work is performed. END OF SECTION Creekside Park 321373-2 Iowa City, Iowa CONCRETE PAVING JOINT SEALANTS SECTION 32 17 23 PAVEMENT MARKING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of contract, including general and supplementary conditions and Division I Specification Sections, apply to this section. B. Reference is made to the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, Series 2001, and all current General Supplemental Specifications and Materials Instructional Memorandum by the term "Iowa DOT Specifications" and/or `Iowa DOT I.M." 1.2 SUMMARY A. This part of specifications includes furnishing, installing permanent pavement markings including parking lines, handicap symbols, and striping. B. Construct in accordance with plans. 1.3 ACTION SUBMITTALS C. Product Data: For each type of product. 1. Include technical data and tested physical and performance properties. N O D. Shop Drawings: For pavement markings. o -•-c _ 1. Indicate pavement markings, colors, lane separations, defined �rkfng�ace c, � and dimensions to adjacent work. cn r 2. Indicate, with international symbol of accessibility, spaces allocforgeoplM with disabilities. = = Jr PART2- PRODUCTS r' 2.1 PAVEMENT STOP BAR PAINT A. Paint white, in accordance with IDOT 4183.03. 2.2 PARKING STALLS, HANDICAP SYMBOLS AND STRIPING PAINT A. Paint to be white, in accordance with requirements of Federal Specification as per TT- P -85E, Type ll, or approved equal, for handicap stalls and symbols area. B. Paint to be white for parking stalls and crosswalks. Creekside Park 321723-1 Iowa City, Iowa PAVEMENT MARKING PART 3 - EXECUTION 3.1 INSTALLATION A. Clean all loose and foreign materials from concrete surface by brooming or other means. B. Remove dirt and dust from concrete surface by wetting and brooming areas to be painted. V) 46 erface tkust be dry prior to application of paint. r (,d. &vigalk lines or other means to insure straight and uniform parking stripes. zi� i'ainjlleq width: 4"; provide two coats of white paint for parking stalls, striping, and LL ',nth"rkings. ar C-) _z 3.2 QMITA'�NS ON OPERATIONS A. Do not paint parking stripes when stormy or inclement weather prevents good workmanship. B. Do not apply paint at surface temperatures of less than 50° F; do not apply to wet or damp surfaces. C. Notify Contracting Officer when measurement and layout of parking stripes are completed; Contracting Officer will review measurement and layout prior to painting. END OF SECTION Creekside Park 321723-2 Iowa City, Iowa PAVEMENT MARKING SECTION 32 3113 CHAIN LINK FENCING PART 1 - GENERAL 1.1 Drawings and general requirements of contract, including general and supplementary conditions, apply to this section. 1.2 The intent of the specifications is to describe the construction desired, performance requirements, and standards of materials and construction. 1.3 Contractor shall furnish and install materials and perform all work and services for completed project described in Contract Documents. 1.4 Contractor shall submit and obtain all required permits including payment of all fees and hook-up charges, telephone, cable TV, electrical power, water, gas and other associated items. 1.5 DESCRIPTION OF WORK CC. A. Provide all labor, materials and equipment, and supervision required to construct the chain link fencing. 1.6 DELIVERY, HANDLING, AND STORAGE A. Materials shall be delivered to the site in accordance with manufacturer's recommendations for shipment and protection of materials. B. Handling of materials as recommended by manufacturer. C. Storage of materials in locations designated and approved by Owner. 1.7 CODES, INSPECTIONS, AND PERMITS o A. Obtain any necessary permits for this Section of Work and pay any fedS r. uir;a for permits. c-�-C — B. The entire installation shall fully comply with all local and state laws ari3iwdinaKes, X 7d with all established codes applicable thereto. :<r- -0 M 1.8 SUBMITTALS N D � A. The Contractor shall submit certification that all materials used in the erection,4assembly, and construction meet the minimum requirements as herein specked. Certification to be on either supplier, manufacturer, and/or Contractor's letterhead and submitted prior to final acceptance. B. Submit shop drawings and product data. Indicate layout, spacing of components, accessories, and anchorage. C. Submit manufacturer's specifications for proposed materials, technical data, method of installation instructions, and list of materials for the fencing and gates. Creekside Park 3231 13-1 Iowa City, Iowa CHAIN LINK FENCING D. Upon request the Contractor will provide Material Certifications to the Engineer. 1.9 SITE CONDITIONS A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depth of all underground utilities prior to excavation. C. Repair and/or return to original condition any damage caused by Contractors negligence at no cost to Owner. to dy�0 ISTIN t UTILITIES: TIsN �r. W Sbcate existing underground utilities in areas of work. If utilities are to remain in place, v,)Wovide adequate means of support and protection during this work. Lr)>B. Should uncharted, or incorrectly charted, piping or other utilities be encountered during Z V excavation, consult utility owner immediately for directions. Cooperate with owner and 4utilities companies in keeping respective services and facilities in operation. Repair '—damaged utilities to satisfaction of utility owner. C. Do, not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Owner and then only after acceptable temporary utility services have been provided. D. Provide minimum 48-hour notice to Owner and receive written notice to proceed before interrupting any utility. 1.11 Protection of Persons and Property: A. Barricade open excavations occurring as part of this work and post with warning lights. B. Operate warning lights as recommended by authorities having jurisdiction. C. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by this work. PART 2 -PRODUCTS 2.1 Fabric - All Fencing: A. The fabric shall be chain link, zinc coated (galvanized) or aluminum coated No. 9 gauge wire woven in a 2 -inch mesh. On all fabric the top and bottom selvage is to have a knuckled finish, unless specified otherwise in the drawings. Fabric height shall be the same as height of fence specified. B. Zinc coated fabric shall meet the requirements of ASTM A 392, Class II coating. C. Black vinyl coating shall be on top of the galvanized fabric. It shall, be fusion -bonded type in accordance with ASTM F-668, Class 2b. D. Conform to ASTM Specification A392 -55T and Federal Specification RR-F191A. E. Wire in complete fabric to stand tensile strength test of 80,000 pounds per square inch Creekside Park 3231 13-2 Iowa City, Iowa CHAIN LINK FENCING after galvanizing. 2.2 All of the following posts, rails, braces, fitting, etc. shall have the following finish. Finish to be powder coat black to match fabric. Powder coating to be on top of galvanized pipe. The two coat system will include the electrostatic application process. Industrial strength coating. Color to be black. 2.3 End and Corner Post Tops: Heavy malleable iron or aluminum sand castings. 2.4 Linepost Tops: A. Heavy malleable iron or aluminum sand castings. B. Fitting over top and outside of post. C. Provided with means of passing or supporting top rail. 2.5 Fabric Ties - All Fencing A. For attaching fabric to line posts or rails. c:t B. Provide steel ties (9 gauge galvanized). L: 2.6 Brace and Tension Bands - All Fencing: Unclimbable beveled edge type with 3/8" diameter square shouldered aluminum carriage bolts. 2.7 Bracing: A. For bracing all end and comer posts. B. 1-5/8" O.D. horizontal compression memberweighting 2.27 pounds perfoot. 2.8 Tension Bars - All Fencing: N A. For attaching fabric to end posts. E3 � B. 3/6" x 3/4" high carbon steel. co C cn :<-o rn 2.9 Miscellaneous Fittings and Accessories - All Fencing: o� rs A. Sand cast aluminum, pressed steel, aluminum or forgings. D r.— -B. B.Wire ties, etc., as required for complete assembly. 2.10 Bottom Tension Wire: 6 gauge galvanized. 2.11 Rails: Top, middle, and bottom rails, end, corner and line posts, bracing posts, gate posts, and gate frames: A. Schedule 40 pipe. SS40 pipe may be substituted. B. Hot dipped galvanized with 2 oz. coating. C. Sizes as specified or as shown on the Drawings. Creekside Park 3231 13-3 Iowa City, Iowa CHAIN LINK FENCING E 2.12 Fence Schedule: A. 10' Height: End and corner posts: 4" dia. Concrete Footings: 12" dia./48" depth Line posts: 3" dia. Spacing: 7' O.C. max Concrete footings: 12" dia./48" depth Top rail: 1-5/8" dia. Middle rail: 1-5/8" dia. Bottom rail: 1-5/8" dia. Bottom tension wire: Not required Bracing: Not required Fabric: to be composed of No. 9 W&M gauge steel wire %M to Q 2,iz, Cdbcre�ost Footings for All Fence and Gate Posts: i� _ �— (j,! An- t'rnum 3,000 psi compressive strength at 28 days. LO UH B- >Bf&elaggregate. = Uo PART 3 - ECUTION 3.1 Fabric: A. Place on court side of posts. B. Attach to rails using Fabric Ties every 24 inches. C. Attach to line posts using Fabric Ties every 14 inches. D. Attach to end posts using Tension Bars - attach by means of beveled edge bands. E. Install knuckled selvage at top and bottom of fence. Maintain 1/2" - 3/4" clearance between bottom selvage and finished ground surface. 3.2 Post Spacing: See Fence Schedule. 3.3 End and Corner Post Tops: Drive fitting outside of post to exclude moisture. 3.4 Bracing: A. All fence that does not have a middle rail. B. Brace all end and corner posts. C. Securely attach to terminal and first line post with required fitting and beveled edge band, and truss braced from first line post to bottom of end and corner post with 3/8" rod and take-up. Creekside Park 3231 13-4 Iowa City, Iowa CHAIN LINK FENCING D. Brace corner posts in both directions. 3.5 End, Comer, Second Line Posts, and Line Posts: A. Top of footing as shown on the construction plans. 3.6 Assembly: A. Plumb, true, and rigid. B. Standard tolerances apply. C. Installation by experienced fence erectors to lines and grades as shown on Drawings. D. Unless shown otherwise, top of all footings to be flush with grade and slope away from posts to provide drainage. E. All welds to be ground smooth, rust removed, cleaned, and painted with rust proof paint to match galvanized surface as per manufacturer's recommendations. 3.7 Clean-up: A. Remove from the site and dispose of all debris resulting from this work. B. Earth excavated from post holes to be disposed of off site or, if suitable, used in fill areas as possible. END OF SECTION Creekside Park 3231 13-5 Iowa City, Iowa CHAIN LINK FENCING N O � Cl) m �-� N �rn rn -0 rn 3 D ,G. r Creekside Park 3231 13-5 Iowa City, Iowa CHAIN LINK FENCING SECTION 32 92 00 SEEDING AND SOIL SUPPLEMENTS PART1- GENERAL 1.1 SECTION INCLUDES A. Description of Work B. Warranty C. Seeding Dates D. Seedbed Preparation E. Seed Preparation :: '' a F. Application of Seed 7 !: G. Watering ? E2 H. Reseeding I. Cleanup J. Acceptance 1.2 DESCRIPTION OF WORK ! N O_ A. Drawings and general provisions of contract, including general and stPAmEPary conditions apply to this section. y= B. This section shall include materials, equipment, and labor for the preperetionrdl then seedbed, furnishing and installing seed, fertilizer and mulch, maintena-6j� arab M guarantee for completed seeded areas, as shown on plans. Seed all eras urb " by construction, unless otherwise noted. a C. The Contractor has the option of using either hydraulic or conventional seeding methods; unless specified otherwise in the contract documents. D. Provide permanent seed at the earliest possible date following grading and topsoil re- spreading and/or irrigation installation operations, as approved by Engineer. Creekside Park 329200-1 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS 1.3 PROTECTION OF PROPERTY A. Protect existing conditions at the site against damage including the following: Take precautions to insure that equipment, vehicles, and seeding operations do not disturb or damage existing grades, walls, drives, pavement, utilities, plants, lawns, irrigation systems, and other facilities. Verify locations and depths of all underground utilities prior to excavation and report conflicts with new seeding operations. Any damage to existing trees or shrubs, including branches and root systems shall be repaired and/or pruned by an experienced tree surgeon or arborist. 1.4 SUBMITTALS A. Submit a laboratory analysis showing the seed provided meets or exceeds the minimum requirements of purity and germination stated on an independent certificate of seed analysis document in accordance with the AOSA (Association of Official Seed Analysts) rules. The seed certification tag and seed analysis document provided must be from the same lot number as shown on the seed tag. The date of test results shall be no greater than 9 months from seed application date. The following information shall be included on the seed laboratory analysis: 1. Name of company responsible for analysis, 2. Lot number of seed being provided and tested, 3. Kind - Species or common name of seed. Include cultivar or variety name if applicable, 4. Seed origin, 5. Percentage of purity and germination, Creekside Park 329200-2 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS �,4. Contractor shall replace plantings damaged due to watering of newly seeded tri as with same species, size, 1 -year warranty, and planted as approved by cV _Engineer without additional compensation. (i) W� J 5. 1 1 existing lawn areas undisturbed by construction within the construction limits U � !_Aall be mown by the Contractor until the project is accepted. LL >- a- a6. ~ C—)Iew seeding installed adjacent to existing lawns shall be installed to provide a —` 2mooth matching grade transition in a straight, neat alignment as approved by the Engineer. 7. Repair, replace, and/or return to original condition any damaged item, without additional compensation. 1.4 SUBMITTALS A. Submit a laboratory analysis showing the seed provided meets or exceeds the minimum requirements of purity and germination stated on an independent certificate of seed analysis document in accordance with the AOSA (Association of Official Seed Analysts) rules. The seed certification tag and seed analysis document provided must be from the same lot number as shown on the seed tag. The date of test results shall be no greater than 9 months from seed application date. The following information shall be included on the seed laboratory analysis: 1. Name of company responsible for analysis, 2. Lot number of seed being provided and tested, 3. Kind - Species or common name of seed. Include cultivar or variety name if applicable, 4. Seed origin, 5. Percentage of purity and germination, Creekside Park 329200-2 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS 6. Percentage of dormant seed, 7. Percentage of inert matter, other crop seed and weed seeds, 8. Restricted and prohibited noxious seed. Provide name of and number per pound of seed. B. Submit from an established seed dealer or certified seed grower the applicable Association of Official Seed Certifying Agencies (AOSCA) certified Blue, Gold or Yellow Tag, from each container seed mixture dated within 9 months of delivery, indicating bulk weight of bag or container, percentage by weight and percentage of purity, germination and weed seed for each grass, forb, legume, and cereal crop stating botanical and common name of each species as specified in contract documents. C. Submit certificates of inspection as required by governmental authorities and manufacturer's or vendor's certified analysis for soil amendments. Certification of the fertilizer analysis with scale weight and statement of guaranteed analysis. Certification of the tackifier ingredients, recommended rates of application, and expiration date. Certification of the inoculant ingredient for legumes and the specific seed to be inoculated with the application rate and expiration date. Certification of the fungicide ingredients and applicable fungus disease control and recommended application rate of manufacturer. 5. Certification on the sticking agent ingredients with applicable use and rate by manufacturer. N O 6. Certification in the degradable wood cellulose fiber mulch ingr"ients%th applicable use and rate, and the water retention capacity by rrra` acfi�;er orM supplier. cn D. Submit written maintenance instructions recommending procedures fetrpm—jaintsnanMf seeded areas for one year, prior to final acceptance of the seeded ar�— W� E. Upon request the Contractor will provide additional Material Certifical4dns to Owner. 1.5 QUALITY ASSURANCE A. All seed shall be certified and provided by an established seed dealer or certified seed grower. B. All materials to be in accordance with Iowa Seed Law and Iowa Department of Agricultural Regulations and shall be labeled accordingly. Creekside Park 329200-3 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS C. All materials and method of operation shall be subject to inspection and approval by Engineer. D. Material not meeting requirements specified will be rejected. 1.6 DELIVERY, HANDLING, AND STORAGE A. Packaged materials shall be delivered in original, unopened, and undamaged containers. Deliver, handle and store all materials according to product recommendations and protect them from loss, damage and deterioration. C. Deliver all seed in original containers. Seed shall not be mixed or blended except in the presence of the Engineer. W 1.7 HEDk�LING 0 ..A borcdi le the seeding schedule with all other work on the project. Notify the Engineer .JAlefj ree working days prior to the start of seeding operations. >-C LET WrIatWand-disturbing activities are complete and the seedbed has been approved by iRe5rR eer, perform seeding operations. m o tv 1.8 WARRANTY The seeding shall be installed as specified to germinate and provide a uniformly dense stand of the seed mix specified, free of weeds and undesirable species, debris, and free of eroded areas and bare spots. Re -rake areas failing to show a good dense stand within 60 days and reseed as originally specified. A. A warranty is to be provided for completed seeded areas, starting upon the date of initial acceptance. The warranty is to guarantee completed seeded areas to provide a uniformly dense, live, and healthy stand of seed mix specified, free of weeds and undesirable species, debris, and free of eroded areas, bare spots, diseases, and insects at the end of the warranty period of 60 days for domestic/lawn grasses and a 12 -month period for native prairie and wetlands species from date of project acceptance. B. During warranty period, any defects in the seeded area and grass stand such as weedy areas, eroded areas and bare spots shall be corrected and reseeded as originally specified until all affected areas are accepted by the Engineer, without additional compensation. C. Repair and replace to original condition all damages to property resultant from the seeding operation and all damages as a resultant from the remedying of these defects, without additional compensation. Creekside Park 329200-4 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS PART 2 - PART 2 PRODUCTS 2.1 SEED A. Provide fresh, clean, new crop, certified seed complying with tolerance for germination and purity and free of poa annua, 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. B. Type 1 —Permanent Lawn Seed Mix: SUDAS Urban Type 1. 2.2 FERTILIZER A. Fertilizer shall comply with the rules of the Iowa Department of Agriculture and Land Stewardship as follows: 1. The grade of fertilizer will be identified according to the percent nitrogen (N), percent of available phosphoric acid (P205), and percent water soluble potagsium (K20), in that order, and approval will be based on that identification. 2. All fertilizer shall be furnished from an established fertilizer dealer and guaranteed percentage analysis shall be provided by the fertilizer supplier on each container with the proper scale weight records. 3. Fertilizer shall be of a type that can be uniformly distributed by the application equipment. Fertilizer may be furnished in a dry or liquid form. 4. When applied dry, the fertilizer shall be a granular, non -burning chemically combined product composed of not less than 50% organic slow acting, guaranteed analysis professional fertilizer. Granular or pellet form shall be uniform in composition, dry, and free flowing without caking or other damage not . suitable for use. o -"n, 5. When applied in a liquid form, fertilizer may be chemically com*;R orfnay w- furnished as separate ingredients. n-{ vi �C') n 6. Upon request of the Engineer, the Contractor shall provide a tet -(l 'rtiliz� for conformance with the required analysis at no additional com�*&atioq; a t✓ tolerance of 1.0 percentage point plus or minus of that specifiediAll be considered to be in substantial compliance. r 2.3 WATER A. Water shall be free of any substance harmful to seed growth. Creekside Park 329200-5 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS B. The Contractor shall provide water, equipment, methods of transportation, water tanker, hoses, sprinklers, and labor necessary for the application of water. 2.4 MULCH A. Hydraulic Seeding: The material shall be a natural or cooked cellulose fiber processed from whole wood chips (no recycled material) which will disperse readily in water to form a homogeneous slurry and remain in such state when agitated in the hydraulic mulching unit. Material shall be completely photo -degradable or biodegradable. The homogeneous slurry of material and water shall be capable of being applied N standard hydraulic mulching equipment. We slurry shall be dyed green to facilitate visual metering during application with J u� Udid material or homogeneous slurry having no growth or germination -inhibiting tors, being completely non -injurious to plant or animal life and having no toxic ect when combined with seed, fertilizer, and water. E3 4.-54Vhen applied, the wood cellulose fiber slurry shall be free from weeds or other s foreign matter toxic to seed, consisting of a classification of fibers with a minimum of 30 percent having an average length of 0.15 inches or passing a Clarke Classifier 24 mesh screen, will form an absorptive mat, but not a plant - inhibiting membrane, which will allow moisture to percolate into the underlying soil. Mulch shall have a water -holding capacity of not less than 9 pounds of water per pound of fiber. 6. The wood cellulose fiber shall have an equilibrium air dry moisture content of 12 percent or less a time of manufacture, as defined by the pulp and paper industry standards, and shall have a ph range of 4.0 — 5.5. 7. It shall be packaged in new labeled containers and be applied at a rate of 1,800 pounds per acre (41.3 Ib/1,000 sf). 8. The mulch shall include a colloidal polysaccharide tackifier which shall be adhered to the fiber to prevent separation during shipment and avoid chemical co -agglomeration during mixing within the hydraulic mulching equipment. 9. The material shall be homogeneous within the slurry and shall have no growth or germination -inhibiting factors nor any toxic effect on plant or animal life when combined with seed or fertilizer. The material shall not form a water-resistant crust that can inhibit plant growth. 10. The tackifier shall be applied at a minimum rate of 50 pounds per acre (0.11lb/sq) and shall be packaged in new labeled containers. Creekside Park 329200-6 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS 11. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. B. Conventional Seeding: 1. Material used as mulch may consist of straw (oats, wheat, barley, or rye). 2. Hay (bromegrass, timothy, orchard grass, alfalfa, or clover) shall not be used to mulch areas where lawn mixtures are seeded but may be used to mulch areas where erosion control and perennial ground covers are seeded. 3. All material used as mulch will be free from all noxious weed, seed -bearing stalks, or roots and shall be inspected and approved by the Engineer prior to its use. 4. Other materials, subject to the approval of the Engineer, may be used. 2.5 INOCULANT FOR LEGUMES A. An inoculant is a culture of bacteria specifically formulated for legume seeds (alfalfa, clovers, lespedesa, birdsfoot trefoil, hairy vetch, and crown vetch). B. The manufacturer's container shall indicate the specific legume seed to be inoculated, rate of application, and the expiration date. C. All inoculant shall meet requirements of the Iowa Seed Law. Follow the safety precautions specified on the product label. 2.6 FUNGICIDE A. A fungicide shall be a noncommercial protectant formulation to provide protection from soil -born fungus diseases of seeds. N B. The application shall be made at the rate of 5 1/2 ounces of a 75 percnt onntraten or equivalent per 100 pounds of seed. �n M 2.7 STICKING AGENT o� s ..;:X N A. A sticking agent shall be a commercial material recommended by the rwanufaeDrer to improve adhesion of inoculant and fungicide to the seed. B. 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 and fungicide. Creekside Park 329200-7 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS PART 3 - PART 3 EXECUTION 3.1 AREA OF SEEDING A. Areas to be seeded shall conform to the limits stated or shown on the construction plans and contract documents. Areas disturbed outside the contract limits approved for seeding shall be seeded by the Contractor at no additional compensation. B. Temporary Erosion Control: Contractor to provide and seed temporary seeding as may be required. 3.2 SEEDING DATES A. ceding dates Turf Type 1 seed shall be between March 1 to May 31 and between © gust 40 and September 30. Commence only when ground temperatures are 55 grggfahrenheit or greater. LI.J Cl- LU -. torr T41 f seeding for domestic lawn seed, if approved by Owner, shall be completed -whEw.al� temperatures are consistently below 40°F and prior to December 25 of a aiveIIyear, unless otherwise approved. Dormant seeding is not allowed on snow. re the seedbed before the ground freezes. To ensure protection of the seed, Vapplytm a frosty morning or before a predicted snow. C. At the option and at the full responsibility of the Contractor, seeding operations may be conducted under unseasonable conditions. The final results shall be as specified and guaranteed without additional compensation should the seeded areas require reseeding. 3.3 SEEDBED PREPARATION A. Limit preparation of seedbed to areas which will be seeded immediately upon completion. B. Remove all straw -mulch, weeds and weed debris where weed growth has developed, in the opinion of the Engineer. Straw -mulch, weed growth and weed debris removal process shall be approved by the Engineer and shall be done without additional compensation. C. 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. D. The Contractor shall shape and fine grade to remove washes or gullies, water pockets, and irregularities to provide a smooth, firm, and even surface true to grade and cross- section. Creekside Park 329200-8 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS E. Disk or rototill and cultivate seedbed to a minimum 3 inch depth to a fine texture and without soil lumps. Where the area is inaccessible to machinery, it shall be prepared by hand to a minimum depth of 2 inches after the fertilizer has been applied. For lawn seeding areas, 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. 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 areas), 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. G. 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. H. Application of Fertilizer: 1. Do not apply fertilizer with native grass and forb mixes. 2. Apply fertilizer after shaping and fine grading and prior to the combine0_ illage and rock -removal operations. On areas inaccessible to machiggry, th�4ertilizer may be spread prior to tillage and cultivated seedbed preparatii,�ipd Lioiform7tl mixed into the top 1 1/2 inches of soil. 3. Fertilizer shall be spread with a mechanical spreader or sprayer uniformly to atl- areas to be seeded at the minimum rate specified herein. The fertilizer shall h V. tilled into the soil to a minimum depth of 3 inches. o� N 1E 4. The Contractor shall be permitted to substitute other fertilizer containing 8halysis percentages different from those specified, provided that the minimum amounts of actual nitrogen (N), phosphate (P), and potash (K) per acre are supplied and that in no case shall the total amount per acre of the three fertilizer elements (N), (P), or (K) be exceeded by 30 percent of the following minimum amounts. 5. Conventional Seeding (Lawn Seed Mixes Only): a. Apply 6-24-12 commercial fertilizer or the equivalent units of nitrogen (N), phosphate (P), and potash (K) at the rate of 200 pounds per acre. A minimum of 40 percent of the total nitrogen (N) shall be water insoluble nitrogen. 6. Hydraulic Seeding (Lawn Seed Mixes Only): Creekside Park 329200-9 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS a. Apply 6-24-12 commercial fertilizer or the equivalent units of nitrogen (N), phosphate (P), and potash (K) at the rate of 200 pounds per acre prior to seeding. b. In addition to the above, a minimum of 100 pounds per acre of a 20-26-6 fertilizer in which a minimum of 50 percent of the total nitrogen is water insoluble nitrogen shall be applied as part of the seed, fertilizer, mulch, and water slurry. 7. Tilling: a. After fertilizer has been applied, a mechanical rock picker shall be used on areas accessible to machinery to mix fertilizer in the soil to a depth of 3 w U11� inches and to remove all rocks, debris, and solid non -soil material larger i C%J than 1 inche in diameter from the upper 3 inches of the soil. A spring tooth =3 cultivator may be used in lieu of a rock picker. The rock shall then be a W o removed by hand after each use of the cultivator --the process to be J vF repeated until the soil is relatively free of rock as determined by the Z�► — �-v Engineer. LL T. F C-) Remove all rock remnants from rock piles used on project smaller than 1 inch. C. The seedbed shall then be smoothed with a cultivator -type tillage tool having a rake bar -such as the Roseman rake -or a rock rake -such as the York -gauged by rear gauge wheels or by a blade gauged by a landscape roller -such as the Viking roller blade. d. Tilling shall be parallel to the contours. e. Ruts and wheel tracks in the seedbed from seedbed preparation are to be removed prior to seeding. This must be completed just prior to seeding and the work approved by the Engineer before the seeding application. 3.4 SEED PREPARATION A. 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. B. Inoculate all legumes with a standard product humus culture before being mixed with other seeds for sowing. C. 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 Creekside Park 329200-10 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS recommended protective coating may be used in lieu of seed with Contractor -applied inoculant. D. 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. 3.5 APPLICATION OF SEED A. Prior to seeding, the seedbed shall be inspected and approved by the Engineer and Owner. B. Conventional Seeding: Sowing: a. Domestic Grasses - On all areas accessible to machinery, all grasses shall be sown with a drop -type seeder attached to a landscape roller in such a manner that the seed is applied and then covered by rolling which firms the soil. Seeding to be completed with a minimum of two passes in different directions. b. On areas inaccessible to field machinery, the use of cyclone seeders will be permitted, but no other hand -seeding methods will be accepted. N C. The application of grass and legume seed with hand seeders on egdy spring work must be performed as separate operations. N4-'fqwinq.7Rf the-- two hetwo types of seed will be permitted. - 6� 2. Mulching: a. All seeded areas shall be mulched within 24 hours after thdEis i"ownO. The mulch shall be uniformly distributed over the required areas ata rate of 2 tons of dry mulch per acre. b. The mulch shall then be worked into the soil with a mulch tucker which shall be designed to anchor the mulch into the soil. The tucker shall be designed to anchor mulch into 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. C. Do not tuck mulch over native prairie, wetland, and forbes mixtures. C. Hydraulic Seeding: If approved by Engineer, hydraulic seeding shall be applied as specified. Creekside Park 329200-11 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS 2. All material, seed, fertilizer, mulch, tackifier, and fungicide shall be placed in hydraulic -mulching equipment specifically manufactured for hydraulic seeding and mulching. 3. Ensure the hydraulic equipment, pump, and application process do not damage or crack seeds. A. All seeded areas shall be kept moist at all times. The areas shall be artificially watered a minimum of twice a day (early morning and evening) every day for the first week after seeding is completed. B. For the second and third weeks after seeding, the seeded areas shall be artificially watered once a day (early morning or evening). C. The quantity of water used shall be adequate to keep the soil and mulch moist to a depth of 1 inch and ensure growth of the seed. If natural rainfall is adequate to keep the soil and mulch moist as stated above, artificial watering may be deleted. D. Any area seeded in the month of May shall be maintained for an additional 3 weeks. The seeded areas shall receive a minimum of 1 inch of water each week (either natural, artificial, or combination) for the fourth, fifth, and sixth week after seeding. 3.7 MAINTENANCE A. Domestic Grasses - Maintenance shall begin immediately following the installation of seed and mulch and continue for a 60 day period from project acceptance. B. Maintenance of seeded areas shall include protection against traffic, repairing of areas damaged, watering, rolling, and mowing when grasses are at an approximate 3 -inch Creekside Park 329200-12 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS 4. Materials shall be mixed with fresh potable water using a combination of both recirculation through the equipment's pump and mechanical agitation to form a homogeneous slurry. 5. It shall be applied evenly over all specified areas in a workmanlike manner at component material rates specified. Lo L0 Q 6�y nggy mixture within one hour after seed and fertilizer are placed in the hydraulic LU � er. w— f 17-4 &Accessary, dampen dry, dusty soil, to prevent balling of the material during LL >arpplication. �q . U� a cleanup shall be considered part of application and shall include the removal No hydraulic mulch slurry from buildings, landscaping, sidewalks, and any other areas not specified for application. All debris resulting from this application shall be removed from the site. 3.6 WATERING A. All seeded areas shall be kept moist at all times. The areas shall be artificially watered a minimum of twice a day (early morning and evening) every day for the first week after seeding is completed. B. For the second and third weeks after seeding, the seeded areas shall be artificially watered once a day (early morning or evening). C. The quantity of water used shall be adequate to keep the soil and mulch moist to a depth of 1 inch and ensure growth of the seed. If natural rainfall is adequate to keep the soil and mulch moist as stated above, artificial watering may be deleted. D. Any area seeded in the month of May shall be maintained for an additional 3 weeks. The seeded areas shall receive a minimum of 1 inch of water each week (either natural, artificial, or combination) for the fourth, fifth, and sixth week after seeding. 3.7 MAINTENANCE A. Domestic Grasses - Maintenance shall begin immediately following the installation of seed and mulch and continue for a 60 day period from project acceptance. B. Maintenance of seeded areas shall include protection against traffic, repairing of areas damaged, watering, rolling, and mowing when grasses are at an approximate 3 -inch Creekside Park 329200-12 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS height; and mowing of native grasses and forbes when reaches an 8 -inch height to a 6 - inch height to control weed growth. If areas are seeded in the fall and not given a full maintenance period, or if seeding establishment is not acceptable at that time, continue maintenance the following spring until acceptable lawn or native seeded area is established. 3.8 RE -SEEDING A. When all work related to seeding on an area has been completed but is washed out or damaged prior to final acceptance of the seeding area and that area involves seeding in combination with mulching or fertilizing or both, the area shall be reseeded, refertilized, and remulched at the contract unit price or prices when so ordered by the Owner. B. Fertilized or seeded areas damaged by rain prior to required mulching or areas where the mulch is not tucked shall be refertilized or reseeded or both at a rate not to exceed the specified rate, as designated by the Engineer, without additional compensation. 3.9 CLEANUP A. Perform cleanup operations during installation of work and upon completion. B. Remove from site all excess materials, debris, and equipment. C. Hose down and/or broom clean all paved surfaces. N D. Repair any damage resulting from seeding operations. CD m E. Remove hydraulic slurry from buildings landscaping and plantings, muldg_Vewalks, — pavement, and any other areas not specified for application. �� cn (� -Gr rn 'o M 3.10 FINAL ACCEPTANCES $ N 0 D y. A. The areas seeded shall be given acceptance based upon the following criteria: All requirements for the completed installation and a minimum of 60 days maintenance have been provided for domestic grasses and a minimum of 12 month for native grasses and forbes. Seeded areas shall be in a live, healthy, growing, and well-established condition without eroded areas, bare spots, free of weeds, undesirable grasses, disease, or insects. Re -seeding operations are completed, as per original specifications. Creekside Park 329200-13 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS 0 W J LL Final acceptance may be given by the Owner upon fulfillment of all items completed as required. i END OF SECTION Creekside Park 329200-14 Iowa City, Iowa SEEDING AND SOIL SUPPLEMENTS SECTION 32 93 00 PLANT MATERIAL AND PLANTING PART 1 -GENERAL 1.1 SECTION INCLUDES A. Description of Work B. Plant Material Warranty C. Plant Establishment and Replacement Period D. Plant Materials E. Planting Season F. Excavation of Planting Pit G. Planting H. Mulching I. Wrapping C) Cl) J. Staking c) CP GZ" K. Pruning � �^ o� N L. Clean Up C7 M. Acceptance and Review 1.2 DESCRIPTION OF WORK A. Drawings and general provisions of Contract, including general and supplementary conditions and Division 1 specifications sections apply to this section. B. This section shall include the furnishing and installation of plant material, the protection, maintenance, guarantee, and replacement of plants for completed planting work as specified in the contract documents. C. Reference is made to the Iowa Department of Transportation English Standard Specifications for Highway and Bridge Construction and all Supplemental Specifications by the term "Iowa DOT Specification Number" and/or "IM Number". D. Related Work Covered by other sections: Creekside Park 329300-1 Iowa City, Iowa PLANT MATERIAL AND PLANTING 1. Section 31 2300: Excavation and Fill 2. Section 32 9223: Sodding 3. Section 32 9219: Seeding 1.3 PROTECTION OF PROPERTY A. Protect Existing Conditions At The Site Against Damage Including The Following: 1. Take precautions to insure that equipment, vehicles, and planting operations do not disturb or damage existing grades, walls, drives, pavement, utilities, W) _plants, lawns, lawn irrigation systems, and other facilities. [� NsZ-erify locations and depths of all underground utilities prior to excavation and W �cS-Ireport conflicts with new plantings. J Any damage to existing trees or shrubs including branches and root systems shall be repaired and/or pruned by an approved experienced tree surgeon or >- J �' arborist. vAi Repair, replace, and/or return to original condition any damaged item, without �? additional compensation. 1.4 SUBMITTALS A. Action Submittals 1. Submit under provisions of Division 1. 2. Submit certification of the fertilizer and/or root stimulator analysis. 3. Submit written maintenance instructions recommending procedures for maintenance of all plant material types including watering, insect and disease control, fertilizing, and pruning, tree wrap, and staking; prior to final acceptance. 4. Provide a sample of the mulch proposed in this project for approval from the Engineer. B. Information Submittals 1. Submit copy of current certification that Contractor is an Iowa Certified Nursery Dealer or Grower, prior to starting work. 2. All plant materials shall comply with State and Federal laws with respect to inspection for plant disease infestation. Any inspection certificate or permit required by law to this effect shall accompany each shipment, invoice, or order of stock. File each certificate or permit, upon arrival, with Owner. Payment of all permits and fees provided at no additional compensation. 3. Provide certification to the Engineer stating that container grown material has been grown in the container for not less than one year. 4. Upon request the Contractor will provide Material Certifications to the Engineer. 1.5 QUALITY ASSURANCE A. All plant material shall meet the minimum requirements of size and grade in the latest edition of American Standard for Nursery Stock, ANSI Z60.1. Creekside Park 329300-2 Iowa City, Iowa PLANT MATERIAL AND PLANTING B. Plant names indicated comply with the latest edition of "Standardized Plant Names" as adopted by the American Joint Committee of Horticultural Nomenclature. Names of varieties not listed conform generally with names accepted by the nursery trade. All plants shall be true to name and tagged legibly as to name in accordance with nursery standards of practice as recommended by the American Association of Nurserymen. C. Quality of Plant Material: 1. All plants shall be nursery grown under similar climatic conditions, as this project, for a minimum of 2 years and shall have been transplanted or root pruned 2 or more times in accordance to size and type of plant. 2. One-sided branching plants from tightly planted nursery rows will be rejected. 3. All plants shall be normal specimens without objectionable deformities, voids, and open spaces, with well-developed branch and root systems; true to height, shape, and character of growth of the species or varieties. Plants shall show appearance of good health and vigor. 4. All plants shall be free of injurious insects, insect eggs, bores, and all forms of infestation, plant diseases, moldy or dried roots, or damage to trunk, bark, branches, leaders or root systems, or cut -leaders. All plants shall be free of defects, disfiguring knots, sunscald injuries, and frost cracks. All plants to be free of rodent damage to bark and buds. D. Plants may be inspected and approved at the place of growth by Engineer for x compliance with specification requirements for quality, size, and variety; travel at the expense of the Engineer. Such approval does not waive the right= reject any plant material after it has been delivered to the site and/or8stalleirp n a E. All plants shall be inspected by the Engineer prior to planting. 2-< c,•7 F. A planting list of all plants including a schedule with sizes, quantities, and other j requirements is shown on the plans. In the event that quantity requirements or material omissions occur in the planting material list, the planting plan shall govern. 1.6 DELIVERY, HANDLING, AND STORAGE A. Deliver fertilizer to site in original, unopened, and undamaged containers showing weight, analysis, and name of manufacturer. Store in manner to prevent wetting and deterioration. B. Handling and Temporary Storage: 1. Take all precautions customary in good trade practice in preparing plants for delivery to the site to insure arrival of the plants at destination in good condition for successful growth. 2. Dig, pack, transport, and handle plants with care to insure protection against injury. Creekside Park 329300-3 Iowa City, Iowa PLANT MATERIAL AND PLANTING 3. Plants shall be handled in such a manner as to ensure adequate protection from any damage such as climatic, seasonal, wind damage, or other damage during transportation or temporary storage. 4. Plant root systems, except for container grown, shall be protected with wet straw, moss, or other suitable material which will assure arrival at destination and during temporary storage with root systems in a moist, healthy condition. 5. All plants shall be protected with a tarpaulin when being transported in an open vehicle. 6. Temporary Storage: When approved by the Engineer, temporary storage of plants on the project site may be permitted. When temporary on-site storage is not approved, the Contractor shall provide such facilities and location without additional compensation. `D 7. Contractor shall heel -in plants and maintain during temporary storage by N .-Troviding moist straw, moss, or other suitable material to protect root ©_ =�ystems, watering, and protection from excessive sun, wind, and inclemate LL r J eather conditions; providing a healthy vigorous plant when planted. 4-7— SCHEDZING LL Q �tify the Engineer at least 3 days prior to start on installation of plant material. o "- N 1.8 MAINTENANCE INSTRUCTIONS A. Furnish detailed written recommended annual maintenance program of watering, fertilizing, pruning, and other care of all plantings to the Owner with a copy to the Engineer prior to acceptance of the plantings. 1.9 PLANT MATERIAL WARRANTY A. Warrant each plant to remain alive and be in healthy, vigorous condition for a period of 1 year after completion and acceptance of the project. B. Warranty shall not include damage or loss of plant material caused by fires, acts of God, acts of vandalism, or negligence on the part of the Owner. C. Warranty Inspection: 1. Inspection of plants will be made by the Engineer at the expiration of the one 1 year warranty period. 2. All plants that are missing or not in a live, healthy growing condition shall be listed and the Contractor shall be held liable for replacement with equivalent plants of same species and size. 1.10 PLANT ESTABLISHMENT PERIOD AND REPLACEMENT A. Establishment Period: The plant establishment period shall be the period of time from the beginning of the contract to the end of the plant material warranty. Plant establishment shall consist of caring for the project as specified herein, including maintenance, until the expiration of the plant material warranty, which is one year after the project is accepted by the Engineer. Creekside Park 329300-4 Iowa City, Iowa PLANT MATERIAL AND PLANTING Maintenance: The Contractor shall care for all plants during the plant establishment period as may be necessary to keep plants in a live, healthy growing condition. a. Pruning, cultivating, removal of weeds from planting beds and mulch areas; remove all weeds prior to review for completion. b. Watering at the minimum rate of 1 inch per week or as directed by the Engineer. c. Adjustment of stakes and ties to maintain plant in upright and plumb condition. d. Re -set settled plants to proper grades and position. Restore planting saucer and mulch; adding planting soil and mulch as may be required. e. App lication of appropriate insecticides and fungicides necessary to maintain plants free of insects and disease. 2. Plant Condition: All plants shall be in a live, healthy, and growing condition both at the date of completion before acceptance of the project by the Engineer and at the end of the plant establishment period. B. Replacement: Contractor shall replace all plants not in a live, healthy, and growing condition without additional compensation, except as follows: Otherwise healthy plants that have been vandalized during the period covered by the planting bond, are not the Contractor's responsibility. 1. Upon notice from the Engineer, the removal of rejected plants from the site and the replacement of plant material shall be of the same species and size and installed as originally specified at no additional compensation. 2. All replacement plants shall be inspected by the Engineer prior to planting. 3. Maintain replacement plants as specified for original plants. -- 4. Replacement plants shall have a 1 year warranty after acce*F� Ce at replacement. The warranty shall cover all trees and shrubsnoZe aGue, healthy, and good growing condition and the Contractor shE E:tle lial3lp for f— replacement with equivalent plants of same species. r- 5. Make all necessary repairs to original condition the grades, ]Taos, Rd p due to replacement of plant material installation. o= N D 1.11 SUBSTITUTIONS r A. Where evidence is submitted that a specified plant cannot be obtained, substitution may be made upon approval of the Engineer. B. No substitutions will be considered after the contract award unless specifically provided for in the Contract. C. If the Engineer approves a proposed substitution prior to receipt of bids, such approval will be set forth in an Addendum. Bidders shall not rely upon approvals made in any other manner. Creekside Park 329300-5 Iowa City, Iowa PLANT MATERIAL AND PLANTING PART 2 -PRODUCTS 2.1 PLANT MATERIALS A. Plants or plant material shall include trees, shrubs, ground covers, vines, flowers, and other plants illustrated in the contract documents. B. Provide plants typical of their species and variety in a good healthy condition in accordance with 1.05 Quality Assurance. C. Plants shall meet the requirements for spread and height indicated on the plans. K. Creekside Park Iowa City, Iowa Balled and Burlapped Plants (B&B) 1. Root balls shall be firm and unbroken, moist, and of the specified size. 2. Broken or loose root balls will be rejected. Failure to conduct good handling and digging practices may be cause for rejection of plant. 3. No manufactured or artificially produced or mudded -in root balls will be accepted. 4. A container grown plant, in lieu of a "B&B" root ball, will be accepted provided it meets specified sizes, complies with "American Standard for Nursery Stock" (ANSI Z60.1), and meets criteria for container grown plants. Container Grown Plants (C): 1. Grown in sufficiently sized container for a minimum of 1 year with a root system to have developed to hold its soil together, firm, whole, and moist when taken from the container. 2. No loose root systems in the container nor root bound nor circling of the root system will be accepted. Bare Root Plants (BR): 329300-6 PLANT MATERIAL AND PLANTING D.O Plants larger than those specified in the plant list with corresponding root system M may be used only upon approval of the Engineer prior to installation. ® CV EE f9voergreen trees shall be branched to the ground. F�,0 -J i= is with broken or cut back terminal leaders may be rejected. tents planted in rows shall be matched in form and size unless specified or m iRaicated otherwise on the plans. R—, H. All plants which fail to comply with these specifications in any way will be rejected by the Engineer and shall be removed immediately from the project site by the Contractor. K. Creekside Park Iowa City, Iowa Balled and Burlapped Plants (B&B) 1. Root balls shall be firm and unbroken, moist, and of the specified size. 2. Broken or loose root balls will be rejected. Failure to conduct good handling and digging practices may be cause for rejection of plant. 3. No manufactured or artificially produced or mudded -in root balls will be accepted. 4. A container grown plant, in lieu of a "B&B" root ball, will be accepted provided it meets specified sizes, complies with "American Standard for Nursery Stock" (ANSI Z60.1), and meets criteria for container grown plants. Container Grown Plants (C): 1. Grown in sufficiently sized container for a minimum of 1 year with a root system to have developed to hold its soil together, firm, whole, and moist when taken from the container. 2. No loose root systems in the container nor root bound nor circling of the root system will be accepted. Bare Root Plants (BR): 329300-6 PLANT MATERIAL AND PLANTING 1. Bare root plants may only be used where shown on plans or as approved by the Engineer. 2. Just prior to shipment to job site, all bare root plants to have root system submerged in water for a minimum of 3 hours. 3. Bare root plantings shall have substantially all of the root system in tact, with clean cuts on roots. Root system to be packed in moisture - retaining material and bagged to protect the root system from drying out. 4. Prior to planting, bare root plants to be properly pruned and sweated in accordance with the nursery source instructions. 5. All bare rooted plants to be dormant or breaking bud if sweated at the time of planting and to be planted immediately upon arrival to project site, without temporary storage. 6. All bare root plants to be watered in with an approved root stimulator. 7. Planting season for all bare root plants is limited to May 1 to May 15. 2.2 PEAT MOSS 2.4 A. Peat Moss: a partially decomposed fibrous vegetation matter of natural occurrence, finely shredded or granular, brown to black in color, and free of woody particles, seeds and weeds. Peat shall have an ash content not to exceed 30 percent. is FERTILIZER F, A. Fertilizer Shall Comply With The Rules Of The Iowa Department Of Agriculture And As Follows: 1. The grade of fertilizer will be identified according to the percent nitrogen (N), percent of available phosphoric acid (P2Or,), and percent water soluble potassium (K2O), in that order, and approval will be baslg on that identification. o m 2. All fertilizer shall be furnished from an established fertiliz EcealgEand guaranteed percentage analysis shall be provided by thegrtllizeicsuppUai on each container with the proper scale weight records. c-) -f — ( — 3. Fertilizer shall be a granular or pellet form, uniform in coo sition dryM and free-flowing without caking or other damage not suit fort-itse. 4. Upon request of the Owner, the Contractor shall provide:LkMt ofthe 0 fertilizer for conformance with the required analysis; at nipadditia�qal compensation. A tolerance of 1.0 percentage point plus or minusrwill be considered substantial compliance. MULCH A. Provide sample for approval by the Engineer. B. Mulch shall consist of premium finely shredded or ground hardwood chips graded to 1/4 inch to 1/2 inch diameter and maximum of 3 inches in length. Green or freshly chipped or shredded mulch will be rejected. C. Mulch to be free of weeds, weed seed, chaff, diseases, or other foreign material. Creekside Park 329300-7 Iowa City, Iowa PLANT MATERIAL AND PLANTING D. Other material may be used only upon written approval of the Engineer prior to installation. 2.5 PLANTING SOIL A. Excavated soil from the planting pit may be used in preparation of planting soil for backfilling around root system of planted material. B. Provide planting soil mixture for backfilling planted material of 5 pounds of 12-12- 12 commercial fertilizer per cubic yard of excavated soil from planting pit. C. In the event that the Contractor selects to use different planting soil mixture, an analysis of the proposed soil mixture shall be submitted to the Engineer for approval prior to work. © D N $c�tot use frozen or muddy mixtures for backfilling. (�J = C�Zo 2.. ST KI�RMD EARTH ANCHORS LL P:?*es required for staking plants shall be in accordance with Iowa DOT -4154.09 s c -t el posts, 'T" or "U" shaped of minimum 7 foot length. All stakes shall be m o form in shape, size, and color. N B. Earth anchors shall be minimum 24 inch in length, auger type with looped end, printed uniform in color. 2.7 STAKING WIRE AND GUYING CABLE A. Wire: No. 9 gauge pliable galvanized wire. B. Cable: 3/16 inch aircraft cable with ends clean and unfrayed. C. Cable clamps to match size and strength of cable. Provide 2 for each end of cable. D. Turnbuckle to match size of cable with one end looped and the other end hooked to fit anchor. 2.8 STAKING AND GUYING HOSE A. Reinforced garden hose not less than 1/2 inch inside diameter or other material approved by the Engineer. B. Hose length shall be adequate to prevent contact of staking or guying wire with bark of tree trunk. Creekside Park 329300-8 Iowa City, Iowa PLANT MATERIAL AND PLANTING 2.9 TREE WRAPPING A. Tree Trunk Wrapping Material: 4 inch rolls of 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 Engineer. 2.10 WATER A. Water: Free of substances harmful to plant growth. B. Contractor to provide water, equipment, methods of transportation, water tanker, hoses, sprinklers, and the application of water. 2.11 ANTI -DESICCANT A. Protective film emulsion providing a protective film over plant surfaces which is permeable to permit transpiration. Mix emulsion and apply in accordance with manufacturer's instructions. 2.12 ROOT STIMULATOR A. For bare root plantings, the Contractor shall provide a root stimulator analysis for Engineer's approval prior to planting. B. Apply approved root stimulator in accordance with manufacturer's recommendations. 0 2.13 TREE MOVING EQUIPMENT m o n a A. Truck mounted "Big John" Model 90-B with a 90 -inch clam shel6Gppmved .-- equal. C')'-< - --i C-) 'gym rn 2.14 MACHINE MOVED PRE -CONDITIONING MATERIALS = CE �. N A. Bio Plex Technical Concentrate liquid stimulant complex, or apptnved equal. Apply in accordance with manufacturer's recommendation to reduce wilwg, decline and defoliation. PART 3 - EXECUTION 3.1 PLANTING SEASONS A. Evergreen Plants (B&B and Container): Planting period shall be from August 15 to October 15 and from April 1 to June 1. B. Deciduous plants (B&B and Container): Planting period shall be from August 15 to November 15 and from April 1 to June 1. Creekside Park 329300-9 Iowa City, Iowa PLANT MATERIAL AND PLANTING C. Deciduous bare root plants shall be planted in the period stated on the plans. D. Machine moved plants: September 15 until frozen soil, no trees moved with frozen soil. E. At the option and on the full responsibility of the Contractor, planting may be conducted under unseasonable conditions, except in weather below 32° F. or above 90° F; without additional compensation nor variance from plant guarantee survival, with Engineer approval. 3.2 PREPARATION L Provide notice and obtain approval from the Engineer 3 days prior to planting ® N r�erations. LU _ cco "6. _j>Provide barriers or fencing as approved by the Engineer to protect the general + J LnCJ!--public from injury when planting installation is within street right-of-way. L.3 CION OF PLANTS � o aZA. The Engineer to provide approval of location marking by Contractor prior to excavation of planting wells for all plants. B. Contractor to mark with flags or lathe the location of all plants in accordance with the plans. Trees are to be marked individually. Stake the outline of bedded plants or shrub groups for the quantity on the plans without marking individual plants. C. Make field adjustments in plant locations where underground or overhead obstruction is encountered, or where changes have been made in construction as approved by the Engineer. Any field adjustments must be marked on as -built plans; when required. 3.4 EXCAVATION OF PLANTING PIT A. Excavate the plant pit, centered at the location marks, cylindrical in shape with a diameter 3 times larger for trees and 2 times larger for shrubs 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 pit full of water; allow to stand (without adding water) for an 18 hour period to determine porosity of the soil. D. If determined by the Engineer the soils are too impervious, a planting well is to be provided as an additional work item. Creekside Park 329300-10 Iowa City, Iowa PLANT MATERIAL AND PLANTING Planting well location: Over -excavate planting pit as required to locate planting well in the bottom of the planting pit to an adjacent side of the plant root system, as per detail. Planting well: Auger a minimum 9 inch diameter hole to a minimum 6 foot depth and fill with clean 3/4 inch septic rock. Cover planting well aggregate with approved fiberglass screen. 3.5 PLANTING A. Bare Root Plants: 1. All bare root plants to be dormant at time of planting. 2. Remove all ties, ribbons, and wrap and other items except plant identification from branch system after approval from the Engineer. 3. Remove all root packing and prune broken roots to sound wood with clean cuts. 4. Place a minimum of 6 inch depth of planting soil in bottom of planting pit. 5. Place plant erect, centered, and with desired orientation in planting pit and backfill with planting soil; with the root crown matching existing grade. 6. Spread and arrange roots in their natural position. Do not mat roots together. 7. Carefully compact backfill in layers filling all voids and avoiding injury to root system until two-thirds of plant pit is complete; apply water to fill pit and allow soil to settle. 8. Compact lightly the settled topsoil. 9. Continue backfilling and form a 3 inch depth saucer around plant, as detailed on plans. 10. Water plant and surrounding area until backfill is thoroughly moist. N B. Balled and Burlapped and Container Plants: m o �= •1.4 rC7 � 1. All container and balled root systems to be moist at time 151'entirtg. 2. Remove all ties and wrap from branch system, except pl0 'en&aticF7 3. Remove plant root system carefully from container prior toa*ntin$ M without disturbance to root systems. r —' 4. Place plants centered, erect, and with desired orientationSJptan*vg pito with the root crown matching existing grade. v — 5. After plant placement, cut twine, wire, wire mesh, and burlap and`f8ld from sides of ball and remove from pit. 6. After placement, remove sides of wooden baskets from pit. 7. Carefully compact planting soil backfill in layers, filling all voids until two- thirds of plant pit is complete; apply water to fill pit and allow soil to settle. 8. Compact lightly the settled topsoil. 9. Continue backfilling and form a 3 inch depth saucer around plant, as detailed on plans. 10. Water plant and surrounding area until backfill is thoroughly moist. C. Machine Moved Plants: Prepare watering with a Bio-Plex mixture of 4 ounces per 10 gallons at a rate of 10 gallons per inch of Caliper. Rate of application to allow full Creekside Park 329300-11 Iowa City, Iowa PLANT MATERIAL AND PLANTING B. Provide a minimum of 18 -inch radius mulch area from tree trunks and shrub branch lines. C. Provide a continuous mulch area around plant groupings. D. Thoroughly water mulched areas. Rake to a smooth finish surface. 3.7 WRAPPING A. Provide a trunk wrapping for all deciduous trees. B. Inspect trunk for injuries and evidence of insect infestation. Repair and treat as approved by the Engineer. C. Wrap trunks spirally from ground line by overlapping one-half of the tree wrap strip and completely cover trunk to the height of the first branch. Creekside Park 329300-12 Iowa City, Iowa PLANT MATERIAL AND PLANTING absorption of the mixture approximately 24 hours prior to the tree spade relocation. 2. Prune out for structural damage or dead branches prior to tree relocation. 3. Spray a Bio-Plex mixture to cover the entire leaf surface area within two hours of tree relocation. 4. Pre -dig new location pit and dispose of excess earth. 5. Prior to placement, prepare a slurry in bottom of excavated pit by adding water, a minimum of ten pounds of Milorganite and a small amount of planting soil to provide a slurry which will exude from pit when setting relocated tree. 6. Machine move existing tree noted on plan to new location in an expedient manner, with a full machine of earth. 7. Provide a minimum of two earth anchors and guying per tree. 8. Mulch around tree as specified. 9. Provide slow rate of water to provide a thorough watering upon Q N r� completion of planting. Subsequent watering to be on an as needed o bases, by investigating with a probe for moisture, until the frost is W CX_ Li— J} evidenced in soil; watering a minimum of one inch per week required. :D. >-EPlanting on Slopes: (,L �¢ ¢ CC) v Place the top of the root crown at or slightly above the finish 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 avoid erosion, as detailed. 3.6 MULCHING A. Place a 3 inch depth mulch in the planting saucer within 4 calendar days of planting, as shown on details. B. Provide a minimum of 18 -inch radius mulch area from tree trunks and shrub branch lines. C. Provide a continuous mulch area around plant groupings. D. Thoroughly water mulched areas. Rake to a smooth finish surface. 3.7 WRAPPING A. Provide a trunk wrapping for all deciduous trees. B. Inspect trunk for injuries and evidence of insect infestation. Repair and treat as approved by the Engineer. C. Wrap trunks spirally from ground line by overlapping one-half of the tree wrap strip and completely cover trunk to the height of the first branch. Creekside Park 329300-12 Iowa City, Iowa PLANT MATERIAL AND PLANTING D. Secure wrap with twine wound spirally downward in opposite direction, with ties around tree in at least three places in addition to top and bottom. E. Provide written instructions on maintenance of wrap and when to remove. 3.8 STAKING AND GUYING A. The Contractor is required to maintain all plants in an upright, plumb condition. B. Staking or guying shall be completed by end of day for all single stem plants over 1 inch caliper planted. C. Clump form plants and plants in Class "A" walks or other paved pedestrian areas will not be staked unless approved by the Engineer. D. Locate stakes uniformly from trunk of plant equal to 1/2 the distance between the securing collar and grade. E. Set posts vertically into unexcavated soil at a minimum 2 foot depth or until firm providing a required post height above grade. Secure wire in rubber hose a minimum of 4 feet above grade or between one-half to two-thirds distance from grade to tree top, around trunk from each stake, with a slight tension. G. Provide 2 stakes for plants from 1 inch to 2 1/2 inch caliper, as detailed. Locate stakes on opposite sides of trunk with one stake to the southwest of the plant or as directed by the Engineer. o H. Provide 3 stakes for plants from 2 1/2 inch in caliper and larger,'742c!E filed.' Locate stakes equally spaced around plant with one stake loc * Qo t1]e southwest of the plant or as directed by the Engineer.�� (_n 4 m -o I. Provide 3 earth anchors and cable guying assemblies for everCeen tras 101 t and taller and deciduous trees over 4 inch caliper, as detailed. .= _ - cS1 1. Locate one anchor to the southwest of tree with all anchors equally spaced. 2. Locate anchor from trunk at 2/3 distance of tree height. 3. Attach cable with hose protector to trunk between 112 and 2/3 of tree height. 4. Screw anchor into unexcavated soil until only the looped top is exposed. 5. Secure cable and turn buckle to anchor snugly; flag all anchor cables as approved by the Engineer. Contractor shall remove all staking and anchor assembly material from all plants at the end of the warranty period and may removed from site. 3.9 PRUNING Creekside Park 329300-13 Iowa City, Iowa PLANT MATERIAL AND PLANTING A. Contractor to provide proper and sharp pruning tools to provide a clean cut. B. Plant materials incorrectly pruned will be rejected. C. All pruning shall be done to retain the natural shape of the plant. Do not prune terminal leader of a plant. D. Make all cuts flush, leave no stubs or prune to closest outward growing bud. E. Deciduous Trees: 1. Prune all branches, broken, damaged, or otherwise defective, as well as all branches which may not develop properly, shall be removed. Narrow 3.10 CLEANUP A. Perform cleaning during installation of work and upon completion of work. B. Remove from site all excess materials, trimmings, branches, soils, debris, and equipment. C. Repair any damage resulting from planting operations. D. All paved areas to be broom cleaned. E. Remove all tags and labels from plants following acceptance. 3.11 ACCEPTANCE AND REVIEW A. A review of the plants and installation to determine completion of contract work will be made by the Engineer. B. Contractor to provide notification at least 5 days before requested review by the Engineer. C. After the plant and installation review, a listing of acceptance, deficiencies, incomplete work, and requirements for completion of work will be provided to the Contractor. Creekside Park 329300-14 Iowa City, Iowa PLANT MATERIAL AND PLANTING %-0 crotches or competing leaders shall also be eliminated. Ln 2. Prune to develop an upright leader which will promote the symmetry of Q iv r -4Z the tree. Flowering or specimen trees shall be pruned to develop their LLJ a 20 Lj} natural form. Prune all trees in Class "A" walks or other paved pedestrian areas to f rn U►-- provide a 7 foot height clearance, unless otherwise directed by the U Engineer. Alb bare root deciduous trees and deciduous shrubs shall be pruned 1/2 to 1/3 their former leaf surface, unless otherwise directed by the Engineer. 3.10 CLEANUP A. Perform cleaning during installation of work and upon completion of work. B. Remove from site all excess materials, trimmings, branches, soils, debris, and equipment. C. Repair any damage resulting from planting operations. D. All paved areas to be broom cleaned. E. Remove all tags and labels from plants following acceptance. 3.11 ACCEPTANCE AND REVIEW A. A review of the plants and installation to determine completion of contract work will be made by the Engineer. B. Contractor to provide notification at least 5 days before requested review by the Engineer. C. After the plant and installation review, a listing of acceptance, deficiencies, incomplete work, and requirements for completion of work will be provided to the Contractor. Creekside Park 329300-14 Iowa City, Iowa PLANT MATERIAL AND PLANTING D. Maintain plants, mulch areas, staking, and guying as specified until corrections or completion of work is approved in the final review. All plants shall be in a live and healthy condition, of the specified variety and size, and all requirements and maintenance have been complied with. Any plant that is dead or not in a vigorous, thriving condition shall be removed and replaced. Mulched areas are to be free of weeds and grasses. G. Plants that are missing are to be installed during the specified planting season. H. Replacement of rejected or missing plants before acceptance shall not be considered fulfillment of the warranty. I. Contact the Engineer prior to planting replacement plants for inspection and approval of plants and to verify location. The warranty period for all plants shall begin upon date of acceptance for completed installations. END OF SECTION Creekside Park 329300-15 Iowa City, Iowa PLANT MATERIAL AND PLANTING 0 �9 m c.J1 Creekside Park 329300-15 Iowa City, Iowa PLANT MATERIAL AND PLANTING SECTION 33 05 00 COMMON WORK RESULTS FOR UTILITIES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Piping joining materials. 2. Transition fittings. 3. Dielectric fittings. 4. Sleeves. 5. Identification devices. 6. Grout. 7. Flowable fill. 8. Piped utility demolition. 9. Piping system common requirements. 10. Equipment installation common requirements. 11. Painting. `= 12. Concrete bases. o 13. Metal supports and anchorages. v: Cn 1.3 DEFINITIONS :<m "-0 o -O A. Exposed Installations: Exposed to view outdoors or subject to outdoor aifisientu temperatures and weather conditions. Xi Concealed Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. C. ABS: Acrylonitrile -butadiene -styrene plastic. D. CPVC: Chlorinated polyvinyl chloride plastic. E. PE: Polyethylene plastic. PVC: Polyvinyl chloride plastic. Creekside Park 330500-1 Iowa City, Iowa COMMON WORK RESULTS FOR UTILITIES 1.4 ACTION SUBMITTALS A. Product Data: For the following: 1. Dielectric fittings. 2. Identification devices. 1.5 INFORMATIONAL SUBMITTALS A. Welding certificates. N< N `c I� �Ufp!r ASSURANCE Ji' 12;tebft-upport Welding: Qualify procedures and personnel according to a-AVV�b1.1/D1.1 M, "Structural Welding Code - Steel." Z v3 B. �'SteetSEiping Welding: Qualify processes and operators according to ASME Boiler and H Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications." C. Comply with ASME A13.1 for lettering size, length of color field, colors, and viewing angles of identification devices. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver pipes and tubes with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. 1.8 COORDINATION A. Coordinate installation of required supporting devices and set sleeves in poured -in- place concrete and other structural components as they are constructed. B. Coordinate installation of identifying devices after completing covering and painting if devices are applied to surfaces. C. Coordinate size and location of concrete bases. Formwork, reinforcement, and concrete requirements. Creekside Park 330500-2 Iowa City, Iowa COMMON WORK RESULTS FOR UTILITIES PART 2 -PRODUCTS 2.1 PIPING JOINING MATERIALS A. Pipe -Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. B. Flange Bolts and Nuts: ASME 818.2.1, carbon steel, unless otherwise indicated. C. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. D. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. E. Brazing Filler Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general - duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated. c F. Welding Filler Metals: Comply with AWS D1 0.12010.12M for weldinten:Js appropriate for wall thickness and chemical analysis of steel pipe bei c�*Idpd. r- cn G. Solvent Cements for Joining Plastic Piping: �m -0 T 1 ' ■ H. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manurF?; 2.2 TRANSITION FITTINGS A. Transition Fittings, General: Same size as, and with pressure rating at least equal to and with ends compatible with, piping to be joined. B. Transition Couplings NPS 1-1/2 (DN 40) and Smaller: C. AWWA Transition Couplings NPS 2 (DN 50) and Larger: D. Plastic -to -Metal Transition Fittings: E. Plastic -to -Metal Transition Unions: F. Flexible Transition Couplings for Underground Nonpressure Drainage Piping: 2.3 DIELECTRIC FITTINGS A. Dielectric Fittings, General: Assembly of copper alloy and ferrous materials or ferrous material body with separating nonconductive insulating material suitable for system fluid, pressure, and temperature. Creekside Park 330500-3 Iowa City, Iowa COMMON WORK RESULTS FOR UTILITIES 2.4 SLEEVES A. Mechanical sleeve seals for pipe penetrations are specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping." B. Galvanized -Steel Sheet Sleeves: 0.0239 -inch (0.6 -mm) minimum thickness; round tube closed with welded longitudinal joint. C. S*I Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized, (� pbn endst i Z ` Nst4if Wtleeves: Cast or fabricated "wall pipe" equivalent to ductile -iron pressure tope plain ends and integral waterstop, unless otherwise indicated. ! E. dvto PVC Sleeves: Permanent, with nailing flange for attaching to wooden forms. A CYZ F. ti PVC -*pe Sleeves: ASTM D 1785, Schedule 40. G. Molded PE Sleeves: Reusable, PE, tapered -cup shaped, and smooth outer surface with nailing flange for attaching to wooden forms. 2.5 IDENTIFICATION DEVICES A. General: Products specified are for applications referenced in other utilities Sections. If more than single type is specified for listed applications, selection is Installer's option. B. Equipment Nameplates: Metal permanently fastened to equipment with data engraved or stamped. C. Stencils: Standard stencils prepared with letter sizes complying with recommendations in ASME A13.1. Minimum letter height is 1-1/4 inches (30 mm) for ducts, and 3/4 inch (20 mm) for access door signs and similar operational instructions. D. Snap -on Plastic Pipe Markers: Manufacturer's standard preprinted, semirigid, snap -on type. Include color -coding according to ASME A13.1, unless otherwise indicated. E. Pressure -Sensitive Pipe Markers: Manufacturer's standard preprinted, color -coded, pressure -sensitive -vinyl type with permanent adhesive. Pipes with OD, Including Insulation, Less Than 6 Inches (150 mm): Full -band pipe markers, extending 360 degrees around pipe at each location. G. Pipes with OD, Including Insulation, 6 Inches (150 mm) and Larger: Either full -band or strip -type pipe markers, at least three times letter height and of length required for label. H. Lettering: Manufacturer's standard preprinted captions as selected by Architect. I. Lettering: Use piping system terms indicated and abbreviate only as necessary for each application length. Creekside Park 330500-4 Iowa City, Iowa COMMON WORK RESULTS FOR UTILITIES Plastic Tape: Manufacturer's standard color -coded, pressure -sensitive, self-adhesive vinyl tape, at least 3 mils (0.08 mm) thick. K. Valve Tags: Stamped or engraved with 1/4 -inch (6.4 -mm) letters for piping system abbreviation and 1/2 -inch (13 -mm) sequenced numbers. Include 5/32 -inch (4 -mm) hole for fastener. L. Valve Tag Fasteners: Brass, wire -link or beaded chain; or brass S -hooks. M. Engraved Plastic -Laminate Signs: ASTM D 709, Type I, cellulose, paper -base, phenolic -resin -laminate engraving stock; Grade ES -2, black surface, black phenolic core, with white melamine subcore, unless otherwise indicated. Fabricate in sizes required for message. Provide holes for mechanical fastening. N. Plastic Equipment Markers: Manufacturer's standard laminated plastic, in color codes: O. Plasticized Tags: Preprinted or partially preprinted, accident -prevention tags, of plasticized card stock with mat finish suitable for writing. P. Lettering and Graphics: Coordinate names, abbreviations, and other designations used in piped utility identification with corresponding designations indicated. Use numbers, letters, and terms indicated for proper identification, operation, and maintenance of piped utility systems and equipment. 2.6 GROUT o m A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, QSdrAlic-ce_nt grout. c' {ctrl fir-. -o rn 2.7 FLOWABLE FILL O� v N A. Description: Low -strength -concrete, flowable-slurry mix. v r, PART 3 - EXECUTION 3.1 PIPED UTILITY DEMOLITION A. Refer to Section 024119 "Selective Demolition" for general demolition requirements and procedures. B. Disconnect, demolish, and remove piped utility systems, equipment, and components indicated to be removed. C. If pipe, insulation, or equipment to remain is damaged in appearance or is unserviceable, remove damaged or unserviceable portions and replace with new products of equal capacity and quality. Creekside Park 330500-5 Iowa City, Iowa COMMON WORK RESULTS FOR UTILITIES 3.2 DIELECTRIC FITTING APPLICATIONS A. Dry Piping Systems: Connect piping of dissimilar metals. B. Wet Piping Systems: Connect piping of dissimilar metals. 3.3 PIPING INSTALLATION Irall pipjpg according to the following requirements and utilities Sections specifying t ftingysy�ems. i a wo Dra fans, schematics, and diagrams indicate general location and arrangement of �pi=terns. Indicated locations and arrangements were used to size pipe and (t >eal `t friction loss, expansion, pump sizing, and other design considerations. Install �ipin'A 4� indicated unless deviations to layout are approved on the Coordination C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping to permit valve servicing. E. Install piping at indicated slopes. Install piping free of sags and bends. G. Install fittings for changes in direction and branch connections. H. Select system components with pressure rating equal to or greater than system operating pressure. I. Sleeves are not required for core -drilled holes. J. Permanent sleeves are not required for holes formed by removable PE sleeves. K. Install sleeves for pipes passing through concrete and masonry walls and concrete floor and roof slabs. L. Verify final equipment locations for roughing -in. M. Refer to equipment specifications in other Sections for roughing -in requirements. 3.4 PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and utilities Sections specifying piping systems. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. Creekside Park 330500-6 Iowa City, Iowa COMMON WORK RESULTS FOR UTILITIES C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. D. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves. E. Welded Joints: Construct joints according to AWS D10.12/D10.12M, using qualified processes and welding operators according to Part 1 "Quality Assurance" Article. F. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. G. Grooved Joints: Assemble joints with grooved -end pipe coupling with coupling housing, gasket, lubricant, and bolts according to coupling and fitting manufacturer's written instructions. H. Soldered Joints: Apply ASTM B 813 water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead-free solder alloy (0.20 percent maximum lead content) complying with ASTM B 32. I. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter, using copper -phosphorus brazing filler metal complying with AWS A5.8. N t J. Pressure -Sealed Joints: Assemble joints for plain -end copper tube arB mectjiMical� pressure seal fitting with proprietary crimping tool to according to fittirigk_, nu%cturerGsi written instructions. _ "® K. Plastic Piping Solvent -Cemented Joints: Clean and dry joining surfacerg..-Agin-ope Ertl fittings. E,__) --- - ro L. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3`-39. _n M. Plastic Nonpressure Piping Gasketed Joints: Join according to ASTM D 3212. N. Plastic Piping Heat -Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or paper towels. Join according to ASTM D 2657. O. Bonded Joints: Prepare pipe ends and fittings, apply adhesive, and join according to pipe manufacturer's written instructions. 3.5 EQUIPMENT INSTALLATION A. Install equipment level and plumb, unless otherwise indicated. Creekside Park 330500-7 Iowa City, Iowa COMMON WORK RESULTS FOR UTILITIES B. Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference with other installations. Extend grease fittings to an accessible location. C. Install equipment to allow right of way to piping systems installed at required slope. 3.6 PWNTING $$intMDE§f piped utility systems, equipment, and components is specified in %ectlo"9113 "Exterior Painting," Section 099123 "Interior Painting," and _ 143ecgo"99600 "High -Performance Coatings." r, �U B. Ea) and Touchup: Repair marred and damaged factory -painted finishes with ti4 ma ells and procedures to match original factory finish. 3.7 IDENTIFICATION A. Piping Systems: Install pipe markers on each system. Include arrows showing normal direction of flow. 1. Stenciled Markers: According to ASME At 3.1. 2. Plastic markers, with application systems. Install on insulation segment if required for hot noninsulated piping. 3. Locate pipe markers on exposed piping. B. Equipment: Install engraved plastic -laminate sign or equipment marker on or near each major item of equipment. C. Adjusting: Relocate identifying devices that become visually blocked by work of this or other Divisions. 3.8 CONCRETE BASES A. Concrete Bases: Anchor equipment to concrete base according to equipment manufacturer's written instructions and according to seismic codes at Project. 3.9 ERECTION OF METAL SUPPORTS AND ANCHORAGES A. Refer to Section 055000 "Metal Fabrications" for structural steel. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor piped utility materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1M. Creekside Park 330500-8 Iowa City, Iowa COMMON WORK RESULTS FOR UTILITIES 3.10 GROUTING A. Mix and install grout for equipment base bearing surfaces, pump and other equipment base plates, and anchors. B. Clean surfaces that will come into contact with grout. C. Provide forms as required for placement of grout. D. Avoid air entrapment during placement of grout. E. Place grout, completely filling equipment bases. F. Place grout on concrete bases and provide smooth bearing surface for equipment. G. Place grout around anchors. H. Cure placed grout. END OF SECTION Creekside Park 330500-9 Iowa City, Iowa COMMON WORK RESULTS FOR UTILITIES 0 C:) m � rn Gf N F cn Creekside Park 330500-9 Iowa City, Iowa COMMON WORK RESULTS FOR UTILITIES SECTION 33 11 00 WATER UTILITY DISTRIBUTION PIPING PART 1 -GENERAL 1.1 SECTION INCLUDES A. Pipe B. Fittings C. Special Fittings D. Pipeline Accessories 1.2 DESCRIPTION OF WORK Construct water mains and building service pipes. 1.3 SUBMITTALS e Follow the General Provisions (Requirements) and Covenants as well as the fgllowing: . Submit product information sheet for joint restraint system to be usedF-? o --n 1.4 SUBSTITUTIONS Follow the General Provisions (Requirements) and Covenants. rn �r N 1.5 DELIVERY, STORAGE, AND HANDLING y Follow the General Provisions (Requirements) and Covenants as well as the following: Remove pipe and fittings contaminated with mud and surface water from the site; do not use in construction unless thoroughly cleaned, inspected, and approved by the Engineer. 1.6 SCHEDULING AND CONFLICTS Follow the General Provisions (Requirements) and Covenants. 1.7 SPECIAL REQUIREMENTS None. Creekside Park 331100-1 Iowa City, Iowa WATER UTILITY DISTRIBUTION PIPING PART2- PRODUCTS 2.1 WATER MAIN A. Polyvinyl Chloride (PVC) Pipe: 1. Comply with AWWA C900 or AWWA C905 with gray iron pipe equivalent outside diameters. 2. Minimum Wall Thickness: a. 4 -inch through 24 -inch sizes: DR 18. Q 0 C.J Sizes over 24 -inch: As specified in the contract documents. J3Joint Type: Use push -on joint type, except as otherwise required in the contract >-Uocuments or as authorized by the Engineer. LL. �Q Push -on: Per AWWA C900 or AWWA C905. o b. Integral Restrained Joint: AWWA C900 or AWWA C905 pipe with restraining system manufactured integrally into pipe end. C. Mechanical Restrained Joint: Ductile iron mechanical device designed for joint restraint of AWWA C900 or AWWA C905 pipe complying with the requirements of ASTM F 1674. 4. Markings on Pipe: a. Name of manufacturer. b. Size and class. C. Spigot insertion depth gauge. d. National Sanitation Foundation (NSF) seal. B. Ductile Iron Pipe: 1. Minimum Thickness Class: a. 4 -inch through 24 -inch sizes: Special thickness Class 52 per AWWA C151. b. Sizes over 24 inches: As specified in the contract documents. 2. Cement -mortar lined, per AWWA C104 with asphaltic seal coat. 3. External Coating: Asphaltic per AWWA C151. Creekside Park 3311 00-2 Iowa City, Iowa WATER UTILITY DISTRIBUTION PIPING 4. Joint Type: Use push -on type, except as otherwise required in the contract documents or as authorized by the Engineer. a. Push -on: Per AWWA C111. b. Mechanical: Per AWWA C111. C. Restrained, Buried: Pipe manufacturer's standard field removable system. d. Restrained, in Structures: Restraining gland, flanged or grooved. e. Flanged: AWWA C111. f. Grooved: AWWA C606. g. Gaskets: AWWA C111. 5. Markings on Pipe: a. Name of manufacturer. - b. Size and class. C. Spigot insertion depth gauge. 2.2 BOLTS FOR WATER MAIN AND FITTINGS m Use corrosion resistant bolts. vC-1 A. Tee -bolts and Hexagonal Nuts for Mechanical Joints: -4 C-) rn :crn -° 1. High-strength, low -alloy steel manufactured according to AVVV;A' J 1 N 2. Provide ceramic -filled, baked -on, fluorocarbon resin coating for- tilts ae%� nuts. B. Include factory -applied lubricant that produces low coefficient of friction for ease of installation. C. Other Bolts and Nuts: 1. Stainless steel. 2. Ductile iron. 3. Zinc, zinc chromate, or cadmium plated. 2.3 FITTINGS A. For Ductile Iron and PVC Pipe: Creekside Park 3311 00-3 Iowa City, Iowa WATER UTILITY DISTRIBUTION PIPING Comply with AWWA C110 or AWWA C153. 2. Joint Type: a. For pipe sizes 16 inches and less, use mechanical joint complying with AWWA C111. b. For pipe sizes greater than 16 inches, use restrained mechanical joint system. Provide follower gland using breakaway torque bolts to engage thrust restraint. 1) Minimum pressure rating same as connecting pipe. For fittings between dissimilar pipes, the minimum pressure rating is the lesser of the two pipes. 2) Suitable for buried service. r— N33) Joint restraint system to be field installable, field removable, and _ =o re -installable. a q&— Use of alternate restraint systems must be approved by the Engineer. - ro 3 Q (nt-mortar lined per AWWA C104 with asphaltic coating. = v m o 4.�, WaTThickness: AWWA C153. 5. Gaskets: AWWA C111. B. Fittings for Prestressed Concrete Cylinder Pipe: As required for prestressed concrete cylinder pipe. C. Flange Adapter: 1. Body: Ductile iron complying with ASTM A 536. 2. End Rings (Follower Rings): Ductile iron complying with ASTM A 536. 3. Gaskets: New rubber compounded for water service and resistant to permanent set. 4. Bolts and Nuts: High strength, low alloy corrosion resistant steel or carbon steel bolts complying with ASTM A 307. D. Pipe Coupling: Center Sleeve (Center Ring): Steel pipe or tubing complying with ASTM A 53 or ASTM A 512; or formed carbon steel with a minimum yield of 30,000 psi. End Ring (Follower Ring): Ductile iron complying with ASTM A 536, or steel meeting or exceeding the requirements of ASTM A 576, grade 1010-1020. Creekside Park 3311 00-4 Iowa City, Iowa WATER UTILITY DISTRIBUTION PIPING 3. Gaskets: New rubber compounded for water service and resistant to permanent set. 4. Bolts and Nuts: High strength, low alloy corrosion resistant steel. 2.4 CONCRETE THRUST BLOCKS A. Use concrete with a compressive strength of 4000 psi at 28 days. B. Comply with the contract documents for dimensions and installation of thrust blocks. Comply with plan detail. C. Use for all pipe sizes 16 inches in diameter or smaller or when specified. 2.5 PIPELINE ACCESSORIES A. Polyethylene Wrap: Use on all ductile iron pipe and fittings in buried service. 2. Comply with AWWA C105. 0 3. 8 mil minimum thickness. o m ZC-`? 5�- B. Tracer System: Comply with plan detail. 1. Tracer Wire: #12 solid single copper conductor. -'An rn n a. Insulation Material: Linear low-density polyethylene (LLOPA) inNtallat suitable for direct burial applications. Url b. Insulation Thickness: 0.045 inches, minimum. 2. Ground Rod: 3/8 inch diameter, 60 -inch steel rod uniformly coated with metallically bonded electrolytic copper. 3. Ground -rod Clamp: High-strength, corrosion -resistant copper alloy. 4. Splice Kit: Inline resin splice kit with split bolt for 1 kV and 5kV. Insulates and seals single conductor and unshielded cable splices for direct bury and submersible applications. 5. Tracer Wire Station: As per the Owner requirements. 2.6 SPECIAL GASKETS A. For soils contaminated with gasoline, use neoprene or nitrile gaskets. For soils contaminated with volatile organic compounds, use nitrile or fluoro carbon gaskets. Creekside Park 3311 00-5 Iowa City, Iowa WATER UTILITY DISTRIBUTION PIPING C. For other soil contaminants, contact the Engineer for the required gasket. 2.7 WATER SERVICE PIPE AND APPURTENANCES A. Controlling Standards: Local plumbing and fire codes. B. Materials (as allowed as specified in contract documents): 1.r., Copper Pipe: LO Q 4 2 0 Comply with ASTM B 88. UJ Wall thickness: Type K. -4. �TSd>rtile Iron Pipe: As specified in Section 331100, 2.01. Polyethylene wrap is Z Vauired. m Ca M3. PVC Pipe: ASTM D 1785, SDR 21, Schedule 80, Type S joints. 4. Brass Pipe: Red, seamless, per ASTM B 43. 5. Polyethylene Pipe: Class 200, per AWWA C901. C. Corporations and Stop Boxes: As required by the local Jurisdiction requirements.. 2.8 NON -SHRINK GROUT Comply with Iowa DOT I.M. 491.13. PART 3 - EXECUTION 3.1 PIPE INSTALLATION A. General: 1. Do not use deformed, defective, gouged, or otherwise damaged pipes or fittings. 2. Keep trench free of water. Clean pipe interior prior to placement in the trench. 3. Install pipe with fittings and valves to the lines and grades specified in the contract documents. 4. Clean joint surfaces thoroughly and apply lubricant approved for use with potable water and recommended by the manufacturer. 5. Push pipe joint to indication line on spigot end of pipe before making any joint deflections. 6. Limit joint deflections to one degree less than pipe manufacturer's recommended maximum limit. Creekside Park 3311 00-6 Iowa City, Iowa WATER UTILITY DISTRIBUTION PIPING 7. Tighten bolts in a joint evenly around the pipe. 8. Install concrete thrust blocks on pipes 16 inches in diameter or smaller (comply with Figure 5010.1). For pipes larger than 16 inches, install restrained joints; when specified in the contract documents, also install concrete thrust blocks. 9. Keep exposed pipe ends closed with rodent -proof end gates at all times when pipe installation is not occurring. 10. Close the ends of the installed pipe with watertight plugs during nights and non- working days. 11. Do not allow any water from the new pipeline to enter the existing distribution system piping until testing and disinfection are successfully completed. B. Trenched: Excavate trench and place pipe bedding and backfill material as specified in Section 3010. 2. Provide uniform bearing along the full length of the pipe barrel. Provide bell holes. N S2 3.2 ADDITIONAL REQUIREMENTS FOR DUCTILE IRON PIPE INSTAL(E�IONz yl' � wuo A. Utilize full-length gauged pipe for field cuts. Alternatively, field -gauge: -Ripe s&cted`for cutting to verify the outside diameter is within allowable tolerances. �rn 70 3 ni B. Cut pipe perpendicular to pipe barrel. Do not damage cement lining. OgRel QW en� for push -on joints according to the manufacturer's recommendations. un C. Encase all pipe, valves, and fittings with polyethylene wrap. Comply with Figure 5010.2. 3.3 ADDITIONAL REQUIREMENTS FOR PVC PIPE INSTALLATION A. Cut pipe perpendicular to pipe barrel. Deburr and bevel cut spigot end of pipe barrel to match factory bevel. Re -mark insertion line. B. When connecting to shallow -depth bells, such as on some cast iron fittings or valves, cut spigot end square to remove factory bevel. Deburr end and form partial bevel on end. 3.4 ADDITIONAL REQUIREMENTS FOR PRESTRESSED CONCRETE CYLINDER PIPE INSTALLATION A. Install according to AWWA M9. B. Relieve gasket tension by inserting a small rod between the gasket and the gasket groove and running the tool around the pipe twice. Creekside Park 33 11 00-7 Iowa City, Iowa WATER UTILITY DISTRIBUTION PIPING C. Check gasket position using a metal feeler gauge after the joint has been assembled. D. Complete joint exterior grouting after pipe has been properly positioned using non - shrink grout. 3.5 POLYETHYLENE ENCASEMENT INSTALLATION fl- A. .A. !A{ ply to all buried iron pipe, fittings, fire hydrants, and appurtenances. � � a +�I" �Vr{aitaterial snugly around pipe, but provide sufficient slack to prevent stretching unar tirregular areas such as fittings and valves. Comply with Figure 5010.2. vim. (L C. 4 Sk-A and repair encasement material using polyethylene tape, or replace as t noegsary. O Oe The polyethylene encasement is to prevent contact between the pipe and the bedding material, but need not be airtight or watertight. 3.6 TRACER SYSTEM INSTALLATION A. Install with all buried water main piping. Comply with Figure 5010.3 for tracer wire installation. B. Begin and terminate system at all connections to existing mains. C. Install wire continuously along the lower quadrant of the pipe. Do not install wire along the bottom of the pipe. Attach wire to the pipe at the midpoint of each pipe length; use 2 -inch wide, 10 mil thickness polyethylene pressure sensitive tape. D. Install splices only as authorized by the Engineer. Allow the Engineer to inspect all below -grade splices of tracer wire prior to backfill. E. Install ground rods adjacent to connections to existing piping and at locations specified in the contract documents or as directed by the Engineer. Bring two wires to the surface at each hydrant location and terminate with a tracer wire station (comply with plan detail). G. Final inspection of the tracer system will be conducted at the completion of the project and prior to acceptance by the owner. Verify the electrical continuity of the system. Repair any discontinuities. 3.7 CONFLICTS A. Provide temporary support for existing gas, telephone, power, or other utilities or services that cross the trench. Compact backfill under existing utility crossing as specified in Section 31 23 16 or construct utility line supports where indicated on plans or as directed by the Engineer. Creekside Park 3311 00-8 Iowa City, Iowa WATER UTILITY DISTRIBUTION PIPING C. Separate water mains from gravity sewers by a horizontal distance of at least 10 feet unless: Bottom of the water main is at least 18 inches above the top of the sewer. Sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet separation from the water main. D. Use water main materials as specified in Section 33 31 00, 2.01 for gravity sewers with less than 10 feet horizontal distance and the bottom of the water main less than 18 inches above top of the sewer; maintain at least 2 feet linear separation. E. Where the water main crosses under the gravity sewer, or where the bottom of the water main is less than 18 inches above the top of the sewer: If physical conditions prohibit the separation, the water main may not be placed closer than 6 inches above a sewer or 18 inches below a sewer. Use the maximum feasible separation distance in all cases. 2. Use full length of water main material as specified in Section 33 31 00, 2.01 for gravity sewer centered on the water main. 3. The water main and sewer must be adequately supported and have watertight joints (comply with Figures 3010.4 through 3010.6). r� 4. Place backfill in the trench with low permeability soil for 10 feet ¢entereVvn the'- crossing. F. Separate water mains from sanitary sewer force mains by a horizontal Zistanc f at least 10 feet, unless the force main is constructed of water main materia{$-meg a -- minimum pressure rating of 200 psi and is installed at least 4 feet horiz6DfUxy f . th water main. 3.8 TRANSITIONS IN PIPING SYSTEMS Where the specified material of piping system entering or exiting a structure changes, change at the outside of the structure wall, beyond any wall pipe or wall fitting required, unless otherwise specified. 3.9 STRUCTURE PENETRATIONS A. Wall Pipes: Install where pipes penetrate and terminate at a wall or floor surface of a concrete structure, or where the pipe protrudes through the concrete wall or floor and the protrusion is otherwise unsupported. 2. Provide a waterstop flange near the center of the embedment length. Waterstop is to be cast integrally with the wall pipe, or fully welded to it around the pipe circumference. Creekside Park 3311 00-9 Iowa City, Iowa WATER UTILITY DISTRIBUTION PIPING B. Wall Sleeves: Install where a pipe passes through a structure wall. 2. , Sleeves in concrete walls are to be supplied with a waterstop collar, fully welded, Lr�o and be cast -in-place. N 3.tQj V&kTEJLF19RVICE STUB *taIP eter service pipe, corporations, stops, and stop boxes according to local Qris')b-in requirements. $ UQ B. stall finch and smaller corporation valves tapped at 45 degrees above horizontal at a minimum distance of 18 inches from pipe bell or other corporation. Install 1 1/2 inch and 2 inch corporation valves tapped horizontal a minimum distance of 24 inches from pipe bell or other corporation. C. Construct trench and backfill per Section 312316. 3.11 TESTING AND DISINFECTION Test and disinfect according to Section 31 13 00. END OF SECTION Creekside Park 33 11 00-10 Iowa City, Iowa WATER UTILITY DISTRIBUTION PIPING SECTION 33 31 00 SANITARY UTILITY SEWERAGE PIPING PART1- GENERAL 1.1 SECTION INCLUDES A. Sanitary Sewers Gravity Mains. B. Sanitary Sewer Services. 1.2 DESCRIPTION OF WORK A. Construct sanitary sewer gravity. B. Construct or relocate building sanitary sewer services, stubs, and connections. C. Reference is made to the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, Series 2001, and all current General m Supplemental Specifications and Materials Instructional MemorandurEjWheolmrm "Iowa DOT Specifications" and/or "Iowa DOT I.M." 1.3 SUBMITTALS '� 3 N A. Submit under provisions of Division 1. y rr* crt B. Manufacturer's instructions for installation of pipe and appurtenances. C. Construction sequence. D. Catalog cuts, samples, and manufacturer's data and listing of applicable standards for special, unique, or proposed substitute materials if requested by Engineer. Certification that materials being provided meet the requirements of these specifications or that alternate materials or substitutions have received written approval of the Engineer. Project Record Documents. G. Upon requests the Contractor will provide Material Certifications to the Engineer. 1.4 SUBSTITUTIONS A. Use only materials conforming to these specifications unless permitted otherwise by Creekside Park 3331 00-1 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING Engineer. B. Obtain written approval of Engineer for all substitutions prior to use. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deer only materials that fully conform to these specifications or for which submittals O hie beeWovided to Engineer and approved for use. 9p reTrials and handle to avoid damage. Replace any damaged materials. .� f fagmgamaged materials from site. a �U Q 1� 1.6 NCHA JLING AND CONFLICTS A. Construction Sequence: Attend a preconstruction meeting if required by Engineer. 2. Submit plan for construction sequence and schedule prior to commencing construction. B. Conflict Avoidance: Expose potential conflicts such as utility lines and drainage structures in advance of construction. Verify elevations and locations, and verify clearance for proposed construction. 2. Complete elements of work that can affect line and grade in advance of sanitary sewer construction unless noted on plans. 3. Notify Engineer of conflicts discovered or changes needed to accommodate unknown conditions. 1.7 SPECIAL REQUIREMENTS A. Stop Work: Stop work and notify Engineer immediately if contaminated soils, historical artifacts or other environmental or historic items are encountered. B. Conform to local, state, and federal requirements. PART2- PRODUCTS 2.1 SANITARY SEWERS (Gravity) A. Solid Wall Polyvinyl Chloride Pipe (PVC) 8" - 15": Conform to ASTM D 3034, pipe stiffness per ASTM D 2412, minimum thickness Creekside Park 3331 00-2 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING solid wall pipe, SDR 23.5 (153 psi), 26 (115 psi), 35 (46 psi). PVC plastic meeting ASTM D 1784, Cell Classification 12454. Do not exceed 10 parts by weight per 100 of PVC resin in the compound for additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc. 3. Integral bell and spigot type rubber gasket joint conforming to ASTM D 3212 and ASTM F 477. B. Solid Wall Polyvinyl Chloride Pipe (PVC) 18"-27: Conform to ASTM F 679 (SDR 35 or equivalent) with T-1 minimum wall thickness; minimum pipe stiffness, 46 psi as per ASTM D 2412. 2. PVC plastic meeting ASTM D 1784, Cell Classification 12454. Do not exceed 10 parts by weight per 100 of PVC resin in the compound for additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc. 3. Integral bell and spigot type rubber gasket joint conforming to ASTM D 3212 and ASTM F 477. C. Corrugated Polyvinyl Chloride Pipe (PVC) 8"-36": n 1. Conform to ASTM F 949, 46 psi stiffness, smooth interior, corrucre2d w�c erior7l i g� 2. PVC resin meeting ASTM D 1784, Cell Classification 12454. D ex%ed TQ_ parts by weight per 100 of PVC resin in the compound for add itives";end-fdlers)�Y � including but not limited to stabilizers, antioxidants, lubricants, cgtorants-etc. N 3. Integral bell and spigot rubber gasket joint conforming to ASTM b-3212 �qd ASTM F 477. D. Closed Profile Polyvinyl Chloride Pipe (PVC) 21"-36": 1. Conform to ASTM F 1803 (Closed Profile), minimum pipe stiffness 46 psi. 2. PVC plastic meeting ASTM D 1784, Cell Classification 12364. Do not exceed 10 parts by weight per 100 of PVC resin in the compound for additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc. 3. Integral bell and spigot with elastomeric seals conforming to ASTM D 3212 and ASTM F 477. E. Polyvinyl Chloride Composite Pipe (PVC Truss) 8"-15": 1. Composite pipe constructed with truss type structure between inner and outer PVC walls with voids filled with lightweight concrete. 2. Conform to ASTM D 2680, minimum pipe stiffness, 200 psi. 3. PVC plastic meeting ASTM D 1784, Cell Classification 12454. Do not exceed 10 Creekside Park 3331 00-3 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING parts by weight per 100 of PVC resin in the compound for additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc. 4. Integral bell and spigot type rubber gasket joint conforming to ASTM D 3212 and F 477. F. Ductile Iron Pipe (DIP) 8"-54": cn Q 1Nlum rm to AWWA C 151/ANSI A 21.51. LU Z pressure class: Class 52. -J to C-) I-- 2� ZAho�,&Y SEWER SERVICE I o A. Conne_ction to Main PVC Main: a. Preformed wye or tee service fitting with gasket joints conforming to ASTM D 3034 or ASTM F 949. b. Preformed saddle wye or saddle tee for service tap conforming to ASTM D 3034 or ASTM F 949. C. PVC plastic meeting ASTM D 1784, Cell Classification 12454. 2. PVC Truss Main: a. Preformed wye or tee service fitting with gasket joints conforming to ASTM D 3212 or on solvent weld per ASTM D 2680. b. Preformed saddle wye or saddle tee for service tap conforming to ASTM D 2680. 3. RCP Main: Preformed saddle wye or saddle tee service tap designed for use with RCP. 4. VCP Main: a. Precast vitrified clay pipe wye or tee service fitting conforming to ASTM C 700 for pipe and C 425 for compression joints. b. Preformed saddle wye or saddle tee service tap designed for use with VCP. 5. DIP Main: a. Use DIP wye or tee fittings conforming to AWWA C 110 or C 153. b. Preformed saddle wye or tee services tap designed for use with DIP. Saw Creekside Park 3331 00-4 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING cut the hole for the tap with equipment designed for application. B. Wye and Tee Pipe Stop: All saddle wye or saddle tee fittings must provide integrally molded pipe stop in branch for positive protection against service pipe insertion beyond inside of sewer main pipe wall. C. Service Pipe: Products as required by local plumbing code or regulations, if applicable, otherwise use the following: PVC: a. Conform to ASTM D 3034, minimum thickness SDR 23.5 minimum pipe stiffness of 153 psi as per ASTM D 2412. b. PVC plastic meeting ASTM D 1784, Cell Classification 12454. C. Integral bell and spigot type rubber gasket joint conforming to ASTM D 3212. 2. DIP: Creekside Park 3331 00-5 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING a. As specified for sanitary sewer force main. b. Polyethylene encasement as specified. 2.3 SANITARY SEWER SERVICE RELOCATIONS A. Apply all requirements of Section 333100, 2.03 to materials used for sanitary service relocation. B. For new pipe, use the same size as the existing service being relocated. 0 C. If existing material does not comply with Section 333100, 2.03, replace rr&rial-� meeting the requirements of Section 333100, 2.03. c-,-� PART 3 - EXECUTION -<rn = m 3.1 D .F-- EXAMINATION cn A. Verify measurements at site; make necessary field measurements to accurately determine pipe makeup lengths or closures. B. Examine site conditions to ensure construction operations do not pose hazards to adjacent structures or facilities. 3.2 LINE AND GRADE Creekside Park 3331 00-5 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING A. Install pipe to line and grade shown on plans. Set field grades to invert of pipes. B. Notify Engineer immediately if discrepancies or irregularities are discovered in line or grade shown by grade stakes. C. Wke detailed measurements as required to construct work to line and grade Q dotabli,"d by line and grade hubs. Qo °Batfaf,g�uards: If approved by the Engineer, use batter boards on short pipe '►J tdnsig(ons of 50 feet or less. t� �U `'� E.m L rsearn: Use laser to guideline and grade. le 1. met laser equipment to proper line and grade from line and grade hubs. Check line and grade of laser at 25 feet, 50 feet, 100 feet, and then at 100 foot intervals thereafter for each setup. Check line and grade of each pipe length. 3.3 PIPE INSTALLATION A. Provide trench excavation, pipe bedding, and backfill as specified in Section 3010. B. Install watertight plug to prevent water from entering the existing sewer system. C. Begin at lowest point in line. Lay groove or bell end pointing upstream unless specifically noted otherwise. D. Prepare trench bottom to design line and grade so that only minor movement of pipe is necessary after installation. E. Inspect pipe for defects before carefully lowering into trench. Do not install damaged or defective pipe. Clean pipe interior and joints prior to lowering into trench. Keep pipe clean during construction. G. Do not lay pipe in water or on saturated soil or bedding, or allow water to rise in trench around pipe, unless approved by Engineer. H. Lay pipe to design line and grade. Provide uniform bearing for full pipe barrel length. Excavate bell holes as necessary for uniform support of pipe barrel on bedding material. 2. Do not block pipe above bedding unless flowable fill, controlled low strength material, concrete bedding, or concrete encasement is to be used. Creekside Park 3331 00-6 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING J. Assemble joints as specified by pipe manufacturer. K. Install cap, plug, or bulkhead at exposed ends of pipe whenever pipe installation is not in progress. L. Do not disturb installed pipe and bedding when using movable trench boxes and shields. Block or anchor pipe as necessary to prevent joint displacement. M. Cut ends of pipe at manholes and structures. Do not hammer cut or break pipe. N. Install preformed wye or tee service fitting for each platted lot or building as shown on the plans. O. Provide manholes where indicated on plans and as specified in Section 334900. P. Correct misalignment, displacement, or otherwise defective pipe by removing, relaying, or replacing pipe at Contractor's expense. Q. Place watertight cap or plug at end of construction. Use manufactured material per approval of Engineer or build in place per details. 3.4 PIPE JOINTING o d A. Joint Cleaning: Clean joint surfaces with wire brush to remove soil c�r'4meigJ�mater`ifa prior to jointing pipe. y -+ �-< B. Assemble joints according to pipe manufacturers recommendations�rr- _m s 1. Use equipment that does not apply damaging forces to pipe joiW N y y- 2. Use bar and block or internal or external jointing devices or other device as recommended by pipe manufacturers. C. Polyvinyl Chloride Pipe (PVC) and Polyvinyl Chloride Composite Pipe (PVC Truss): 1. Coat rubber gasket and joint with lubricant immediately prior to closing joint. 2. Seal ends of PVC truss and closed profile pipe at manholes with the coating recommended by the manufacturer. D. Reinforced Concrete Pipe (RCP): Rubber O-ring flexible joint: Coat rubber ring gasket and joint with lubricant immediately prior to closing joint. E. Ductile Iron Pipe (DIP): Push -on Joint: Coat gasket and joint with lubricant immediately prior to closing joint. Creekside Park 3331 00-7 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING Q J G 3.5 2 13 10 C 2. Mechanical Joint: Wash plain end, bell socket and gasket with soap solution, press gasket into socket, set gland and tighten bolts uniformly. Connections Between Dissimilar Pipes: r, do Use manufactured adapters or couplings approved by Engineer. <T �. ��iere adapters or couplings are not available, �ype II concrete collar as shown in details. LO V .%_Lutr cant for Joint Gaskets: Q r C-)4 CO 1. �Jse soap based only. 2. Do not use petroleum-based lubricant. SANITARY SEWER SERVICE STUBS Engineer may authorize use of a Provide sanitary sewer service stubs at locations shown on plans. Install wye or tee for each service connection. Connection of Sanitary Service to New Sewer Main, Except RCP: a. Use only factory wye or tees. b. Install according to manufacturer's requirements and Section 333100, 2.03 and 3.04 for joints. 2. Connection to Existing Sewer Main and New RCP: a. Cut sewer main for service tap with a hole saw or sewer tap drill. b. Use preformed saddle wye or saddle tee for service tap. Use a gasketed saddle with rigid pipe mains and a solvent -cemented saddle with PVC mains. C. Install according to the manufacturer's requirements, but always attach with, at least, two stainless steel band clamps. If riser pipe where sewer invert is 12 feet or more below finished ground surface, install riser according to details. For undeveloped properties, extend building sanitary sewer from sanitary sewer main to a point 10 feet outside of the right-of-way or as shown on plans. Place watertight stopper, cap, or plug in end of sanitary sewer service. 2. Mark the end of the service line with 8' long 2x4 and tee post painted green. Creekside Park 3331 00-8 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING 3.6 SANITARY SEWER SERVICE RELOCATION Follow requirements of Section 333100. 3.7 TOLERANCES A. Do not vary horizontal and vertical alignment of gravity sewer lines from design line and grade at any point along the pipe by more than 1 % of the inside diameter of the pipe or 1/4 inch, whichever is larger. B. Tolerance allowed for gravity sewer lines only if design line and grade is sufficient to prevent backslope when tolerance limits are reached. C. Reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. D. Do not vary horizontal and vertical alignment of force mains from design line and grade by more than 3 inches. c - 02 3.8 CONFLICTS o c s A. Provide temporary support for existing water, gas, telephone, poAE!r otper ut sties or services that cross trench. r„ c'n y B. Compact backfill under existing utility crossing as specified in Sect*912,336 or construct utility line supports where indicated on plans or as directedcy EVneer. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: the top of sewer is at least 18 inches below bottom of water main, and the sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least 3 feet of horizontal separation from water main. D. Use ductile iron pipe as specified in Section 333100 for gravity sewers with less than 10 feet horizontal distance and top of sewer less than 18 inches below bottom of water main; maintain at least 2 feet linear separation. E. Where gravity sewer crosses over water main or service, or where top of sewer is less than 18 inches below bottom of water main or service: If physical conditions prohibit the separation, the sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. Use the maximum feasible separation distance in all cases. 2. Use 20 feet length of ductile iron pipe as specified in Section 333100, 2.01 for gravity sewer centered on water main. 3. The sewer and water main must be adequately supported and have watertight Creekside Park 3331 00-9 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING joints. 4. Backfill trench with low permeability soil for 20 feet length centered on crossing. F. Separate sanitary sewer force mains from water mains by horizontal distance of at least 10 feet unless the force main is constructed of water main materials meeting miamum ressure rating of 200 psi and is installed at least 4 feet horizontally from the Q wylterU. LU CIFLO � o VEND OF SECTION �- V V 3 o O H 1 Creekside Park 3331 00-10 Iowa City, Iowa SANITARY UTILITY SEWERAGE PIPING SECTION 33 39 00 SANITARY UTILITY SEWERAGE STRUCTURES PART 1- GENERAL 1.1 SECTION INCLUDES A. Manholes for sanitary and storm sewers. B. Adjustment of existing manholes. C. Connection to existing manholes. D. Abandonment of manholes. E. Manhole Rehabilitation 1.2 DESCRIPTION OF WORK N_ A. Construct sanitary and storm sewer manholes, modify existing manholes, argabandon manholes where shown on the plans. o =9 B. Rehabilitate existing manholes to waterproof and prevent inflow and irk JtrBtiorr pre nt corrosion, or reestablish the structural integrity of the manhole. IncludLsoons ructi v of structural liners, protective liners, and chimney seals. f C. Reference is made to the Iowa Department of Transportation Standard_Speafidbtions for Highway and Bridge Construction, series 2001, and all current General in Supplemental Specifications and Materials Instructional Memorandum by the term "Iowa DOT Specifications" and/or "Iowa DOT I.M." 1.3 SUBMITTALS A. Submit under provisions of Division 1 B. Shop drawings showing compliance with this Specification. C. Shop drawing schedule of new manholes showing total depth, relative elevations of all connecting sanitary or storm sewer lines, all drops, and orientation of connecting lines. D. Catalog cuts of iron castings, chimney seals, and sewer line connection gaskets. E. Upon requests, the Contractor will provide Material Certifications to the Engineer 1.4 SUBSTITUTIONS Creekside Park 333900-1 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES A. Use only materials conforming to these specifications unless otherwise allowed by the Engineer. B. Obtain written approval of the Engineer for all substitutions prior to use. 1%LIVERY, STORAGE, AND HANDLING X: Gelh al manly materials that fully conform to these specifications or for which submittals •�/ rljav@t�S2n provided to the Engineer and approved for use. �- U LLB. 43 -Vd handle materials to avoid damage. Replace any damaged materials. mRefndamaged materials from the site. ti 1.6 SCHEDULING AND CONFLICTS A. Construction Sequence: Attend a preconstruction meeting if required by the Engineer. 2. Submit plan for construction sequence and schedule prior to commencing construction. B. Conflict Avoidance: Expose possible conflicts in advance of construction, such as utility lines and drainage structures. Verify elevations and locations of each and verify clearance for proposed construction. 2. Complete elements of the work that can affect line and grade in advance of other open cut construction unless noted on the plans. 3. Notify the Engineer of conflicts discovered or changes needed to accommodate unknown or changed conditions. 1.7 SPECIAL REQUIREMENTS A. Stop work and notify Engineer immediately if contaminated soils, historical artifacts, or other environmental or historic items are encountered. B. Conform to local, state, and federal requirements. PART2- PRODUCTS 2.1 CONCRETE MANHOLE COMPONENTS Creekside Park 333900-2 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES A. Cast Concrete: 1. Precast: Comply with ASTM C 478 2. Cast -in -Place: See Section 333900 B. Riser Sections: 1. Inside Diameter: Use a 48 -inch diameter riser or as shown in the contract documents. 2. Wall Thickness: See details. For precast, see ASTM C 478. 3. Coating: a. Exterior: 1) cr Sanitary Sewer Manholes: When exterior waterproof coating is specified, provide bituminous or coal tar coating. O 2) Storm Sewer Manholes: Exterior coating is not re&icred.a b. Interior: 1) �n ; Sanitary Sewer Manholes: When manhole lining i"F5 cified, linrn according to lined, reinforced concrete pipe, SectioE3aW160, 2.00 2) Storm Sewer Manholes: Interior coating is not requWed. a, 4. Riser Joints: a. Male and female ends. b. Sanitary Sewer Manhole Joint Sealant: 1) Rubber 'O' ring or profile gasket, flexible joint, per ASTM C 443. 2) Bituminous joint compound or butyl sealant wrapper ASTM C 877 to all exterior joints. C. Storm Sewer Manhole Joint Sealant: 1) Bituminous Jointing Material: Use a cold applied mastic sewer joint sealing compound recommended by the manufacturer for the intended use and approved by the Engineer. Meet the requirements of AASHTO M 198. 2) Rubber Rope Gasket Jointing Material: Conform to ASTM C 990. 5. Lift Holes: Lift holes not to protrude through manhole wall. Provide non -shrink grout to cover lift hole plug and to fill interior joints. Creekside Park 333900-3 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES It. C. Top Configuration: 1. Capable of supporting HS -20 loading. 2. Use eccentric cone, unless otherwise specified or allowed. D. Base: 1. Sanitary Sewer: a. Type A (Standard) Precast Manhole: Integral base and lower riser section according to ASTM C 478. b. All Other Manholes: Cast -in-place concrete base. �2 Storm Sewer: Use precast or cast -in-place concrete base. to _-r dRipenection: M UJ = %Iw- Sanitary Sewer Manhole: Lr) r �Q Flexible, watertight gasket per ASTM C 923. s c�� m b.c=) Install drop connection where required on the plans. See Figure 6020.6A. 0 N. C. Use non -shrink grout on internal joint space. 2. New Storm Sewer Manhole: a. Precast Manholes: Fabricated openings. b. Cast -in -Place Structures: Structure wall placed around pipe stub. 3. Existing Sanitary Manhole: a. Cored or Drilled Opening: Provide a flexible, watertight connection that meets and/or exceeds ASTM C 923. b. Knock Out Opening: See Figure 6020.21. 4. Existing Storm Sewer Manhole: See Figure 4020.1A. F. Manhole Steps: 1. Comply with ASTM C 478. 2. Manufactured of polypropylene encased steel. 3. Uniformly space steps at 12 to 16 inches. Creekside Park 333900-4 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES 4. Align with vertical side of eccentric top section. 5. First step no more than 36 inches from top of casting. G. Manhole Types: Refer to current SUDAS standard structure unless otherwise noted. 2.2 MANHOLE ADJUSTMENT RINGS (Grade rings) A. Utilize one of the following methods for grade adjustments of manhole frame and cover assemblies: a Reinforced Concrete Grade Adjustment Rings: Comply with ASTM C 478 and be free from cracks, voids, and other defects. Set concrete rings with asphalt mastic in trowelable or rope form. 2. High Density Polyethylene Grade Adjustment Rings: Property Test Method Acceptable Value Recycled Plastic ASTM D 1248 N/A Melt Flow Index ASTM D 1238 0.3 to 30 g / 10 min. Density ASTM D 792 0.94 to 0.98 g / cm3 Tensile Strength ASTM D 638 N 2.O10 -to 5 Q03 Ib / in' a. Tapered adjusting ring thickness ranges from 1/2 inch to13J che—s. C-) cn �— b. Install grade adjustment rings on clean, flat surfaces accoAg to the M manufacturer's recommendations with the proper butyl r1W,,- sealant/adhesives. tv D C. Do not use polyethylene adjusting rings when they are exposed 1B HMA pavement. Ensure the inside diameter of the adjustment ring is not less than the inside diameter of the manhole frame. C. Construct manholes with at least one adjustment ring, totaling 4 inches minimum and 12 inches maximum for new manholes and 4 inches minimum and 16 inches maximum for existing manholes. 2.3 CASTINGS (Ring, Cover, and Extensions) A. Gray Cast Iron: ASTM A 48, Class 35. B. Casting Types: Creekside Park Iowa City, Iowa 333900-5 SANITARY UTILITY SEWERAGE STRUCTURES Refer to current SUDAS standard castings unless otherwise noted. C. Manhole Casting Extension Ring: Gray cast iron conforming to ASTM A 48, Class 35. 2. Size the extension ring to fit the existing ring and cover. 3.Maximum height of 3 inches. © c 4= � the dimensions of the existing ring and cover with an allowable diameter tip .! lance of -1/4 inch for the frame ridge and +1/4 inch for the cover recess. J LO C -5 i - height of the extension ring as required to raise the top of the casting to L peke it level or no more than 1/4 inch below the finished pavement surface. Z Uy eo p o "- N 2.4 CEMENT MORTAR - Comply with Section 333900. 2.5 REINFORCING STEEL - Comply with Section 333900. 2.6 CHIMNEY SEAL (For New Sanitary Sewer Manholes and Sanitary Sewer Manhole Adjustments) A. External Rubber Seal: Rubber Sleeve and Extension: a. Corrugated, minimum thickness of 3/16 inches, per ASTM C 923. b. Minimum allowable vertical expansion of at least 2 inches. C. See plan details for dimensional requirements. 2. Compression Bands: a. One piece band assembly to compress sleeve or extension against manhole and casting surfaces. b. 16 gauge ASTM A 240, Type 304 stainless steel, minimum 1 inch width, minimum adjustment range of 4 inches more than the manhole outside diameter. C. For standard two-piece castings, top band shaped to lock sleeve to manhole frame's base flange. For three-piece adjustable castings, top band shaped to lock sleeve to upper piece of adjustable frame. d. Stainless steel fasteners conforming to ASTM F 593 and 594, Type 304. Creekside Park 333900-6 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES B. Internal Rubber Seal: Rubber Sleeve and Extension: a. Double pleated, minimum thickness 3/16 inch thick, per ASTM C 923. b. Minimum allowable vertical expansion of at least 2 inches. C. Integrally formed expansion band recess top and bottom with multiple sealing fins. d. See plans details for dimensional requirements. 2. Expansion Bands: a. One-piece band assembly to compress sleeve or extension against manhole and casting surfaces. b. 16 gauge ASTM A 240, Type 304 stainless steel, minimum 1-3/4 inch width, minimum adjustment range of 2 inches more than the manhole inside diameter. G o C. Locking mechanism of studs and nuts to be stainless ste®t:.00nfo�iing tori ASTM F 923 and ASTM F 594, Type 304. >::; '< N r C. Molded Shield: 1. Barrier Shield: D � a. Medium density polyethylene, according to ASTM D 1248. Q' b. Certified for 40,000 pound proof -load according to AASHTO M 306. C. Diameter to match cone section and internal dimension of casting. 2. Sealant: a. Butyl material meeting AASHTO M 198. 2.7 INVERT A. Construct manhole invert up to one-half of pipe diameter to produce a smooth half pipe shape between pipe inverts. Slope invert bench toward pipe 1/4 inch per foot perpendicular to flow line. B. Use a precast invert on all precast base sections, unless otherwise allowed by the Engineer. See plan details. Creekside Park 333900-7 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES O 13 W J D MANHOLE REHABILITATION Chimney Seals (For Manhole Rehabilitation): Rubber chimney seals as specified in Section 334900, 2.06. 2. Brush Applied Urethane Chimney Seal: r� Property Test Method Acceptable Value Elongation ASTM D 412 800%, minimum Tensile Strength ASTM D 412 1150 psi, minimum Adhesive Strength ASTM D 903 175 Ib/in, minimum Pressure Resistance ASTM C 1244 2 minutes CD Manhole Interior: 2. In Situ Manhole Replacement, Formed -In -Place Concrete: a. Forming System: Provide an internal forming system capable of forming a new and structurally independent manhole wall within the existing manhole, with the specified thickness and conforming to the general shape of the existing manhole. b. Concrete: Type 1/11 portland cement concrete with 5/8 inch minus coarse aggregate with fiber reinforcement and water reducer, 4000 -psi minimum 28 -day compressive strength. C. Plastic Liner: When specified, provide a PVC or PE plastic liner resistant to degradation by sulfuric acid. Use a liner capable of being attached to the exterior of the forming system during erection of the forms. Use a plastic liner with a ribbed or studded exterior surface suitable for anchoring to the newly formed interior wall. Centrifugally Cast Cementitious Mortar Liner with Epoxy Seal: a. Cementitious Lining: 1) Use a high strength, high build, corrosion resistant mortar, based on portland cement fortified with micro silica. Mixed mortar to have a paste -like consistency that may be sprayed, cast, pumped, or gravity - flowed into any area 1/2 inch and larger. 2) Exhibits the following properties: Property Value Unit Weight 125 pcf Set Time at 70 OF ASTM C 403 Initial Set / Final Set 240 minutes 1440 minutes Modulus of Elasticity ASTM C 469 Creekside Park 333900-8 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES I 24 hours / 28 days 180,000 psi / 1 150,000 psi Flexural Strength ASTM C 293 24 hours / 28 days 650 psi / 800 psi Compressive Strength ASTM C 109 24 hours / 28 days 3,000 psi / 10,000 psi Tensile Strength ASTM C 307 600 psi Shear Bond ASTM C 882 >1,000 psi Shrinkage ASTM C 157 None Chloride Permeability ASTM C 1202 <550 Coulombs 3) Contains a liquid admixture for the prevention of micro biologically induced corrosion. The admixture permeates the mortar during the mixing phase and molecularly bonds to the cement particles, creating an environment incompatible to the growth of bacteria that may be harmful to concrete. b. Corrosion Resistant Epoxy Lining: 1) Consists of a two -component 100% solids epoxy design formulated for use in sewer systems. The epoxy lining forms a protective la2r impervious to biological corrosion. o a n 2) Physical Properties: n..< — r -.qc-j cn Property :2 Dry Time 4-6 ho F Compressive Strength ASTM D 695 16 3)0 psi– Flexural Strength ASTM D 790 13,900 pskrN Tensile Strength ASTM D 638 12,400 psi Hardness ASTM D 2240 68-72 Shore D Heat Distortion ASTM D 648 220°F Ultimate Elon ation ASTM D 638 4.5% Adhesive Shear ASTM C 882 1,000 psi IPART 3 - EXECUTION 3.1 MANHOLE INSTALLATION A. Excavation: Excavate according to Section 312316. B. Subgrade Preparation: Undisturbed Soil: Hand grade to accurate elevation. 2. Disturbed Soil: Machine compact to 95% of maximum Standard Proctor Density and hand grade to accurate elevation or install stabilization material as directed by the Engineer. Creekside Park 333900-9 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES C. Installation of Cast -in -Place Base: Excavate and prepare subgrade to the required elevation to accommodate the cast -in-place base. Place aggregate subbase as specified. Place base with lower riser section and ensure vertical and horizontal alignment. E. Additional Risers Sections: Install additional riser sections as required. F. Repairs: Repair any honeycomb areas or damaged areas as directed by the Engineer. G. Pipes: Install and bed pipes. Place bedding and pipe embedment material according to Section 31 2316. H. Lift Holes: For sanitary sewers, install rubber plug and grout over manhole lift holes. Manhole Invert: Install manhole invert if not precast. If precast, remove any projections and repair any voids to ensure a hydraulically smooth channel between pipe ends. Top sections: Install manhole cone or flat top section. K. Manhole Adjustment Ring(s): Bed each concrete ring with cold -applied bituminous jointing compound. Bed each polyethylene ring with manufacturer's approved product. Use a minimum stack height of 4 inches and a maximum adjustment ring stack height of 12 inches. For greater adjustment, modify lower riser section(s). L. Manhole Ring and Cover: Install manhole ring and cover and accurately adjust to proper grade. Where manhole is to be in a paved area, adjust slope to match finished surface. M. Chimney Seal: For sanitary sewer manholes, install internal or external rubber chimney seal meeting the requirements of Section 33 4900, 3.04. N. Manhole Joint Sealant: Apply bituminous joint compound or butyl sealant wrap to exterior of sanitary sewer manholes joints. If required, apply engineering fabric wrap meeting the requirements of Iowa DOT 4196.01 B to storm sewer manhole joints. Creekside Park 333900-10 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES r, 2. Place Class C concrete base as specified LO N Q x Embed lower riser section in base concrete a minimum of 3 inches. ,.Q. ALJ a W O J v� Ensure proper vertical and horizontal alignment of base riser section. L Di_,hstallation of Precast Base with Base Riser Section: v3 NExcavate and prepare subgrade to the required elevation to accommodate the aggregate subbase. Place aggregate subbase as specified. Place base with lower riser section and ensure vertical and horizontal alignment. E. Additional Risers Sections: Install additional riser sections as required. F. Repairs: Repair any honeycomb areas or damaged areas as directed by the Engineer. G. Pipes: Install and bed pipes. Place bedding and pipe embedment material according to Section 31 2316. H. Lift Holes: For sanitary sewers, install rubber plug and grout over manhole lift holes. Manhole Invert: Install manhole invert if not precast. If precast, remove any projections and repair any voids to ensure a hydraulically smooth channel between pipe ends. Top sections: Install manhole cone or flat top section. K. Manhole Adjustment Ring(s): Bed each concrete ring with cold -applied bituminous jointing compound. Bed each polyethylene ring with manufacturer's approved product. Use a minimum stack height of 4 inches and a maximum adjustment ring stack height of 12 inches. For greater adjustment, modify lower riser section(s). L. Manhole Ring and Cover: Install manhole ring and cover and accurately adjust to proper grade. Where manhole is to be in a paved area, adjust slope to match finished surface. M. Chimney Seal: For sanitary sewer manholes, install internal or external rubber chimney seal meeting the requirements of Section 33 4900, 3.04. N. Manhole Joint Sealant: Apply bituminous joint compound or butyl sealant wrap to exterior of sanitary sewer manholes joints. If required, apply engineering fabric wrap meeting the requirements of Iowa DOT 4196.01 B to storm sewer manhole joints. Creekside Park 333900-10 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES O. Backfill and Compaction: Place backfill and compact per Section 31 2316. Use extra care to ensure proper and uniform compaction of backfill around structure. 3.2 CONCRETE, REINFORCEMENT, AND PLACEMENT - Comply with Section 33 3900. 3.3 MODIFICATION OF EXISTING MANHOLES A. Casting Extension Rings: Install and adjust for proper alignment. B. Minor Adjustment (adding or removing adjusting rings): Remove casting. 2. As necessary, add a maximum height of 16 inches of adjustment rings to adjust existing manhole to finished pavement grade or finished topsoil grade. Bed each concrete ring with cold applied bituminous jointing material. Bed each_ polyethylene ring with manufacturer's approved product. o_ 3. Remove one or more adjustment rings, as appropriate, to redu�;�stipg elevation. 4. Replace casting. Install new frame and cover on modified adjurinz� 5. Replace chimney seal for sanitary sewer manholes using only ni;w ma*als. 6. See Sections 32 1300 and 33 1200 for additional manhole adjustment requirements in pavement. C. Major Adjustment (adding or removing riser or cone sections): 1. Remove casting. 2. Remove top. 3. Remove and replace riser section and/or top section, as appropriate. 4. Replace casting. Install new frame and cover. 5. Fasten manholes to castings with bolts. 6. Replace chimney seal for sanitary sewer manholes using only new materials. D. Connection to Existing Manhole: Unless otherwise specified in the contract documents, or approved by the Engineer, core all new openings in existing manholes. 1. Excavate as appropriate. Mark manhole riser for point of insertion of added sewer line. 2. Divert flow as necessary. Obtain approval of the diversion plan from the Creekside Park 333900-11 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES Jurisdictional Engineer. Maintain sewer service at all times unless otherwise permitted by the Jurisdictional Engineer. n U3. Carefully core out opening to manhole. Remove existing manhole invert as © N3fecessary to install pipe at required elevation and develop hydraulic channel. (V Z 2 0 44.-j�ored Opening: a ti c -'a. Insert flexible watertight connector into new opening. 3m v3 o b. Install and tighten internal expansion sleeve to hold flexible connector in ti place. C. Insert pipe through flexible connector and tighten external compression ring. d. Do not grout opening or pour collar for cored opening with flexible connector. Cut and Chipped Opening (Knockout): a. When allowed, refer to Figure 6020.21 b. Install waterstop around outside of pipe. Secure in place. C. Position end of pipe flush with interior wall of manhole and with waterstop located within wall opening. d. Grout opening between manhole wall and outside of pipe with non -shrink grout. e. Pour concrete collar around pipe and exterior manhole opening as shown on Figure 6020.21. 6. Reconstruct manhole invert. Bed pipe and place backfill per Section 31 2316. 3.4 CHIMNEY SEALS A. Install chimney seals on all sanitary sewer manholes. B. Rubber Chimney Seals (see plan detail): Do not install external chimney seal if manhole is exposed to sunlight. 2. Install seals on a smooth sealing surface. 3. All seals extend to 3 inches below the lowest adjusting ring. Creekside Park 333900-12 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES 4. For standard two-piece castings, seals to extend 2 inches above the flange of the casting. For adjustable three-piece castings, seals to extend 2 inches above the top of the base section of the casting. 5. Use multiple seals, if necessary. 6. Install compression bands (external chimney seal) or expansion bands (internal chimney seal) to lock the rubber sleeve or extension into place and to provide a positive watertight seal. Once tightened, lock the bands into place. Use only manufacturer recommended installation tools and sealants. C. Flexible Urethane Seal: Use only for manhole rehabilitation, if specified. 2. Prepare the surface according to the manufacturer's recommendations, including sandblasting, pressure washing, sealing leaks or gaps, and drying,surfaft 0 3. Apply primer, prepare product, and brush apply a flexible urethan -mal tea minimum thickness of 175 mils, covering 2 inches above the bottom-pf thafrart_ and the entire adjustment ring area to 3 inches below the bottomatlostri4dnt ruig� FriM tl' D. Molded Shield: 1. Clean surface of structure cone section. 2. Apply sealant to the top surface of the cone section. Use sufficient sealant to accommodate flaws in the surface of the cone section. 3. Cut molded shield to height by adding the dimensions of the adjustment rings and casting height. Be sure not to interfere with seating of the lid into the casting frame. 4. Seat the molded shield against the sealant on the cone section. 5. Add adjustment rings and castings to meet final grade. 3.5 ABANDONED MANHOLES A. Unless otherwise specified, remove top and walls of structure to a minimum of 10 feet below subgrade in paved areas or 10 feet below finish grade in other areas. B. Plug all pipes in structure using 3,000 -psi concrete. C. Fill remaining structure using Plowable mortar per Section 31 2316. D. Place compacted earth fill over structure as required for embankment or compacted backfill. Creekside Park 333900-13 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES 3.6 MANHOLE REHABILITATION A. Mole Chimney: Install manhole chimney seal according to Section 33 4900, 3.04. � Qg�� N di Mkan4FAerior CL �o d-> C!;Ilitu Manhole Replacement, Formed -In -Place Concrete: Prepare, install, and >IV according to forming system manufacturer's recommendations including the Z owing items. era Preparation: 1) Clean existing surface to remove loose material and debris. 2) Remove existing steps that might interfere with the erection of the forms. 3) Control infiltration that may affect placement of concrete. b. Installation: 1) Place pipe extensions through structure to maintain flow during installation. 2) Erect forms inside manhole. Include plastic liner when specified. 3) Bolt the assembled internal forms together to prevent shifting and provide sufficient stiffness and strength to prevent collapsing. 4) Seal forms at the bottom of the manhole to ensure the concrete does not enter the sewer. 5) Carefully place concrete between forms and existing manhole walls. Place concrete from bottom up to prevent segregation of concrete. 6) Consolidate concrete as required to fill all pockets, seams, and cracks within the existing manhole wall. 7) Remove forms when the concrete has cured sufficiently. 8) If a plastic liner is installed, weld and test any joints. 9) Apply a sealing strip around the circumference of the invert bench where it meets the vertical wall and around all pipe penetrations to form a waterstop. 10) Overlay the invert bench with concrete or high strength mortar at a thickness of 3 inches at the wall, tapering to 1/2 inch at the edge of the invert. Creekside Park 333900-14 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES 11) Apply a 100% solid epoxy to the invert bench for corrosion resistance. Apply clean sand to the epoxy to create a non -slip surface. 12) Seal the plastic liner to the manhole casting and existing pipe stubs as recommended by the manufacturer. Centrifugally Cast Cementitious Mortar Liner with Epoxy Seal: Surface Preparation: Prepare the surface according to the manufacturer's recommendations, including washing the interior with a high-pressure washer and plugging any active leaks with the appropriate sealing material. b. Mortar Application: Apply according to the manufacturer's recommended procedures including the following items: 1) Apply with a rotating centrifugal casting applicator, beginning at the bottom of the manhole. 2) Retrieve the applicator head at the manufacturer's recommended speed to achieve the desired thickness. 3) Apply to full required thickness utilizing multiple passes as necessary. Minimize the time between passes so subsequent passes are cast against fresh mortar. 4) Verify thickness with a wet gage at several locations to ensure proper depth. 5) Brushing the mortar after application to improve adhesion is optional. 6) Hand apply additional material to the invert bench surfl3ce at W5 thickness of 3 inches, tapering from the wall to the ed&rQf t19 channel. C. Epoxy Seal Application: Apply according to the manufactn ps cw r recommended procedures including the following items. ern -0 Mo ::o3 1) Apply with rotating centrifugal casting applicator or aW s s%yergo -� the fresh mortar liner. r 2) If epoxy seal is applied more than 24 hours after application of the mortar lining, or if the mortar lining is exposed to foreign matter, rinse to neutralize its surface and then apply the epoxy. END OF SECTION Creekside Park 333900-15 Iowa City, Iowa SANITARY UTILITY SEWERAGE STRUCTURES SECTION 33 39 00 STORM UTILITY STRUCTURES PART 1- GENERAL 1.1 SECTION INCLUDES A. Manholes for storm sewers. 0 B. Adjustment of existing manholes. v =� C. Connection to existing manholes. =an r D. Abandonment of manholes. E. Manhole Rehabilitation c� F. Intakes for storm sewers. G. Special structures for storm sewers. 1.2 DESCRIPTION OF WORK A. Construct storm sewer manholes, modify existing manholes, and abandon manholes where shown on the plans. B. Rehabilitate existing manholes to waterproof and prevent inflow and infiltration, prevent corrosion, or reestablish the structural integrity of the manhole. Includes construction of structural liners, protective liners, and chimney seals. C. Reference is made to the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, series 2001, and all current General Supplemental Specificafions and Materials Instructional Memorandum by the term "Iowa DOT Specifications" and/or "Iowa DOT I.M." 1.3 SUBMITTALS A. Submit under provisions of Division 1. B. Shop drawings showing compliance with this Specification. C. Shop drawing schedule of new manholes showing total depth, relative elevations of all connecting sanitary or storm sewer lines, all drops, and orientation of connecting lines. D. Catalog cuts of iron castings, chimney seals, and sewer line connection gaskets. E. Upon requests, the Contractor will provide Material Certifications to the Engineer. Creekside Park 333900-1 Iowa City, Iowa STORM UTILITY STRUCTURES 1.4 SUBSTITUTIONS A. Use only materials conforming to these specifications unless otherwise allowed by the Engineer. r-- B., 0�+j wrF4en approval of the Engineer for all substitutions prior to use. 1&J *LIte, STORAGE, AND HANDLING J 6elivr_{rly materials that fully conform to these specifications or for which submittals #avn provided to the Engineer and approved for use. fi U.-' m B. c- Store ad handle materials to avoid damage. Replace any damaged materials. Ol2emove damaged materials from the site. 1.6 SCHEDULING AND CONFLICTS A. Construction Sequence: Attend a preconstruction meeting if required by the Engineer. 2. Submit plan for construction sequence and schedule prior to commencing construction. B. Conflict Avoidance: Expose possible conflicts in advance of construction, such as utility lines and drainage structures. Verify elevations and locations of each and verify clearance for proposed construction. 2. Complete elements of the work that can affect line and grade in advance of other open cut construction unless noted on the plans. 3. Notify the Engineer of conflicts discovered or changes needed to accommodate unknown or changed conditions. 1.7 SPECIAL REQUIREMENTS A. Stop work and notify Engineer immediately if contaminated soils, historical artifacts, or other environmental or historic items are encountered. B. Conform to local, state, and federal requirements. C. Cold weather placement is restricted per IA DOT Article 2403.03, F. PART 2 - PRODUCTS 2.1 CONCRETE MANHOLE COMPONENTS A. Cast Concrete: Creekside Park Iowa City, Iowa 333900-2 STORM UTILITY STRUCTURES 1. Precast: Comply with ASTM C 478 2. Cast -in -Place: See Section 333900 B. Riser Sections: 1. Inside Diameter: Use a 48 -inch diameter riser or as shown in the contract documents. 2. Wall Thickness: See details. For precast, see ASTM C 478. 3. Coating: a. Exterior: 1) Storm Sewer Manholes: Exterior coating is not required. b. Interior: 1) Storm Sewer Manholes: Interior coating is not required. 4. Riser Joints: a. Male and female ends. b. Storm Sewer Manhole Joint Sealant: 1) Bituminous Jointing Material: Use a cold applied mastic sewer joint sealing compound recommended by the manufacturer for the intended use and approved by the Engineer. Meet the requirements of AASHTO M 198. 2) Rubber Rope Gasket Jointing Material: Conform to ASTM COO. Es m 5. Lift Holes: Lift holes not to protrude through manhole wall. Protdff?no93hrink j grout to cover lift hole plug and to fill interior joints. C-)� C. Top Configuration: o r 1. Capable of supporting HS -20 loading. D= N Q r 2. Use eccentric cone, unless otherwise specified or allowed. D. Base: 1. Storm Sewer: Use precast or cast -in-place concrete base. E. Pipe Connection: 1. New Storm Sewer Manhole: Creekside Park 333900-3 Iowa City, Iowa STORM UTILITY STRUCTURES a. Precast Manholes: Fabricated openings. b. Cast -in -Place Structures: Structure wall placed around pipe stub. r\ 2.rn Existing Storm Sewer Manhole: See details. Q N i [LFj rnh teps: W W. C mply with ASTM C 478. Z2. Vganufactured of polypropylene encased steel. C3 3. iJniformly space steps at 12 to 16 inches. Align with vertical side of eccentric top section. First step no more than 36 inches from top of casting. G. Manhole Types: Refer to current SUDAS standard structure unless otherwise noted. 2.2 MANHOLE ADJUSTMENT RINGS (Grade rings) A. Utilize one of the following methods for grade adjustments of manhole frame and cover assemblies: Reinforced Concrete Grade Adjustment Rings: Comply with ASTM C 478 and be free from cracks, voids, and other defects. Set concrete rings with asphalt mastic in trowelable or rope form. 2. High Density Polyethylene Grade Adjustment Rings: Property Test Method Acceptable Value Recycled Plastic ASTM D 1248 N/A Melt Flow Index ASTM D 1238 0.3 to 30 g / 10 min. Density ASTM D 792 0.94 to 0.98 g / cm3 Tensile Strength ASTM D 638 2.00 to 5 x 103 Ib / in a. Tapered adjusting ring thickness ranges from 1/2 inch to 3 inches. b. Install grade adjustment rings on clean, flat surfaces according to the manufacturer's recommendations with the proper butyl rubber sealant/adhesives. C. Do not use polyethylene adjusting rings when they are exposed to HMA pavement. Creekside Park 333900-4 Iowa City, Iowa STORM UTILITY STRUCTURES B. Ensure the inside diameter of the adjustment ring is not less than the inside diameter of the manhole frame. C. Construct manholes with at least one adjustment ring, totaling 4 inches minimum and 12 inches maximum for new manholes and 4 inches minimum and 16 inch(gmaximum for existing manholes. o C' -� 2.3 CASTINGS (Ring, Cover, and Extensions) Ln r A. Gray Cast Iron: ASTM A 48, Class 35.rr� B. Casting Types: 1. Refer to current SUDAS standard castings unless otherwise noted. C. Manhole Casting Extension Ring: 1. Gray cast iron conforming to ASTM A 48, Class 35. 2. Size the extension ring to fit the existing ring and cover. 3. Maximum height of 3 inches. 4. Match the dimensions of the existing ring and cover with an allowable diameter tolerance of -1/4 inch for the frame ridge and +1/4 inch for the cover recess. 5. The height of the extension ring as required to raise the top of the casting to make it level or no more than 1/4 inch below the finished pavement surface. 2.4 CEMENT MORTAR - Comply with Section 333900. 2.5 REINFORCING STEEL - Comply with Section 333900. 2.6 CHIMNEY SEAL (For New Sanitary Sewer Manholes and Sanitary Sewer Manhole Adjustments) A. External Rubber Seal: 1. Rubber Sleeve and Extension: a. Corrugated, minimum thickness of 3/16 inches, per ASTM C 923. b. Minimum allowable vertical expansion of at least 2 inches. C. See plan details for dimensional requirements. 2. Compression Bands: a. One piece band assembly to compress sleeve or extension against manhole and casting surfaces. Creekside Park 333900-5 Iowa City, Iowa STORM UTILITY STRUCTURES b. 16 gauge ASTM A 240, Type 304 stainless steel, minimum 1 inch width, 1. Rubber Sleeve and Extension: a. Double pleated, minimum thickness 3/16 inch thick, per ASTM C 923. b. Minimum allowable vertical expansion of at least 2 inches. C. Integrally formed expansion band recess top and bottom with multiple sealing fins. d. See plans details for dimensional requirements. 2. Expansion Bands: a. One-piece band assembly to compress sleeve or extension against manhole and casting surfaces. b. 16 gauge ASTM A 240, Type 304 stainless steel, minimum 1-3/4 inch width, minimum adjustment range of 2 inches more than the manhole inside diameter. C. Locking mechanism of studs and nuts to be stainless steel conforming to ASTM F 923 and ASTM F 594, Type 304. C. Molded Shield: 1. Barrier Shield: a. Medium density polyethylene, according to ASTM D 1248. b. Certified for 40,000 pound proof -load according to AASHTO M 306. C. Diameter to match cone section and internal dimension of casting. 2. Sealant: a. Butyl material meeting AASHTO M 198. Creekside Park 333900-6 Iowa City, Iowa STORM UTILITY STRUCTURES minimum adjustment range of 4 inches more than the manhole outside r. diameter. to © tv �. For standard two-piece castings, top band shaped to lock sleeve to /.. W manhole frame's base flange. For three-piece adjustable castings, top W, band shaped to lock sleeve to upper piece of adjustable frame. >-v d. �Z Stainless steel fasteners conforming to ASTM F 593 and 594, Type 304. Z nal Rubber Seal: M 1. Rubber Sleeve and Extension: a. Double pleated, minimum thickness 3/16 inch thick, per ASTM C 923. b. Minimum allowable vertical expansion of at least 2 inches. C. Integrally formed expansion band recess top and bottom with multiple sealing fins. d. See plans details for dimensional requirements. 2. Expansion Bands: a. One-piece band assembly to compress sleeve or extension against manhole and casting surfaces. b. 16 gauge ASTM A 240, Type 304 stainless steel, minimum 1-3/4 inch width, minimum adjustment range of 2 inches more than the manhole inside diameter. C. Locking mechanism of studs and nuts to be stainless steel conforming to ASTM F 923 and ASTM F 594, Type 304. C. Molded Shield: 1. Barrier Shield: a. Medium density polyethylene, according to ASTM D 1248. b. Certified for 40,000 pound proof -load according to AASHTO M 306. C. Diameter to match cone section and internal dimension of casting. 2. Sealant: a. Butyl material meeting AASHTO M 198. Creekside Park 333900-6 Iowa City, Iowa STORM UTILITY STRUCTURES 2.7 INVERT A. Construct manhole invert up to one-half of pipe diameter to produce a smooth half pipe shape between pipe inverts. Slope invert bench toward pipe 1/4 inch per foot perpendicular to flow line. B. Use a precast invert on all precast base sections, unless otherwise allowed by the Engineer. See plan details. 2.8 MANHOLE REHABILITATION A. Chimney Seals (For Manhole Rehabilitation): Rubber chimney seals as specified in Section 334900, 2.6. 2. Brush Applied Urethane Chimney Seal: Property Test Method Acceptable Value Elongation ASTM D 412 800%, minimum Tensile Strength ASTM D 412 1150 psi, minimum Adhesive Strength ASTM D 903 175 Ib/in, minimum Pressure Resistance ASTM C 1244 2 minutes B. Manhole Interior: In Situ Manhole Replacement, Formed -In -Place Concrete: o o m a. Forming System: Provide an internal forming system capablRof i�minm new and structurally independent manhole wall within thex"zis)in — anho,1% with the specified thickness and conforming to the genera pea theme existing manhole.�, v n C:) - �+9 b. Concrete: Type 1/11 portland cement concrete with 5/8 inclrB us�barsW aggregate with fiber reinforcement and water reducer, 406a -psi mtnimum 28 -day compressive strength. ' C. Plastic Liner: When specified, provide a PVC or PE plastic liner resistant to degradation by sulfuric acid. Use a liner capable of being attached to the exterior of the forming system during erection of the forms. Use a plastic liner with a ribbed or studded exterior surface suitable for anchoring to the newly formed interior wall. 2. Centrifugally Cast Cementitious Mortar Liner with Epoxy Seal: a. Cementitious Lining: 1) Use a high strength, high build, corrosion resistant mortar, based on portland cement fortified with micro silica. Mixed mortar to have a paste -like consistency that may be sprayed, cast, pumped, or gravity- Creekside Park 333900-7 Iowa City, Iowa STORM UTILITY STRUCTURES flowed into any area 1/2 inch and larger. 2) Exhibits the following properties: Property r- Unit Weight 125 pcf LIJ 240 minutes / 440 minutes 0 ov Flexural Strength ASTM C 293 24 hours / 28 days 650 psi / 800 psi Compressive Strength ASTM C 109 24 hours / 28 days 3,000 psi / 10,000 psi Tensile Strength ASTM C 307 600 psi Shear Bond ASTM C 882 >1 1000 psi Shrinkage ASTM C 157 None Chloride Permeability ASTM C 1202 <550 Coulombs +� >-L1 Z� v3 o H flowed into any area 1/2 inch and larger. 2) Exhibits the following properties: Property Value Unit Weight 125 pcf Set Time at 70 IF ASTM C 403 Initial Set / Final Set 240 minutes / 440 minutes Modulus of Elasticity ASTM C 469 24 hours / 28 days 180,000 psi / 1,150,000 psi Flexural Strength ASTM C 293 24 hours / 28 days 650 psi / 800 psi Compressive Strength ASTM C 109 24 hours / 28 days 3,000 psi / 10,000 psi Tensile Strength ASTM C 307 600 psi Shear Bond ASTM C 882 >1 1000 psi Shrinkage ASTM C 157 None Chloride Permeability ASTM C 1202 <550 Coulombs 3) Contains a liquid admixture for the prevention of micro biologically induced corrosion. The admixture permeates the mortar during the mixing phase and molecularly bonds to the cement particles, creating an environment incompatible to the growth of bacteria that may be harmful to concrete. b. Corrosion Resistant Epoxy Lining: 1) Consists of a two -component 100% solids epoxy design formulated for use in sewer systems. The epoxy lining forms a protective layer impervious to biological corrosion. 2.9 INTAKES Q n - 2) Physical Properties: Property Value Dry Time 4-6 hours 75°F Compressive Strength ASTM D 695 16,800 psi Flexural Strength ASTM D 790 13,900 psi Tensile Strength ASTM D 638 12,400 psi Hardness ASTM D 2240 68-72 Shore D Heat Distortion ASTM D 648 220°F Ultimate Elongation ASTM D 638 4.5% Adhesive Shear ASTM C 882 1,000 psi Conform to elevations, locations and connection orientations shown on the Plans. Intake type; Refer to Plans. C. Configuration and Dimensions; Refer to Detailed Drawings. Creekside Park 333900-8 Iowa City, Iowa STORM UTILITY STRUCTURES D. Top Configuration: As noted on Detailed Drawings. 2. Number of grate sections; Refer to Plans. Joints, Wall: Precast; Male and female ends, mastic seal. 2. Poured in place; construction joints. Concrete: Precast; Precast concrete intakes constructed in accordance with the requirements of Section 33 3900 and with the dimensions and reinforcement shown in the detailed drawings shall be allowed. 2. Cast in place; G. Base: Refer to Section 33 3900. b. Minimum concrete reinforcing cover 2 inches. C. Minimum total section thickness; see Detailed Drawings. Separate. Use with base riser section with square bottom edge. 2. Precast may have surface finish block outs on one side only. H. Pipe Connection: 1. Precast intake; factory fabricated openings. N O 2. Poured in place structures; structure wall poured around pipe®tub. n _ I. Manhole Steps: None, unless required on the Plans. If required, slMsgit steps at 16 inches, comply with ASTM C 478.�� uh -M 2.10 INTAKE ADJUSTMENT RINGS (Grade rings) N (� A. All grade adjustments of intake frame and cover assemblies shall be compkfled utilizing one of the following: Reinforced Concrete Grade Adjustment Rings: Comply with ASTM C 478 and be free from cracks, voids and other defects. Concrete rings will be set with asphalt mastic. Creekside Park 333900-9 Iowa City, Iowa STORM UTILITY STRUCTURES s LL 2. High Density Polyethylene Grade Adjustment Rings: Comply with ASTM D 1248 for recycled plastic. a. Material properties shall be tested and certified for usage by the following ASTM methods: tiProperty Test Method Acceptable Value AJ It FIndex ASTM D 1238 0.3 to 30 g/10 min. U. icity ASTM D 792 0.94 to 0.98 g/cm3 -TenAiitrengthASTM D 638 2.00 to 5 x 103 Ib/int m cis ti b. o Polyethylene adjusting rings shall not be used when they are exposed to heated hot mix asphalt pavement. C. Tapered configuration: When used in a single configuration tapered adjusting ring thickness will range from 0.5 inch to 3.0 inch. d. Grade adjustment rings are to be installed on clean flat surfaces according to the manufacturer's recommendations with the proper Butyl Rubber sealant/adhesives. B. The inside dimension of the adjustment ring shall not be less than the inside dimension of the intake grate opening. C. Intakes shall be constructed with at least two adjustment rings. D. Maximum height of adjustment ring stack: 12 inches for new and existing intakes. 2.11 CASTINGS (Covers and Grates) A. Gray Cast Iron: ASTM A 48, Class 35. B. Type: Refer to Detailed Drawings and Plans. C. Manhole. castings to meet current SUDAS specification. 2.12 CEMENT: MORTAR - Refer to Section 33 3900. 2.13 REFNFORCING STEEL - Refer to Section 33 3900. 2.14 INVERT A. Poured in place concrete. Establish a full seal between base and base riser section. B. Shape to provide a smooth transition between pipe inverts. C. Bring intake invert up to one half of pipe diameter to produce a half pipe shape. Creekside Park 333900-10 Iowa City, Iowa STORM UTILITY STRUCTURES 2.15 PRECAST CONCRETE TEE A. Precast concrete tee pipe section may be used in lieu of standard manhole base and base riser section. 1. For sewers 42 inch and larger. 2. Where required on the Plans. 3. Where approved by Engineer. 2.16 CMP SLOTTED DRAIN PIPE A. Slotted drain pipe per ASHTO M36. 1. 2.75 inch by 0.5 inch corrugations. 2. Wall thickness per Plans. 3. Structural components; ASTM A 36 steel. 4. If helical pipe is used, form at least one annular corrugation at each end of each pipe section. 5. Pipe manufacturer to provide fully compatible fittings, end caps and accessories. B. Stabilization Material per Section 31 2316. C. Granular Bedding Material per Section 31 2316. c m D. Flowable Mortar per Section 31 2316, if required. icy =y E. Flume as per Plans, unless integral with adjacent surface treatment.�?"� tit r rn ,o M PART 3 - EXECUTION CDW t Q D CA 3.1 MANHOLE INSTALLATION A. Excavation: Excavate according to Section 31 2316. B. Subgrade Preparation: Undisturbed Soil: Hand grade to accurate elevation. 2. Disturbed Soil: Machine compact to 95% of maximum Standard Proctor Density and hand grade to accurate elevation or install stabilization material as directed by the Engineer. C. Installation of Cast -in -Place Base: Creekside Park 333900-11 Iowa City, Iowa STORM UTILITY STRUCTURES Excavate and prepare subgrade to the required elevation to accommodate the cast -in-place base. 2. Place Class C concrete base as specified 3. Embed lower riser section in base concrete a minimum of 3 inches. 4. Ensure proper vertical and horizontal alignment of base riser section. D. Installation of Precast Base with Base Riser Section: co ® 1. 11'�' Excav to and prepare subgrade to the required elevation to accommodate the N a- ate subbase. LLJ 4 c.oe ao 2. F�3'ggregate subbase as specified. M2 LL 3?— base with lower riser section and ensure vertical and horizontal alignment. Z UQ E. @ditiorW Risers Sections: Install additional riser sections as required. N F. Repairs: Repair any honeycomb areas or damaged areas as directed by the Engineer. G. Pipes: Install and bed pipes. Place bedding and pipe embedment material according to Section 31 2316. H. Lift Holes: For sanitary sewers, install rubber plug and grout over manhole lift holes. Manhole Invert: Install manhole invert if not precast. If precast, remove any projections and repair any voids to ensure a hydraulically smooth channel between pipe ends. Top sections: Install manhole cone or flat top section. K. Manhole Adjustment Ring(s): Bed each concrete ring with cold -applied bituminous jointing compound. Bed each polyethylene ring with manufacturer's approved product. Use a minimum stack height of 4 inches and a maximum adjustment ring stack height of 12 inches. For greater adjustment, modify lower riser section(s). L. Manhole Ring and Cover: Install manhole ring and cover and accurately adjust to proper grade. Where manhole is to be in a paved area, adjust slope to match finished surface. M. Chimney Seal: For sanitary sewer manholes, install internal or external rubber chimney seal meeting the requirements of Section 33 4900, 3.4. N. Manhole Joint Sealant: Apply bituminous joint compound or butyl sealant wrap to exterior of sanitary sewer manholes joints. If required, apply engineering fabric wrap meeting the requirements of Iowa DOT 4196.01 B to storm sewer manhole joints. O. Backfill and Compaction: Place backfill and compact per Section 31 2316. Use extra care to ensure proper and uniform compaction of backfill around structure. Creekside Park 333900-12 Iowa City, Iowa STORM UTILITY STRUCTURES 3.2 CONCRETE, REINFORCEMENT, AND PLACEMENT - Comply with Section 33 3900. 3.3 MODIFICATION OF EXISTING MANHOLES A. Casting Extension Rings: Install and adjust for proper alignment. Minor Adjustment (adding or removing adjusting rings): Remove casting. 2. As necessary, add a maximum height of 16 inches of adjustment rings to adjust existing manhole to finished pavement grade or finished topsoil grade. Bed each concrete ring with cold applied bituminous jointing material. Bed each polyethylene ring with manufacturer's approved product. 3. Remove one or more adjustment rings, as appropriate, to reduce casting elevation. 4. Replace casting. Install new frame and cover on modified adjusting ring. 5. Replace chimney seal for sanitary sewer manholes using only new materials. C. Major Adjustment (adding or removing riser or cone sections): Remove casting. Remove top. 3. Remove and replace riser section and/or top section, as appropriate. 4. Replace casting. Install new frame and cover. 29 m 5. Fasten manholes to castings with bolts. �� 1 6. Replace chimney seal for sanitary sewer manholes using only SavnatBtialsr -<r -p . - - D. Connection to Existing Manhole: Unless otherwise specified in the corlu% dee'FumeQf,,Si or approved by the Engineer, core all new openings in existing manhow N P, 1. Excavate as appropriate. Mark manhole riser for point of insertion of added sewer line. 2. Divert flow as necessary. Obtain approval of the diversion plan from the Jurisdictional Engineer. Maintain sewer service at all times unless otherwise permitted by the Jurisdictional Engineer. 3. Carefully core out opening to manhole. Remove existing manhole invert as necessary to install pipe at required elevation and develop hydraulic channel. 4. Cored Opening: Creekside Park 333900-13 Iowa City, Iowa STORM UTILITY STRUCTURES a. Insert flexible watertight connector into new opening. b. Install and tighten internal expansion sleeve to hold flexible connector in place. C. Insert pipe through flexible connector and tighten external compression ring. d. Do not grout opening or pour collar for cored opening with flexible connector. e. Pour concrete collar around pipe and exterior manhole opening as shown on details. 6. Reconstruct manhole invert. 7. Bed pipe and place backfill per Section 31 2316. 3.4 CAMNEY SEALS A. Install chimney seals on all sanitary sewer manholes. B. Rubber Chimney Seals (see plan detail): .1. Do not install external chimney seal if manhole is exposed to sunlight. 2. Install seals on a smooth sealing surface. 3. All seals extend to 3 inches below the lowest adjusting ring. 4. For standard two-piece castings, seals to extend 2 inches above the flange of the casting. For adjustable three-piece castings, seals to extend 2 inches above the top of the base section of the casting. 5. Use multiple seals, if necessary. 6. Install compression bands (external chimney seal) or expansion bands (internal chimney seal) to lock the rubber sleeve or extension into place and to provide a positive watertight seal. Once tightened, lock the bands into place. Use only Creekside Park 333900-14 Iowa City, Iowa STORM UTILITY STRUCTURES 4 5. Cut and Chipped Opening (Knockout): © U13 N .tea. When allowed, refer to details. W Q- CD _j} b. Install waterstop around outside of pipe. Secure in place. J Lc> C-3�— '� a- �C-' c. Position end of pipe flush with interior wall of manhole and with waterstop located _ E3 within wall opening. CXD o N d. Grout opening between manhole wall and outside of pipe with non -shrink grout. e. Pour concrete collar around pipe and exterior manhole opening as shown on details. 6. Reconstruct manhole invert. 7. Bed pipe and place backfill per Section 31 2316. 3.4 CAMNEY SEALS A. Install chimney seals on all sanitary sewer manholes. B. Rubber Chimney Seals (see plan detail): .1. Do not install external chimney seal if manhole is exposed to sunlight. 2. Install seals on a smooth sealing surface. 3. All seals extend to 3 inches below the lowest adjusting ring. 4. For standard two-piece castings, seals to extend 2 inches above the flange of the casting. For adjustable three-piece castings, seals to extend 2 inches above the top of the base section of the casting. 5. Use multiple seals, if necessary. 6. Install compression bands (external chimney seal) or expansion bands (internal chimney seal) to lock the rubber sleeve or extension into place and to provide a positive watertight seal. Once tightened, lock the bands into place. Use only Creekside Park 333900-14 Iowa City, Iowa STORM UTILITY STRUCTURES manufacturer recommended installation tools and sealants. C. Flexible Urethane Seal: Use only for manhole rehabilitation, if specified. Prepare the surface according to the manufacturer's recommendations, including sandblasting, pressure washing, sealing leaks or gaps, and drying surface. 3. Apply primer, prepare product, and brush apply a flexible urethane seal to a minimum thickness of 175 mils, covering 2 inches above the bottom of the frame and the entire adjustment ring area to 3 inches below the bottom adjustment ring. D. Molded Shield: Clean surface of structure cone section. 2. Apply sealant to the top surface of the cone section. Use sufficient sealant to accommodate flaws in the surface of the cone section. 3. Cut molded shield to height by adding the dimensions of the adjustment rings and casting height. Be sure not to interfere with seating of the lid into the casting frame. 4. Seat the molded shield against the sealant on the cone section. 5. Add adjustment rings and castings to meet final grade. 3.5 ABANDONED MANHOLES o m A. Unless otherwise specified, remove top and walls of structure to a mi 1iymJJ 10 %V below subgrade in paved areas or 10 feet below finish grade in other s. -4 C-) -C CA B. Plug all pipes in structure using 3,000 -psi concrete.t . o rn C. Fill remaining structure using Plowable mortar per Section 31 2316. 15� N ,;;p CA D. Place compacted earth fill over structure as required for embankment or competed backfill. 3.6 MANHOLE REHABILITATION A. Manhole Chimney: Install manhole chimney seal according to Section 33 4900, 3.4. B. Manhole Interior In Situ Manhole Replacement, Formed -In -Place Concrete: Prepare, install, and test according to forming system manufacturer's recommendations including the following items. Preparation: Creekside Park 333900-15 Iowa City, Iowa STORM UTILITY STRUCTURES 1) Clean existing surface to remove loose material and debris. 2) Remove existing steps that might interfere with the erection of the forms. CO 3) Control infiltration that may affect placement of concrete. z�Installation: cjr� 1) Place pipe extensions through structure to maintain flow during installation. 2) Erect forms inside manhole. Include plastic liner when specified. 3) Bolt the assembled internal forms together to prevent shifting and provide sufficient stiffness and strength to prevent collapsing. 4) Seal forms at the bottom of the manhole to ensure the concrete does not enter the sewer. 5) Carefully place concrete between forms and existing manhole walls. Place concrete from bottom up to prevent segregation of concrete. 6) Consolidate concrete as required to fill all pockets, seams, and cracks within the existing manhole wall. 7) Remove forms when the concrete has cured sufficiently. 0 eo 8) If a plastic liner is installed, weld and test any joints. ... 9) Apply a sealing strip around the circumference of the invert bench f r.� where it meets the vertical wall and around all pipe penetrations to _�_ form a waterstop. !!� 10) Overlay the invert bench with concrete or high strength mortar at a n,) thickness of 3 inches at the wall, tapering to 1/2 inch at the edge of the invert. 11) Apply a 100% solid epoxy to the invert bench for corrosion resistance. Apply clean sand to the epoxy to create a non -slip surface. 12) Seal the plastic liner to the manhole casting and existing pipe stubs as recommended by the manufacturer. Centrifugally Cast Cementitious Mortar Liner with Epoxy Seal: Surface Preparation: Prepare the surface according to the manufacturer's recommendations, including washing the interior with a high-pressure washer and plugging any active leaks with the appropriate sealing material. Creekside Park 333900-16 Iowa City, Iowa STORM UTILITY STRUCTURES b. Mortar Application: Apply according to the manufacturer's recommended procedures including the following items: 1) Apply with a rotating centrifugal casting applicator, beginning at the bottom of the manhole. 2) Retrieve the applicator head at the manufacturer's recommended speed to achieve the desired thickness. 3) Apply to full required thickness utilizing multiple passes as necessary. Minimize the time between passes so subsequent passes are cast against fresh mortar. 4) Verify thickness with a wet gage at several locations to ensure proper depth. 5) Brushing the mortar after application to improve adhesion is optional. 6) Hand apply additional material to the invert bench surface at a thickness of 3 inches, tapering from the wall to the edge of the channel. C. Epoxy Seal Application: Apply according to the manufacturer's recommended procedures including the following items. m 1) Apply with rotating centrifugal casting applicator or airless sfwayer ooto the fresh mortar liner. C)= 77-11 3' 2) If epoxy seal is applied more than 24 hours after appW6)n aftthe r mortar lining, or if the mortar lining is exposed to forei>*"atteb rinal to neutralize its surface and then apply the epoxy. := 0 ��c N 3.7 INTAKE INSTALLATION (See plan details) y N A. Subgrade Preparation: Undisturbed soil: Hand grade to accurate elevation. 2. Disturbed soil: Machine compact to 95 percent of Standard Proctor Density and hand grade to accurate elevation, or install Stabilization Material as directed by Engineer. 3. Unstable soil: Install Stabilization Material as directed by Engineer. B. Concrete Intakes: Install Stabilization Material if unstable base exists. Install Granular Bedding Material if required by Detailed Drawings. Creekside Park 333900-17 Iowa City, Iowa STORM UTILITY STRUCTURES 3. Install base; assure proper vertical and horizontal alignment of base riser section. 4. Install additional riser section as required. Seal all joints. 5. Repair any honeycomb areas or damaged areas. 6. Compact backfill up to connecting pipes. co /t©� 7. u? Connect and bed pipes per Section 31 2316. Grout inside pipe/riser joint. i! N +�r' 8,b I" intake invert. Remove any projections and repair any voids to assure a J ulically smooth channel through intake. ��nstall top. r v_;- 1D. iQall adjustment rings. Install at least two rings. Bed each ring with cold- cl�applied bituminous jointing compound. Do not install more than total ring stack height of 12 inches. For greater adjustment, modify riser section(s). 11. Install top casting. Adjust accurately to proper line and grade. 12. Backfill and compact. Refer to Section 31 2316. Use extra care to assure proper and uniform compaction of backfill around structure. C. Anchoring Castings: All castings not encased in concrete shall be bolted down. 3.8 CONCRETE, REINFORCEMENT, AND PLACEMENT. Refer to Section 33 3900. 3.9 ; &IODIFICATION OF EXISTING TYPE M -B INTAKES (Manhole Section) r. A. Minor Adjustment: Add adjustment rings if necessary, ry, up to a total ring stack height of 16 inches. r+ , 2. Remove one or more adjustment rings, as appropriate to reduce casting elevation. B. Major Adjustment: If height increase greater than 16 inches is required or if height decrease is greater than can be accomplished by removing adjustment rings, remove top, modify barrel riser as appropriate, and replace or reconstruct top section. Reinstall castings. 3.10 SPECIAL STRUCTURES A. Construct in accordance with this Section, as applicable. B. Refer to Plans for locations, dimensions and special details and provisions. Creekside Park 333900-18 Iowa City, Iowa STORM UTILITY STRUCTURES 3.11 ABANDONED INTAKES A. Remove entire structure to a minimum of 10 feet below subgrade in paved areas or 6 feet below finish grade in other areas. B. Plug all pipes in structure. Refer to Detailed Drawings. C. Fill remaining structure using flowable mortar per Section 31 2316, 2.11 C. D. Place compacted earth fill over structure as required for embankment or compacted backfill. END OF SECTION d D= ao s -� rn Creekside Park 333900-19 Iowa City, Iowa STORM UTILITY STRUCTURES =s 1t�i at YAHDICl NUM YTI3 A"V0!,YTI3 Al''f 2018MAy 15 PH 2: 58 10 CITY Y CCERIf CITY, IOWA SECTION 33 41 00 STORM UTILITY DRAINAGE PIPING PART 1 -GENERAL 1.1 SECTION INCLUDES A. Storm Sewers. B. Culverts. C. Storm Sewer Service. 1.2 DESCRIPTION OF WORK A. Construct storm sewers, culverts, and footing drain collectors. B. Construct storm sewer service and connections. C. Reference is made to the Iowa Department of Transportation Standard Specifications F. Project Record Documents. G. Upon requests the Contractor will provide Material Certifications to the Engineer. 1.4 SUBSTITUTIONS A. Use only materials conforming to these specifications unless permitted otherwise by Engineer. B. Obtain written approval of Engineer for all substitutions prior to use. Creekside Park 3341 00-1 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING for Highway and Bridge Construction, Series 2001, and all current General Supplemental Specifications and Materials Instructional Memorandum by the term "Iowa DOT Specifications" and/or "Iowa DOT I.M." 'cis 1.3 SUBMITTALS Co r A. Submit under provisions of Division 1. �� iia B. �r Manufacturer's instructions for installation of pipe and appurtenances..= 0 C. Construction sequence. :PW CA D. Catalog cuts, samples, manufacturers data, and listing of applicable standards for special, unique, or proposed substitute materials if requested by Engineer. E. Certification that materials being provided meet the requirements of these specifications or that alternate materials or substitutions have received written approval of the Engineer. F. Project Record Documents. G. Upon requests the Contractor will provide Material Certifications to the Engineer. 1.4 SUBSTITUTIONS A. Use only materials conforming to these specifications unless permitted otherwise by Engineer. B. Obtain written approval of Engineer for all substitutions prior to use. Creekside Park 3341 00-1 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING 1.5 0 (-3 DELIVERY, STORAGE, AND HANDLING Deliver only materials that fully conform to these specifications or for which submittals have been provided to Engineer and approved for use. Store materials and handle to avoid damage. Replace any damaged materials. Remove damaged materials from site. U.) S*HEDWLING AND CONFLICTS WA. 4on�Ir etion Sequence: Lo c,� ,` 1. k attend a preconstruction meeting if required by Engineer. *L .Q +— m2''� ubmit plan for construction sequence and schedule prior to commencing ti � construction. B. Conflict Avoidance: Expose potential conflicts such as utility lines and drainage structures in advance of construction. Verify elevations and locations, and verify clearance for proposed construction. 2. Complete elements of work that can affect line and grade in advance of storm sewer construction unless noted on plans. 3. Notify Engineer of conflicts discovered or changes needed to accommodate unknown conditions. R' 1.7 rSPECIAL REQUIREMENTS A. -Stop Work: Stop work and notify Engineer immediately if contaminated soils, historical "artifacts or other environmental or historic items are encountered. B. Conform to local, state and federal requirements. PART2- PRODUCTS 2.1 STORM SEWERS A. Reinforced Concrete Pipe (RCP): Conform to ASTM C 76. 2. Minimum Class III, Wall B. 3. Tongue and groove joints. a. Use cold applied bituminous or rubber rope gasket jointing materials, unless otherwise specified. Creekside Park 3341 00-2 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING b. If specified, use rubber O-ring or profile gasket conforming to ASTM C 443. 4. If specified, wrap exterior of each joint with engineering fabric. B. Reinforced Concrete Arch Pipe (RCAP): 1. Use only where indicated on plans or approved by Engineer. 2. Conform to ASTM C 506. 3. Minimum Class A III. 4. Tongue and groove joints. Use cold applied bituminous or rubber rope gasket jointing materials, unless otherwise specified. 5. If specified, wrap exterior of each joint with engineering fabric. C. Reinforced Concrete Elliptical Pipe (RCEP): 1. Use only where indicated on plans or approved by Engineer. 2. Conform to ASTM C 507. 3. Minimum Class HE III or Class VE III 4. Tongue and groove joints. Use cold applied bituminous or rubber rope gasket jointing materials, unless otherwise specified. N 0 5. If specified, wrap exterior of each joint with engineering fabric. o = D.=�ae D. Reinforced Concrete Low Head Pressure Pipe (RCPP): E. Polyvinyl Chloride Pipe (PVC): 1. Use pipe conforming to the following: a. Types of PVC pipes: 1) Corrugated exterior, smooth interior, ASTM F 949 2) Solid wall, ASTM D 3034 or ASTM F 679 3) Closed profile, ASTM F 1803 r M Creekside Park 3341 00-3 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING ccj 1. Conform to ASTM C 361. '4m 3 N 2. Minimum Class C 25. g� D C!1 N 3. Tongue and groove joints. 4. Conform to ASTM C 361 for rubber 0 -rings or profile gaskets. E. Polyvinyl Chloride Pipe (PVC): 1. Use pipe conforming to the following: a. Types of PVC pipes: 1) Corrugated exterior, smooth interior, ASTM F 949 2) Solid wall, ASTM D 3034 or ASTM F 679 3) Closed profile, ASTM F 1803 r M Creekside Park 3341 00-3 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING 4) Truss, ASTM D 2680 b. PVC plastic meeting ASTM D 1784, Cell Classification 12454. Do not exceed 10 parts by weight per 100 of PVC resin in the compound for additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc. C. Minimum pipe stiffness of 46 psi. �o d. Gasketed integral bell and spigot joints per ASTM D 3212 and ASTM F 477. } E(,J ya'2.� not use in right-of-way. =3.j tgse only outside of right-of-way in public utility easement areas where no utilities i— exist or are proposed (running parallel or crossing) or where the trench for the m v �VC pipe will not be disturbed, and where the Engineer allows. 0 FM -- F`�' High Density Polyethylene Pipe (HDPE): 1. Use pipe conforming to the following: a. AASHTO M 294, Type S corrugated exterior and smooth interior. b. ASTM D 3350 minimum resin Cell Classification 335420 C. :9 m C. Minimum pipe stiffness at 5% deflection per ASTM D 2412. d. Integral bell and spigot joints with O-ring rubber gasket meeting ASTM F 477. v e. Maximum 5% deflection of the average inside diameter by testing after installation. n� c <2. Do not use in right-of-way. 3. Use only outside of right-of-way in public utility easement areas where no utilities exist or are proposed (running parallel or crossing) or where the trench for the HDPE pipe will not be disturbed, and where the Engineer allows. G. Metal Pipes: 1. Use pipe conforming to Section 33 4100, 2.2. 2. Do not use in right-of-way. 3. Use only outside of right-of-way in public easement areas where no utilities exist or are proposed (running parallel or crossing) or where the trench for the metal pipe will not be disturbed, and where the Engineer allows. Creekside Park 3341 00-4 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING H. Jointing Material for Concrete Pipe: 1. Bituminous jointing material: Use a cold applied mastic sewer joint sealing compound recommended by the manufacturer for the intended use and approved by the Jurisdictional Engineer. Conform to AASHTO M 198. 2. Rubber rope gasket jointing material: Conform to ASTM C 990. 3. Rubber O-ring or profile gasket: Conform to ASTM C 443 (for RCP) or ASTM C 361 (for RCPP). I. Bituminous Joint Primer: Meet the requirements of ASTM D 41, which is intended for use in priming concrete pipe joints prior to application of bituminous jointing material. J. Engineering Fabric: 1. Use for wrapping exterior of storm sewer pipe joints where indicated on plans. 2. Iowa DOT 4196.01 B fabric for use in subsurface drains. K. Pipe Apron Section: 1. Use where indicated on plans. 2. Reinforced concrete apron sections conforming to details. N O 3. Metal pipe aprons conforming to details. o ar 4. Minimum Class III. D =qac L. Apron Guard:'{rn , M 1. Use where indicated on plans. N D CA 2. See plan detail. N 2.2 CULVERTS Use the following pipe materials for culverts where indicated on plans or approved by the Engineer. A. Pipe materials as specified for storm sewers. B. Corrugated Metal Pipe (CMP): 1. Conform to AASHTO M 36, Type I. 2. Zinc coating: Conform to AASHTO M 218. 3. Corrugated steel circular section with annular (circumferential) or helical corrugations. Creekside Park 3341 00-5 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING 4. Minimum thickness: Gauge of pipe conforming to Iowa DOT Standard Road Plans RF -32 and RF -33 or as indicated on the plans. 5. Coupling bands: Annular corrugations or helical corrugations to match pipe ends. C. 11iral Rib Pipe: j© �,Gonform to ASTM A760 Type 1R. Ljj _j L02. -_ JAe a corrugation profile of 3/4 inch by 3/4 inch by 7-1/2 inches. 3.luminized steel Type 2: Conform to ASTM A 929. 4. Use a minimum thickness of 0.064 inch: Gage of pipe conforming to manufacturer's requirements or as shown on plans. 5. Coupling bands conforming to manufacturer's recommendations. D. Corrugated Metal Arch Pipe (CMAP): 1. Conform to AASHTO M 36, Type II. 2. Zinc coating: Conform to AASHTO M 218. 3. Corrugated steel Type I pipe reformed into a pipe -arch having an approximately flat bottom. 4. Coupling bands: Annular corrugations or helical corrugations to match pipe ends. 5. Minimum thickness: Gage of pipe conforming to Iowa DOT Standard Road Plan RF -33. E. Spiral Rib Pipe Arch: 1. Conform to ASTM A 760 Type IIR. 2. Corrugation profile to be 3/4 inch by 3/4 inch by 7-1/2 inch. 3. Aluminized steel Type 2: Conform to ASTM A 929. 4. Use a minimum thickness of 0.064 inch: Gage of pipe conforming to manufacturer's requirements or as shown on plans. 5. Coupling bands conforming to the manufacturer's recommendations. F. Structural Plates: 1. Use a galvanized steel structural plate conforming to AASHTO M 167. Creekside Park 3341 00-6 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING Use bolts and nuts meeting ASTM A 449 and galvanized per ASTM A 153, Class C. Assemble the structure according to the shop drawings provided by the manufacturer and per the manufacturer's recommendations. Tighten the bolts using an applied torque of between 100 and 300 foot-pounds. Install the structure according to the plans and specifications, the manufacturers recommendations, and AASHTO Standard Specifications for Highway Bridges, Division II, Section 26. Conform the gage of the structure to Iowa DOT Standard Road Plan RF -33 or as indicated on the plans. G. Coated Corrugated Metal Pipe: Use in corrosive soil or effluent conditions or where indicated on plans or required by Engineer. Conform to AASHTO M 274 [steel thickness per Section 334100, 2.2 H. Aluminum Structural Plate Conform to AASHTO M 219 sheet, aluminum -coated (TypS2)], �n :::� �� =gym o� 2. Use a corrugation profile of 9 inches by 2-1/2 inches. a Aluminum: Conform to ASTM B 209. N O Vimumt,. s��f1 Z r m v IV CA N Use a minimum thickness of 0.100 inch: Gage of structure conforming to manufacturer's requirements or as shown on the plans. 5. Use bolts and nuts meeting ASTM A 307 or ASTM A 449 and galvanize per ASTM A 153 6. Assemble the structure according to the shop drawings provided by the manufacturer and per the manufacturer's recommendations. Tighten the bolts using an applied torque of between 100 and 300 foot-pounds. 7. Install the structure according to the plans and specifications, the manufacturer's recommendations, and AASHTO Standard Specifications for Highway Bridges, Division III, Section 26. 8. Meet or exceed the AASHTO Standard Specifications for Highway Bridges, Section 12.8 for HS 20 loading. Pipe Aprons and Beveled Ends: Use where indicated on plans. Creekside Park 3341 00-7 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING 2. Conform to Section 33 4100, 2.1. 2.3 SUBDRAINS, TYPE I (See details) A. Polyvinyl Chloride Pipe and Fittings (Solid Wall PVC): 1. tc,-', Conform to ASTM D 3034, minimum thickness SDR 35, 46 psi minimum pipe Q stiff s. j 2.� tplastic according to ASTM D 1784, Cell Classification 12454. Le)Qt� i 3� Swti�gral bell and spigot type rubber gasket joint conforming to ASTM D 3212 and Z #*f M F 477. 4ricated or preformed saddle wye or saddle tee for service tap conforming to AASHTO M 252 or M 294. 5. 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. Polyvinyl Chloride Corrugated Pipe and Fittings (Corrugated PVC): J. r #. Corrugated exterior, smooth interior, PVC. 70 2. Conform to ASTM F 949, minimum pipe stiffness, 46 psi. ;;3. PVC plastic according to ASTM D 1784, Cell Classification 12454. 4. Integral bell and spigot type rubber gasket joint conforming to ASTM D 3212 and ASTM F 477. 5. Slot subdrain pipe according to ASTM F 949. C. Polyethylene Corrugated Tubing (Corrugated PE): Conform to AASHTO M 252, Type C, corrugated interior and exterior or Type S, corrugated exterior, smooth interior. 2. Use only fittings supplied or recommended by pipe manufacturer for soil tight service. 3. Slotted or perforated, if required, conforming to AASHTO M 252, Type CP, or Type SP. D. CMP Subdrain Outlet: Use CMP at outlets or connections to intakes or other drainage facilities where specified. 2. Conform to AASHTO M 36, Type 1. Creekside Park 3341 00-8 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING 3. Zinc coating: Conform to AASHTO M 218. 4. Corrugated steel circular section with annular (circumferential) or helical corrugation. 5. Minimum thickness: 0.052 inch. 6. Coupling bands: Annular corrugations or helical corrugations to match pipe ends. E. Engineering Fabric: Use fabric conforming to Iowa DOT 4196.01 B. 2.4 FOOTING DRAIN COLLECTOR (Minimum 8 -inch, maximum 12 -inch diameter) The following requirements also apply to Type II Subdrains (see details). A. PVC Pipe: 1. Conform to ASTM D 3034, minimum thickness SDR 35, minimum pipe stiffness 46 psi. 2. PVC plastic according to ASTM D 1784, Cell Classification 12454. 3. Integral bell and spigot type rubber gasket joint conforming to ASTM D 3212 and ASTM F 477. 4. Preformed wye or tee service fitting with gasket joints conform to to A1JM D 3034.n a "n 5. Preformed saddle wye or saddle tee for service tap conform ingMrASTa D 3M. 6. For Type II Subdrain, slot pipe according to ASTM F 949 or peri e w& fo rows of 1/4 inch to 3/8 inch diameter holes along the bottom ofip(0�3 B. Corrugated PVC Pipe: ^a 1. Corrugated exterior, smooth interior PVC. 2. Conform to ASTM F 949, minimum pipe stiffness 46 psi. 3. PVC plastic according to ASTM D 1784, Cell Classification 12454. 4. Integral bell and spigot type rubber gasket joint conforming to ASTM D 3212 and ASTM F 477. 5. Preformed wye or tee service fitting with gasket joints conforming to ASTM F 949. 6. Preformed saddle wye or saddle tee for service tap conforming to ASTM F 949. Creekside Park 3341 00-9 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING 7. For Type II Subdrain, slot pipe according to ASTM F 949. C. HDPE Pipe: 1. Use pipe conforming to the following: CID LD a. AASHTO M 294, Type S corrugated exterior and smooth interior. W o ASTM D 3350, minimum resin Cell Classification 335420 C. �Jtn � Minimum pipe stiffness at 5% deflection per ASTM D 2412. �l ti Integral bell and spigot joints with O-ring rubber gasket meeting ASTM F 4 477. e. Maximum 5% deflection of the average inside diameter by testing after installation. 2. Fabricated or preformed saddle wye or saddle tee for service tap shall conform to AASHTO M 252 or M 294. 3. For Type II Subdrain, slot or perforate according to AASHTO M 252, Type CP, or Type SP. D. RCP 1� Conform to Section 334100, 2.1. If specified for Type II Subdrain, wrap exterior of each joint with engineering fabric and use no joint sealant. E; Engineering Fabric: Conform to Iowa DOT 4196.01 B. 2.5 STORM SEWER SERVICE STUBS (Minimum 4 -inch diameter) A. Pipe materials specified for footing drain collectors may be used for storm sewer services. B. PVC Pipe: 1. Conform to ASTM D 3034, pipe stiffness per ASTM D 2412, minimum thickness solid wall pipe SDR 23.5 (153 psi), 26 (115 psi), 35 (46 psi). 2. PVC plastic meeting ASTM D 1784, Cell Classification 12454. Do not exceed 10 parts by weight per 100 of PVC resin in the compound for Additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc. 3. Integral bell and spigot type rubber gasket joint conforming to ASTM D 3212 and ASTM F 477. Creekside Park 3341 00-10 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING PART 3 - EXECUTION 3.1 EXAMINATION A. Verify measurements at site; make necessary field measurements to accurately determine pipe makeup lengths or closures. B. Examine site conditions to ensure construction operations do not pose hazards to adjacent structures or facilities. 3.2 LINE AND GRADE A. Install pipe to line and grade shown on plans. Set field grades to invert of pipes or culverts. B. Notify Engineer immediately if discrepancies or irregularities are discovered in line or grade shown by grade stakes. C. Make detailed measurements as required to construct work to line and grade established by line and grade hubs. D. Batter Boards: 0 1. Set grade points at intervals of 25 feet at convenient offset from rlAN& pip J or culvert. C'3� r 2. Set batter boards as necessary to construct to design line and gr rn rn '� s 3. Provide at least three batter boards at all pipe laying areas durin strAgtion® check on accuracy of grades. y cn N 4. Check line and grade of each pipe length with grade rod and plumb bob. E. Laser Beam: Set laser equipment to proper line and grade from line and grade hubs. Check line and grade of laser at intervals of 25 feet for first 100 feet and then at intervals of 50 feet for each setup. 3. Check line and grade of each pipe length. Correct Misalignment: Correct misalignment, displacement, or otherwise defective pipe by removing, relaying, or replacing pipe at Contractors expense. 3.3 PIPE INSTALLATION A. Provide trench excavation, pipe bedding, and backfill as specified in Section 312316. B. Provide proper facilities for lowering the sections into place without damaging the pipe. Creekside Park 3341 00-11 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING Begin at lowest point in line. Lay groove or bell end point upstream unless specifically noted otherwise. Prepare trench bottom to design line and grade so only minor movement of pipe is necessary after installation. Inspect pipe for defects before carefully lowering into trench. Do not install damaged or defective pipe. Clean pipe interior and joints prior to lowering into trench. Keep pipe clean during t�onstruction. Z�Doay pipe in water or on saturated soil or bedding. Do not allow water to rise in °-.-around pipe. rn H.Z P�1� e_- ipe with lifting holes at the top of the pipe and fill lift hole with non -shrink grout y of-pMufactured plugs. m o Lay -pipe to design line and grade. J. Provide uniform bearing for full pipe barrel length. 3. Excavate bell holes as necessary for uniform support of pipe barrel on bedding Y material. 3 Do not block pipe above bedding. �K. 7 -'Assemble joints as specified. L. S.Protect exposed upstream ends of pipe to prevent soil sediment from entering storm "sewer system with the watertight stopper, cap, or plug. M. Do not disturb installed pipe and bedding when using movable trench boxes and shields. Block or anchor pipe as necessary to prevent joint displacement. N. Saw cut ends of pipe at manholes, intakes, and structures. Do not hammer cut or break pipe. O. Provide manholes and intakes where indicated on plans and as specified in Section 333900. 3.4 PIPE JOINTING A. Joint Cleaning: Clean joint surfaces with wire brush to remove soil or foreign material prior to jointing pipe. B. Assemble Joints According to Pipe Manufacturers Recommendations: 1. Use equipment that does not apply damaging forces to pipe joints. Creekside Park Iowa City, Iowa Use bar and block or internal or external jointing devices or other methods 3341 00-12 STORM UTILITY DRAINAGE PIPING recommended by pipe manufacturers. C. RCP. RCAP. and RCEP: Use cold applied bituminous or rubber rope gasket jointing materials unless otherwise specified. a. Apply joint material to entire tongue or to top half of tongue and bottom half of groove, in sufficient quantity to fill joint; close joint between pipes. b. Fill remaining voids in joint both inside and outside of pipe with joint material; smooth joint material on inside of pipe 24 inches and larger. 2. If rubber O ring or profile gasket is specified for RCP, coat rubber ring gasket and joint with soap based lubricant immediately prior to closing joint. 3. If wrapped pipe joint is specified, see details. a. Secure engineering fabric in place to prevent displacement during backfill operations. 29 b. For combination storm sewer/subdrain or Type II subdrairQ0,Mn0'Jse join sealant. n -C C r 4. Joint openings on the outside or inside of the pipe that do not ex 1/ = ch At' the bottom and 5/8 inch at the top are acceptable. (� i 5. Fully encase large joint openings, unless required for camber, witFQa Typ concrete collar. Use Class C structural concrete. D. RCPP: Coat rubber ring gasket and joint with soap based lubricant immediately prior to closing joint. E. CMP and CMAP: Install coupling bands that match ends of pipes. End of coupling bands must lap or be fabricated to form tightly closed joint upon installation. PVC Pipe and Corrugated PVC Pipe: Coat rubber gasket and joint with soap based lubricant immediately prior to closing joint. G. High Density Polyethylene (HDPE): Coat rubber gasket and joint with soap based lubricant immediately prior to closing joint. H. Connections between Dissimilar Pipes: Use manufactured adapters or couplings approved by Jurisdictional Engineer. Where adapters or couplings are not available, Jurisdictional Engineer may Creekside Park 3341 00-13 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING authorize use of concrete collar as shown in details. 3.5 PIPE END SECTIONS A. Install reinforced concrete pipe aprons where indicated on plans. Install apron footings according to details when specified. B. Install metal pipe aprons where indicated on plans. Install curtain walls when specified. C. Anchor last three pipe sections and aprons together with two pipe connections per joint. D. Install apron guard where indicated on plans. See plan details. Cl) 3.6® StJ�DRAVS AND TRENCH DRAINS N PlEvides I subdrain where indicated on plans. See details. Ji- F 2vid�o- nch drains where indicated on plans. See details. a �¢ JxpeG ig, install engineering fabric. 3.7 FOOTING DRAIN COLLECTOR A. _Install footing drain collector per Section 312316. Install Type II, combination _ subdrain/footing drain collector per details. B. If specified, install engineering fabric. C. Provide cleanouts and connections per details. 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. D. Provide manholes, if specified, according to Section 333900. 3.8 STORM SEWER SERVICE STUBS A. Provide storm sewer service connections and line from storm sewer mains or footing drain sewer mains for each platted lot or building at locations shown on plans. B. For new sewer main construction, except RCP sewers, install Wye or tee fittings according to the manufacturer's requirements. C. For existing sewers and all RCP sewers, saw or drill a neat hole in sewer main and install preformed saddle wyes or tees according to the manufacturer's requirements. D. For undeveloped properties, extend the storm sewer service from the storm sewer or footing drain collector to a point 10 feet outside of the right-of-way or as shown on the Creekside Park 3341 00-14 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING plans. Place a watertight stopper or plug in the end of the storm sewer service. E. For reconnection of existing service pipe to new sewer service pipe, use a manufactured flexible connection. 3.9 TOLERANCES A. Horizontal and vertical alignment of gravity sewer lines shall not vary from design line and grade at any point along the pipe by more than 1 % of the inside diameter of the pipe or 1/4 inch, whichever is larger. B. Tolerance allowed only if design line and grade is sufficient to prevent backslope when tolerance limits are reached. C. Reverse slope on pipe is prohibited. 3.10 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power, and other utilities or services that cross trench. B. Compact backfill under existing utility crossing as specified in Section 3`x''316 or construct utility line supports where indicated on plans or as direged byjPginacA 3.11 STORM SEWER ABANDONMENT When sewers are to be abandoned, standard sewer plugs shall baced* rn accordance with the details. Prior to placing the plug, ensure the IG4 n*n udlf noted on the plans, fill the line with gravity flow or pump the line fu4*owpzle mortar or controlled low strength material (see Section 31 2316). v N END OF SECTION Creekside Park 3341 00-15 Iowa City, Iowa STORM UTILITY DRAINAGE PIPING SECTION 33 46 05 SUBDRAINAGE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Perforated -wall pipe and fittings. 2. Drainage conduits. 3. Drainage panels. 4. Geotextile filter fabrics. 1.3 ACTION SUBMITTALS A. Product Data: 1. Drainage conduits, including rated capacities. 2. Drainage panels, including rated capacities. 3. Geotextile filter fabrics. PART 2 -PRODUCTS 2.1 PERFORATED -WALL PIPES AND FITTINGS `o 0 co v `:n y N ZF A. Perforated PE Pipe and Fittings: 1. NPS 6 (DN 150) and Smaller: ASTM F 405 or AASHTO M 252, Type CP; corrugated, for coupled joints. 2. NPS 8 (DN 200) and Larger: ASTM F 667; AASHTO M 252, Type CP; or AASHTO M 294, Type CP; corrugated; for coupled joints. 3. Couplings: Manufacturer's standard, band type. r r rn 0 B. Perforated PVC Sewer Pipe and Fittings: ASTM D 2729, bell -and -spigot ends, for loose joints. Creekside Park 334605-1 Iowa City, Iowa SUBDRAINAGE 2.2 DRAINAGE CONDUITS A. Molded -Sheet Drainage Conduits: Prefabricated geocomposite with cuspated, molded - plastic drainage core. B. Multipipe Drainage Conduits: Prefabricated geocomposite with interconnected, corrugated, perforated -pipe core molded from HDPE complying with ASTM D 1248. C. Single -Pipe Drainage Conduits: Prefabricated geocomposite with perforated corrugated core molded from HDPE complying with ASTM D 3350. D. Mesh Fabric Drainage Conduits: Prefabricated geocomposite with plastic -filament drainage core wrapped in geotextile filter fabric. Include fittings for bends and connection to drainage piping. E. Ring Fabric Drainage Conduits: Drainage conduit with HDPE rings -in -grid pattern drainage core, for field -applied geotextile filter fabric. Include fittings for bends and connection to drainage piping. r= IL Mj�iERIALS �o ZI nigoals are specified in Section 31 U T 2OOFING FELTS .� UO A. teriaL-Comply with ASTM D 226, Type nrr anic felt. 2.5 GEOTEXTILE FILTER FABRICS 20 00 "Earth Moving." asphalt or ASTM D 227, coal -tar -saturated A. Description: Fabric of PP or polyester fibers or combination of both, with flow rate range from 110 to 330 gpm/sq. ft. (4480 to 13 440 L/min. per sq. m) when tested according to ASTM D 4491. B. Structure Type: Nonwoven, needle -punched continuous filament. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces and areas for suitable conditions where subdrainage systems are to be installed. B. If subdrainage is required for landscaping, locate and mark existing utilities, underground structures, and aboveground obstructions before beginning installation and avoid disruption and damage of services. Creekside Park 334605-2 Iowa City, Iowa SUBDRAINAGE C. Verify that drainage panels installed as part of foundation wall waterproofing is properly positioned to drain into subdrainage system. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 EARTHWORK A. Excavating, trenching, and backfilling are specified in Section 312000 "Earth Moving. 3.3 FOUNDATION DRAINAGE INSTALLATION A. Place impervious fill material on subgrade adjacent to bottom of footing after concrete footing forms have been removed. Place and compact impervious fill to dimensions indicated, but not less than 6 inches (150 mm) deep and 12 inches (300 mm) wide. B. Lay flat -style geotextile filter fabric in trench and overlap trench sides. C. Place supporting layer of drainage course over compacted subgrade and geotextile filter fabric, to compacted depth of not less than 4 inches (100 mm). D. Encase pipe with sock -style geotextile filter fabric before installing pipe. Connect sock sections with adhesive or tape. r, co E. Install drainage piping as indicated in Part 3 "Piping Installation" ArBle for&undo" subdrainage. .t F. Add drainage course to width of at least 6 inches (150 mm) on side qW fr5% wa d to top of pipe to perform tests. <r -o orn s roon G. After satisfactory testing, cover drainage piping to width of at least 6 9AS i40 mm) on side away from footing and above top of pipe to within 12 inches ('M0 mrt�f finish grade. H. Install drainage course and wrap top of drainage course with flat -style geotextile filter fabric. Place layer of flat -style geotextile filter fabric over top of drainage course, overlapping edges at least 4 inches (100 mm). J. Install drainage panels on foundation walls. K. Place backfill material over compacted drainage course. Place material in loose -depth layers not exceeding 6 inches (150 mm). Thoroughly compact each layer. Final backfill to finish elevations and slope away from building. 3.4 UNDERSLAB DRAINAGE INSTALLATION A. Excavate for underslab drainage system after subgrade material has been compacted but before drainage course has been placed. Include horizontal distance of at least 6 Creekside Park 334605-3 Iowa City, Iowa SUBDRAINAGE inches (150 mm) between drainage pipe and trench walls. Grade bottom of trench excavations to required slope, and compact to firm, solid bed for drainage system. B. Lay flat -style geotextile filter fabric in trench and overlap trench sides. C. Place supporting layer of drainage course over compacted subgrade and geotextile filter fabric, to compacted depth of not less than 4 inches (100 mm). D. Install drainage piping as indicated in Part 3 "Piping Installation" Article for underslab subdrainage. E. Add drainage course to width of at least 6 inches (150 mm) on side away from wall and to top of pipe to perform tests. c -D F. After satisfactory testing, cover drainage piping with drainage course to elevation of © b6itorp colab, and compact and wrap top of drainage course with flat -style geotextile }., { r I 4dstali aerizontal drainage panels. 3.5 BEING -WALL DRAINAGE INSTALLATION - ti A. Lay flat -style geotextile filter fabric in trench and overlap trench sides. B. Place supporting layer of drainage course over compacted subgrade to compacted depth of not less than 4 inches (100 mm). C. Install drainage piping as indicated in Part 3 "Piping Installation" Article for retaining - wall subdrainage. D. Add drainage course to width of at least 6 inches (150 mm) on side away from wall and to top of pipe to perform tests. E. After satisfactory testing, cover drainage piping to width of at least 6 inches (150 mm) on side away from footing and above top of pipe to within 12 inches (300 mm) of finish grade. F. Place drainage course in layers not exceeding 3 inches (75 mm) in loose depth; compact each layer placed and wrap top of drainage course with flat -style geotextile filter fabric. G. Place layer of flat -style geotextile filter fabric over top of drainage course, overlapping edges at least 4 inches (100 mm). H. Fill to Grade: Place satisfactory soil fill material over compacted drainage course. Place material in loose -depth layers not exceeding 6 inches (150 mm). Thoroughly compact each layer. Fill to finish grade. Creekside Park 334605-4 Iowa City, Iowa SUBDRAINAGE 3.6 LANDSCAPING DRAINAGE INSTALLATION A. Provide trench width to allow installation of drainage conduit. Grade bottom of trench excavations to required slope, and compact to firm, solid bed for drainage system. B. Lay flat -style geotextile filter fabric in trench and overlap trench sides. C. Place supporting layer of drainage course over compacted subgrade and geotextile filter fabric, to compacted depth of not less than 4 inches (100 mm). D. Install drainage conduits as indicated in Part 3 "Piping Installation" Article for landscaping subdrainage with horizontal distance of at least 6 inches (150 mm) between conduit and trench walls. E. Add drainage course to top of drainage conduits. F. After satisfactory testing, cover drainage conduit to within 12 inches (300 mm) of finish grade. G. Install drainage course and wrap top of drainage course with flat -style geotextile filter fabric. H. Place layer of flat -style geotextile filter fabric over top of drainage course, overlapping edges at least 4 inches (100 mm). I. Fill to Grade: Place satisfactory soil fill material over drainage course. Place material in loose -depth layers not exceeding 6 inches (150 mm). Thoroughly compact each layer. Fill to finish grade. o m Z5 ..n 3.7 PIPING INSTALLATION D� Mc- c-)-4 N r A. Install piping beginning at low points of system, true to grades and ali0pbnt indica with unbroken continuity of invert. Bed piping with full bearing in filterir]g$ te�el. Install gaskets, seals, sleeves, and couplings according to manufactufa riMn instructions and other requirements indicated. >1 cn W B. Use increasers, reducers, and couplings made for different sizes or materials of pipes and fittings being connected. Reduction of pipe size in direction of flow is prohibited. C. Install thermoplastic piping according to ASTM D 2321. 3.8 PIPE JOINT CONSTRUCTION A. Join perforated PE pipe and fittings with couplings according to ASTM D 3212 with loose banded, coupled, or push -on joints. Join perforated PVC sewer pipe and fittings according to ASTM D 3212 with loose bell - and -spigot, push -on joints. Creekside Park 334605-5 Iowa City, Iowa SUBDRAINAGE C. Special Pipe Couplings: Join piping made of different materials and dimensions with special couplings made for this application. Use couplings that are compatible with and fit materials and dimensions of both pipes. 3.9 BACKWATER VALVE INSTALLATION A. Comply with requirements for backwater valves specified in Section 334100 "Storm Utility Drainage Piping." B. Install horizontal backwater valves in header piping downstream from perforated sub*i&age piping. Instill hgri;ntal backwater valves in piping in manholes where indicated. ,J 4` (• 3.4CXAlikT INSTALLATION .om�yvfith requirements for cleanouts specified in Section 334100 "Storm Utility �• o$rainagg'Piping." B. Cleanouts for Subdrainage. C. Cleanouts for Underslab Subdrainage: 1. Install cleanouts and riser extensions from piping to top of slab. Locate cleanouts at beginning of piping run and at changes in direction. Install fittings so cleanouts open in direction of flow in piping. 2. Use NPS 4 (DN 100) cast-iron soil pipe and fittings for piping branch fittings and riser extensions to cleanout flush with top of slab. 3.11 CONNECTIONS A. Comply with requirements for piping specified in Section 334100 "Storm Utility Drainage Piping." Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect low elevations of subdrainage system to building's solid -wall -piping storm drainage system. C. Where required, connect low elevations of foundation subdrainage to stormwater sump pumps. Comply with requirements for sump pumps specified in Section 221429 "Sump Pumps." 3.12 IDENTIFICATION A. Arrange for installation of green warning tapes directly over piping. Comply with requirements for underground warning tapes specified in specified in Section 312000 "Earth Moving." Creekside Park 334605-6 Iowa City, Iowa SUBDRAINAGE 3.13 FIELD QUALITY CONTROL A. Tests and Inspections. B. Drain piping will be considered defective if it does not pass tests and inspections. C. Prepare test and inspection reports. 3.14 CLEANING A. Clear interior of installed piping and structures of dirt and other superfluous material as work progresses. Maintain swab or drag in piping and pull past each joint as it is completed. Place plugs in ends of uncompleted pipe at end of each day or when work stops. END OF SECTION Creekside Park 334605-7 Iowa City, Iowa SUBDRAINAGE 0 Cp� N y Cf1 w Creekside Park 334605-7 Iowa City, Iowa SUBDRAINAGE SITE PLANS FOR FILED 1018 MAY 15 PM 2: 39 CITY CLERK CREEKSIDE PARK IMPROVEMENTS ACIIT, IUYVA OWNEWAPPLICANT CITY a aWA CITY PN s NO RECREATXMI CEPMTWNT 220 S. MIXT STREET OWA CITY, wWA CITY OF IOWA CITY, JOHNSON COUNTY, IOWA NOT TO SCALE ronXs laE. 6 PROJECT LOCATION $ Tyq, _ € wrsurur. Lr. C xs+ VICINITY MAP INDEX OF SHEETS 1. TITLE SHEET 2. PROJECT INFORMATION 3. DEMOLITION PLAN 4. SITE LAYOUT PLAN 5. DIMENSION PLAN 6. GRADING, STORM SEWER AND EROSION CONTROL PLAN 7. UTILITY PLAN 8. PLANTING PLAN 9.-10. RESTROOM BUILDING DETAILS 11. SHELTER DETAILS 12. PLAYGROUND DETAILS 13. SITE DETAILS 14. SITE DETAILS 15. SITE DETAILS 16. SANITARY SEWER PLAN AND PROFILE U) F— Z W 2 W O d Y Q a Lu 0 Y W W U H w LU Inx W J H U Z W a_ U a 6 w W Z �YIav111Y Ma1�.l• np ama� TYVH er ,.a.r `Tx°w'ri Deva iql I Io.,eM k�W l I Ery,ruer �LSLIyyR IVM•. 1M of tM 1b1. M Ida. �♦' u 9/1!/I! '1Rea.. F.E. ]0; E! SNYDER cuWR _ WO 20165 IX uo... X...ol om. L9.ae. n. mn BASSOCIATES ,� �L • Yvp v M• va+s•E Yy mle wal: 9xMf19-f rol No 1180264 Sheet 1 of 16 ,� � , p vQ..l I bnLaN�•;CW'.�M �ecX1 j� �� Wr•nM ai M 51ots me. Wltl(R W Mw �r�r _ oowla v. Xv.,r..Lan a r Jay iII � LIO•M• X,/WYr Jln �! II/ESC b.•• v •M•h �b q m;• na m; N; L.M M. U) F— Z W 2 W O d Y Q a Lu 0 Y W W U H w LU Inx W J H U Z W a_ U a 6 w W Z �YIav111Y Ma1�.l• np ama� TYVH er ,.a.r `Tx°w'ri Deva iql I Io.,eM k�W l I Ery,ruer �LSLIyyR IVM•. 1M of tM 1b1. M Ida. �♦' u 9/1!/I! '1Rea.. F.E. ]0; E! SNYDER cuWR _ WO 20165 IX uo... X...ol om. L9.ae. n. mn BASSOCIATES ,� �L • Yvp v M• va+s•E Yy mle wal: 9xMf19-f rol No 1180264 Sheet 1 of 16 LEGEND Fea a ; Spot Elevation p3D q)0 Contour Elevation -13- _ /9Y Fence (Barbed. Feld Hog) — - DWMASTON.MBAMERICANI Fence (Chain Lvlk) .✓—..- Fence (Wood —e 702.578-8090 Fence (SN THONAS.STURMERWCENTURYLINK.COM W-WATERMMR Trio Lw S -SEWER .....r. Tree Slump E Deciduous Ties V Shrub QArL O M MERCM Conifer... Trio \ Shrub V Ccmmuniootion --CPI-- —C— Overheod Cemm.nkotian --OC(.)-- —OC— Fiber Oa6C --ED(-)-- —FO— Underground Electric --E(4-- — E — Overhead Electric --OE(A-- —OE— Gas an with Slee --Y' GPI-- —A- C— Hqh Pne.ur. Cas Mal with Sive --s" HPCI•F- —1' IFO— Water Mon with Sze --8" W(s)— W' Sanitwy Sewer with Sit. --a" S(.)-- UTZaaa rt.)-- ieal N.N Location lo, SUE w/D 1 in .awl.. the ear., cl MXI News! for UUj Sanitary Manhole 0 O ST 125" ST 13" ST Strom Sara with SNe -- ---- - - - Slwm 0 0 SMossinum term ough Starn Sewn Mtae O O Dweble Slwm Swr Mlaa m m Re Hyd ❑ ❑ Fie Hywj anlan Buid.q n Water Mainvchve Water se.d.. a. Vd..i a JOH Yty PON X3 GU Cuy MChw T UBNy PON whin Li9N 04 PON whinTranal.rma R SUdiflycree t 131 `� ENCVYard a TOED Electric Transfer D T,Wfle Sipe AL CommaNCotion Pedestal CommurecoUi n Manhole O Communication Handhole GO Fiber Onto Manhde Fiber ODIIc Handhole Gm V.N. G Goa Manhole 0 Cos 0 FeYce P stlor Word Post is Underground Slwape Tole Wn Move Ground Storage Tonic G"i Satellite Dien IF Mailbo. Soil Bort, UTILITY QUALITY SERVICE LEVELS QUALITY LEVELS OF UTILITIES NAE SHOWN N THE PARENTHESES WITH THE UTILITY TYPE AND WHEN APPLICABLE. SIZE. THE QUALITY LEVELS ARE RASED ON THE 0/ ASCE M-02 STANDARD. IT INFORMATION IS DERIVED FROM EXISTING UTILITY RECORDS OR ORAL RECOLL I INFORMATION IS OBTAINED BY SURVEYING AND PLOTTING VISIBLE ABOVEGROUND U IMI T A U MD USING PROFESSIONAL JUDGMENT N CORRELATING THIS INFORMATION WITH OU&ITY D INFORMATION. INFORMATION IS OBTAINED THROUGH THE APPLICATION OF APPROPRIATE SURFACE HY AL u HOGS TO DETERMINE THE EXSTENCE AND APPROXIMATE HORIZONTAL POSITION OF SUBSURFACE UTILITIES. jS NOfKZONTAL AO VERTICAL POSITION OF IRDEPGRO.M UTILITIES OBTAINED v & x uRE OR VERFICATKN OF PREVIOUSLY EXPOSED SUBSURFACE UTLITES. AS WELL AS THE TYPE, SIZE, CONDITION, MATERIAL, AID OTHER CHARACTERISTICS. UTILITY WARNING THE UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION AND/UR RECORDS OBTAINED. THE SURVEYOR MAKES NO GUARANTEE THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN COMPRISE ALL SUCH ITEMS IN THE AREA. EITHER IN SERVICE OR ABANDONED. THE SURVEYOR FURTHER ODES NOT WARRANT THAT THE UTILITIES OR SUBSURFACE FEATURES SHOW ARE IN THE EXACT LOCATION INDICATED EXCEPT WHERE NOTED AS DUALITY LEVEL A. UTILITY CONTACT INFORMATION G -OAS MIOMERICM DONALD MASTSON 319 3414461 DWMASTON.MBAMERICANI C-COMAUMICATION CENTURYUNK TOM STMWR 702.578-8090 THONAS.STURMERWCENTURYLINK.COM W-WATERMMR CITY OF IOWA CITY S -SEWER JUDE MOSS 319-3565163 ,RAE-MOSSNOWA-CITY.ORG OE -ELECTRIC M MERCM JASON WARREN 319.341-4425 JLWARRENLMIOAMIG ICANGOM C -COMMUNICATION MEOIACOM TIM EACM 888.847-4757 TEACMW NAC C.COM NOT TO SCALE NAP';f , `T!' ,r. 'WBIB.+c.l[`,�f'r r 76 T��! W Q Q F - LOCATION MAP - PARK SITE NOTE: THIS AERIAL 5 NOT REFLECTIVE OF CURRENT EXISTING CONDITIONS. IT 5 PROVIDED FOR GENERAL LNCEIRSTADING AND PROJECT LOCATION. BENCHMARKS NORTH AMERICA' VERTICAL DATUM OF RBB (NAVDBB - MM12M All DERIVED US SURVEY FEET BM -A ELEV-862.! RAILROAD SPIKE N POWER POLE NORTHEAST CORER OF MSCATIE AVENUE AND 5TH AVENUE CONTROL POINTS IOWA STATE PLANE SOUTH COORDINATE SYSTEM NID83(2011(EPOCH 2010.00)IARTN DERIVED - US SURVEY FEET CPB N•607%5.550 E•21IA991.664 1/2" BERM MTN RED CM NORTHWEST CCRNER OF MASCATIE AVENUE AND E STREET. MY 14•60614.756 E4184799.029 VY' BEBAR WITH RED CM NORTHEAST CORNER OF MISCATNE AVENUE AND 5tH AVENUE. CPH 1/20 FEBAR WITH rRED CAP T50 3 -EAST OF THE INTAKE LOCATED AT THE END OF 7TH AVENUE COURT. CP15 Nr807944.547 E-2184344.446 I/2" BERM NOH REO CM NORTH OF THE DRIVEWAY LOCATED AT 1836 7TH AVENUE COURT. CP16 X•807583.038 Er2184346.928 1/2" RESM WITH RED CAR SOUTHWEST CORER OF F AVENUE AND 7TH STREET. PROJECT DESCRIPTION BASE BID: CONSTRUCTION OF CREEKSIDE PARK !!IMPROVEMENTS SMALL NCLUDE, BUT NOT UNITED TO DEMOLITION OF EXISTING BUILDWG, BRIDGE, PAVEMENTS, NA ASSOCIATED WORK AS SHOWN ON THE PLANS. INCLUDES PROPOSED IMPROVEMENTS OF GILDING, SANITARY SEWER STORM SEWER. WATER SERVICE. RESTROOM BUILDING. OPEN SHELTER, BASIfETBALL COURT, STREET [%TENSION, PARKING. TRAILS. LIGHTING, PLANTINGS AND ASSOCIATED WORK. ADO ALTERNATE 14 THE ADDITION& WORK AND COST FOR PROVIDING SPLIT FACE BLOCK ALONG THE BASE OF THE RESTROOM M0 OPEN SHELTER STRUCTURES AS SHOWN ON THE PLAINS. ADD ALTERNATE e2' THE ADDITIONAL WORK AND COST FOR PROVIDING LIMESTONE VENEER ALONG THE BAY OF THE RESTROOM AND OPEN SHELTER STRUCTURES AS SOWN ON THE RAINS. ADD ALTERNATE e3; THE ADDITIONAL WORK AND COST FOR PROVIDING LIMESTONE FOR CREEK ACCESS AS SHOWN ON THE PLAINS. ADD ALTERNATE 4: THE ADDITIONAL WORK AND COST FOR PROVIDING SITE AMENITIES OF GRILLS. BENCHES, BIKE PARING, BIKE REPAIR STATION,000 LITER RECEPTICLE.TRASH/RECYCLING RECEPTACLES AND ASSOCIATED WORK AS SHOWN ON THE RAINS. ADD ALTERNATE w5: THE ADDITKNAL WORK AND COST FOR ASSEMBLY AND INSTALLATION OF THE PROPOSED PLAYGROUND EQUIPMENT NCLUdNG SURFMNG NA ASSOCIATED WORK AS SNOWN ON THE PLANS. GENERALNOTES A CONTRACTOR SHALL CONSTRUCT THE PROPOSED IMPROVEMENTS BASED UP ON THE CONTRACT DOCUMENTS WHICH CONSIST OF THESE PLANS AND THE PROJECT MANUAL WHICH CONTAINS BID INFORMATKIN AID TECHNICAL SPECIFICATIONS . MY PROPOSED ITEMS NOT INCLUDED N THEY DOCUMENTS SHILL BE CONSTRUCTED AS PER SLOM - STATEWIDE URBAN DESIGN ARD SPECFICATKNS, LATEST EDITION. B. CONTRACTOR IS WSPONSBLE FOR CONDUCTNG A STE VISIT PRIOR TO BIDDING TO BECOME FAMILIAR NTH EBSTNG FEATURES AND CODITIDNS. C. UTILITY WARNHO D. EAENGTH OF UTILITIES SHOW,! ON BANS IRE DIMENSIONED FROM CENTERLINE OF STRUCTURE TO CENTERLINE OF STRUCTURE AND INCLUDES FLARED END SECTIONS, F. ALL TRAFFIC CONTROL SMALL BE PROVIDED N ACCORDANCE WITH REQUEMENTS SET FORTH N THE MANIL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). WHEN CONSTRUCTION ACTIVITIES OBSTRUCT PONTIONS OF THE ROADWAY, FLAGGERS SHALL BE PROVIDED. FLAGGERS SHALL CONFORM TO THE MUTCD IN APPEARANCE. EQUIPMENT AND ACTIONS. G.NITIFY OWNER AND ENGINEER AT LEAST 48 HOURS PRIOR TO BEGINNING WORK. N DIMENSIONS. UTILITIES AND GRADNG OF THIS SITE ARE BASED ON ANALABLE INFORMATION AT THE TIME OF DESIGN. DEVIATIONS MAY BE NECESSARY N THE FIELD. ANY SUCH CHANCES OR CONFLICTS BETWEEN THEY PLANS AND FIELD CONDITIONS ARE TO RE REPORTED TO TIE ENGINEER PRIOR TO STARTING CONSTRUCTION. THE CONTRACTOR SMALL BE RESPONSIBLE FOR LAYOUT VERIFICATION OF ALL STE IMPROVEMENTS PRIOR TO CONSTRUCTION. I. CONTRACTOR TO LOAD AND TRANSPORT ALL MATERIALS CONSIDERED TO BE UNDESIRABLE TO BE INCORPORATED INTO THE PROJECT TO AN APPROVED OFF-STE WASTE SITE. J. THE CONTRACTOR IS RESPONSIBLE FOR CLEANING ORT AND DEBRIS FROM NEIGHBORING STREETS, DRIVEWAYS, AND SIDEWALKS CAUSED BY CONSTRUCTION ACTIVITIES IN A TIMELY MANNER. K. THE ADJUSTMENT OF ANY EX5TNG UYLITY APPIBTENANCES TO FNA GRACE S CONSIDERED INCIDENT& i0 THE SITE WORK. L. THE CONTRACTOR SHALL BE RESPONSIBLE FOR NST&LNG EROSION CONTROL MEASURES AS NECESSARY. CONSTET ATCTHHEE TIME OFSHALL LSO BE CONSTRUCTION�SIBLE GRADINGRAND SOIL G My EXISTING EROSION CONTROL MEASURES N ROVON CONTROL CODE REQUIREMENTS SHALL BE MET BY CONTRACTOR. M. CONTRACTOR TO COORDINATE NATURAL GAS. ELECTRICAL, TELEPHONE AND ANY OTHER FRANCHISE UTILITY SERVICES WITH UTILITY SERVICE PROVIDER AND THE OWNER PRIOR TO CONSTRUCTION. N. CONTRACTOR TO VERIFY ALL UTILITY CROSSINGS AE) MAINTAIN MINIMNUM 18" VERTK:& AND HORIZONTAL CLEARAINCE BETWEEN UTILITIES. CONTRACTOR TO COORDINATE UTILITY RWTNG TO BUILDING AND VERIFY CCMECTION LOCATIONS AND NVERTS PRIOR TO CO ISTRUCTI N. 0. CONTRACTOR SMALL PROVIDE CONSTRUCTION FENCING AND CATES TO SECURE THE STE, COORDINATE WITH OWNER AND CITY OF GAA CITY FOR LOCATION AND ADAPT AS NECESSARY WRING CONSTRUCTION. P. CONTRACTOR SHALL PROVIDE 'SIDEWALK CLOSEDSIGNAGE' AS REQUIRED BY THE CITY OF IOWA CITY. 0.00 NOT STORE MATERI&S OR PLACE EQUIPMENT IN STREET OR PUBLIC RIGHT-OF-WAY. R. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL PERMITS AND ASSOCIATED COSTS AS NECESSARY FOR CONSTRUCTION. S. CONTRACTOR TO PROTECT EXISTING TREES TO REMAIN DURNG COSTRIUCTION ANO SMALL KEEP MATERIALS AND VEHICLES WT OF THE THEE OBPLRE LOTS. T. SAN -LUT TO FULL DEPTH ILL PAVEMENT TO BE REMOVED. REMOVAL OUTS TO BE TO NEAREST JOINT AND APPROVED BY ENGINEER. U.CONTRACTOR 5 RESPONSIBLE FOR PROVIDING POSITIVE DRAINAGE FDR ALL XMPROVEMENTS AND NOTIFY ENGINEER OF MY ISSUES PRIOR TO FIN& GRIDNG, PAVING, SEEDING, ETC. X. CONTRACTOR SHALL GROUT SMEARY SEWER AND STORM SEWER WHICH 5 TO BE ABANDONED AS PER IOWA OTY REO. WNTS. C') 'S Ny L N N V Is - Z — LU C N f ^^ W W NO ~ EeF� (L v C O Y'W O VI a � a W 0. 06 0 wi U) W Y p W W Z U a N 6 SNYDER &ASSOCIATES Project No 1180264 11 Sheet 2 at 16 Fnd 5/6" Iron Rod ECP415 "`G��Fnd 1" Pipe 1 Mea B Rim•682.J6 �IB0.5J B" VCP NW _.VcpSE nr 680.60 V. VCP NE �� sa / 18 Chnin k Fence 4 \ Chain Link 1C r _ Sol SMO) Bauch / CHmn Link IAnce - II a fah 'v \ A Limber Edging .I I I / Bench / 1C� / 0 � Sign "Cr xeld\. 1 \\ \ \ e \ \ I \ I , \ I SID) —F O _ OCPR12 \ �� \ ✓/moi B" RCP NW 24 RCP NE 24" VCP SW Rim•682.21 !"•818,84 8" VCP SE Inv611.B9 12" VCP SW so` DEMOLITION PLAN CONSTRUCTION NOTES U 1. EXISTING FEATURES. PROTECT THE FOLLOWING Z A EXISTING PAVEMENTS. - B. EXISTING UTLITIES. 0.E%STING TREES/VEGETATION. CIO D. EXSTNG PAVEMENT SLABS N CREEK. LUO 2. EDSTING FEATURES. CONTRACTOR TO REMOVE THE FOLLOWING: A. EXISTING PAVEMENTS. N p B. EX !STING BUILDING. ROOF, WA LLS FOOTINGS. AND ASSOCIATED UTILITIES, PAVEMENTS, ETC, O N C. IF BRIDGE AND ABUTMENTS/FOOTINOS.REMOVE EACH ABUTMENTS/FOOTINGS 2'BELOW EXISTING GRADE AND COVER WITH 2OEEP TOPSOIL. D, EXISTING GRLL. a E. E%ISTINL CHNNLINA FENCE BACKSTOP AND FOOTINGS. O F. EXISTING LIGHT, FOOTING AND WNW, G. EXISTING BENCH. N H. EXISTING SIGN. 1, PAM(INL BARRIERS. (n J. EXISTING SANITARY STRICTURES. GROUT DD OF SANITARY PIPE. K. EXISTING TREE STUMP AS NECESSARY FOR CONSTRUCTION. J a L EXISTING BASKETBALL HOOP, POLE AND FOOTING. 270 M. EX!STING WATER $ERVK.E, STRUCTURE. GROUT. G N. EXISTING STORY SEWER URPPE ENDS ���� ••••fTT�f�� Z ERE. O. EXISTING PIPE.2' S E RCE ME AND GROUT PIPE END. COVER WITN SOL. J3 a V! N 3. EXISTING FEATURES, OWNER TO REMOVE THE FOLLOWING: l� E F= A EDSTING RAY EQUIPMENT, TNBER EDGING AND MI Y 0 B. EXISTING TREE/VEGETATION. C.). C. EXISTING STONE EGGING. 4.0 D. E%ISTNG TRASH CAN. crLU 4. "ST UTILITIES A6 NECESSARY FOR CONSTRUCTION. a ry I CIO U Z Z W 2 CIO Lu LUO Q 0 a U O Y N cn a a WJ J3 a V! p W Y F= p 0 LU ff ^- VJ crLU "a SNYDER B ASSOCIATES Pm,ecI NO 1180264 Sheet 3 of 16 IN DU 0 I I I I \` ' NO __\ l a O Mea Sign ' i _ 4--_F STREET_._-______ /_____ _ rN I �br 680.55 8" VCP SE fir -680.60 8" VCP NE N \ O\ IO 0 APP, Chain k Fenceo \ 'Y(/ \\ / y4 m Sign 'Cr e lde ork F \ \ r o \ \\ \ BEA Crossing \ \ BB ]]■Ln,55 LO ♦�\ Chain Link Fence w 8� SII \ ♦` z \ \ ♦ / Boa all Np` \`\\ 9 \ \ • a `♦♦ \ \ \ itaP 0 A. mm `\ % HU ♦♦16.` 604 62 ` 10 682.65 \ .�� 69 9-•688.28 ♦ 1B In -6)4.48 2 24 4 RC NW In,N SI / ��' Inv -6B " POP HE B SITE LAYOUT PLAN CONSTRUCTION NOTES y less, U I. PAVEMENTS, PROICE THE FOLLOWNEP A r DEPTH PCC. \ — O. PECfSTRJN RAMP. \ 1 I I \ Rlm-6B . Mw56)3 5 YJ -8) 5 I rl 9n 5 ma /Y' Pipe _ _ Sign ' i _ 4--_F STREET_._-______ /_____ _ rN I �br 680.55 8" VCP SE fir -680.60 8" VCP NE N \ O\ IO 0 APP, Chain k Fenceo \ 'Y(/ \\ / y4 m Sign 'Cr e lde ork F \ \ r o \ \\ \ BEA Crossing \ \ BB ]]■Ln,55 LO ♦�\ Chain Link Fence w 8� SII \ ♦` z \ \ ♦ / Boa all Np` \`\\ 9 \ \ • a `♦♦ \ \ \ itaP 0 A. mm `\ % HU ♦♦16.` 604 62 ` 10 682.65 \ .�� 69 9-•688.28 ♦ 1B In -6)4.48 2 24 4 RC NW In,N SI / ��' Inv -6B " POP HE B SITE LAYOUT PLAN CONSTRUCTION NOTES y less, U I. PAVEMENTS, PROICE THE FOLLOWNEP A r DEPTH PCC. B.6 0INEEP PCC C.5' DEPTH PAVEMENT. — O. PECfSTRJN RAMP. E. 0" PCC PLANDRSIDE SEE OIL. / • • E EGR F. IMEESE& CMB Nl0 SETAIL. .SEE DETAIL. K. SE YJ C. NTEGRq CURB. SEE DETAIL. C C 'w V/ / 2. PAVEMENT 4NMNGS, PROVDE THE rg OYIND: A 4" WIDE PANTED PNNNG STALL LIES. W W B. PANTED STATE OF IOWA APPROVED KCEMELE PARgNG SYMBOL. A C. ACCESSIBLE ASE. 45' SERVING AT 3' ON CENTER SPACING WHERE SHOWN. O. DASHETB.L CWRT STRPNG.SEE DETAIL. r J. PRO VISE BLACK VINYL CHA9L9M BALNSTOP FENCNG,NRBE VLOND SECTIONS OF 10'HEIpIT PENCE. O LDCATION TO BE VERIFIED WITH OWNER N THE FIELD. ,XW.F — _____ .L ' a. WAS. PROME THE FOLLOWNDL — A PROVOC VAN ACCESSIBLE PNTENL SIONADE AS PER ADAAG REQUIREMENTS. • a. 'w P,RA G" SON. V S. SITE B/SAETS&L COURT O BOOM(MMCCEL - MVP SIGNATURE SERIES WIN ACRYLIC BK%BOND) AHD O / ASSOCIATED FOOTINGS, AS 4ANIFADTI11BCO BY COALSETTER, N) MNt1ELL AVENE, EVAAGVLLE. N 42711, !A / 10001 382-4625. WEBSITE:—losvttencam �/ V/ S. PLAYONLIeD. i //•� A KAYGRQND - AREA 'A' - PLAY EOIFMENT. SEE DETAIL. W/ B. PLATDROA D - AREA IF- SWNOS. SEE DETAIL. C. PLAY EQIFIENT. SEE DETAIL./ O. ENOREERED WOOD FIBER 9NFACNG. SEE DETAIL. ). BULONGS.A. O1. SEE OETALS. Old 0 •i B -SMELTER SFE IES DETAILS. D� 991 C. SADDHE ALTERCATES AIL IAD N0. T. SEE 9EEi5 9,0, AND R iiel B. UTILITIES. FROM THE FOLLOWING, A STORM SEWER 9BROVEIENTS -SEE GRADING, STORM SEWER AND EROSION CONTROL PLAN ANG DETAILS. �!—\ Z B. SANITARY SEWER IMPROVEMENTS UTILITY SWEET AND SANITARY SEWER PN! NDCf PRLE. C. ELECTRICAL IPROVOINTS.SEE UTUTY BEET. W O. WATER SERVILE .SEE UTLITY SHOT. \r Q 9. ADO ALTERNATES. FROM AS FOLLOWS: m A ADO ALTERNATE NO.3 - CREEK ACCESS WITH I-AESTOHE STEM NO BLOCKS, PROVIDE 2' THIOf LAESTOIE (FLAGSTONE) 90ECLAI SHAPE. M SITE W • B' OEItE SHOWN ON CRASS Wi C PROVIDE � IOUAIRTY OF TWELVE BLDOS2' ) s ]'s THEN RREGLI SHAPE LIMESTONE %OC)t AT EMOANOENT WHERE SHOWN. B. 9BACI SBRFAU MERNT./S MANUFACTURED BANTITY Y FBARED COLOR; PN ON1CTS, 24 MODEL: AASi NATON AVENUE, UTTAVVe, LH ARCHED D N F Z 00510 (000) 538-2092, WEBSITE e.•AacepreJW M.can. D ANE: Wec•pwceprONCM.cam U N ' ^ C. ADD ALTERNATE NEIL - GALL - QUANTITY OF TWO, MODEL: ASW'24 SERIES. AAE/fl MOUNT, AS V) MANUFACTURED Y PILOT ROCK/R i AAFAD LNEO B J THOMAS MANUFACTURING COHPAIT, NC.. P.O. BOX 946, CIEROCEE, IA !B012-0946,T(SOON 763-5OOWillimpl9ock.com O. ALD ALTERRACE BICYCLE PAAG VY RE F". COLQB BLACK PLASLS CLASSIC U BRAN BACKAFASE MOUNT. A5 WANMACBy CYCS9G.SitI CASCADE ROAD $E. SUITE 210 AND W4950. DEBT .WEBS E. ADO ALTEISXATE NO. 4 - BICYCLE REPAIR STATION - QIMiRTT as, DHE. YDOLE • FORT IIITN AR MET 2, SURFACE MOUNT. COLOR: OLAO(, AS MANIACTUED BY OERO, 42 NORTHERN STACKS DRIVE, MINNEAPOLIS. w 55421 INS) 332-8729, WEBSITE: vWaro.com F. ADO ALTERNATE NO.4 - JO GALLON TRASH AD RECYCLING CCNTNNRS QUANTITY OF TWO EACH. COLOR: BLIOIL MIDCEL: sCABDRaIw, SIIRFACE IgINi, As 4ANWKTIREO BT LNMDMA FORS, 2000 E. NGRCMV AVEMIE, IULAYZ00, M 19048 1800 4J0-BM9. WE®iE: ee2 KY. MODEL 11000. CEI G. SALTEwATE NO, t H ACTU WASTE MUTT WI WITH wWORLD TART, S N Y D E R SURFACE128(MEANT AS 4AYESITE: n Wil ATT, 12315 NOLO TRADE ORIVE,SUTE p2, 5AN QEGO. CA 9288 1000169)-8004, wEBSITE�e.e.rrAtuN!l.can ED. PROVCE 9'NON CHIN LIME FENCE FOR CONSTRICTION FENCING. PROVIDE GATES AD AD.AAiT AS &ASSOCIATES NECESSARY DURING CONSTRUCTION. L zo IF-� I RWN%fb: 11eDY&1 FEET � Sheet 4 of 16 0 cT a � " \ o° 6TH AVENUE ���� ��N����% J I ,ioil="iSm Fm I NPNI� !Wl- b e e 1 11 \ 1` �\ 1 \1 a I^ 1Y s .YA+ �� 1 TNT- ,rte \\ \zl '� � S I ,ioil="iSm Fm I NPNI� !Wl- b e e 1 11 \ 1` �\ 1 \1 a I^ 1Y s .YA+ �� 1 TNT- TNT- \\ \zl '� � S N / N / . i Al `=O VA V A A CP P \\ I Ca I I 1 , MOl'Alf M01 P 1 �uuel \ ;Z CREEKSIDE PARK ImpFam TS ®DOWp15 DL60� "�'�"'" Dare er T _ upGJCJ�. DIMENSION PLAN IOWA CITY, IOWA" ba.. TAC awry DPM sml.: r=m 05/15/18 ��W Wt ft 01 $ mm S N Y D E R & ASSOCIATES, INC., 320 EAST PRENTISS STREET CITY, - 4nwana 16 311~35&;8 6 I .1nyM am Pm ea Na:1180464 Shy, 5 of F.L.-686x,4 10" PVC S GRADING PLAN CONSTRUCTION NOTES' m m - \ i (THESE NOTES ARE LABELED ON THIS SHEET) W jl 1. CONTRACTOR TO STRIP AND STOCIOLE FROM ALL MEAS DISTlBED. a a •� g 6 2. RESPREM TOPSOIL TO A 6• YN6M DEPTH OVER /PEAS SHOWN. - � II J. RESREM TOPSOIL i0 A 8 WAY DEPTH OVEF MEAS $fDWH. / 4. EXCAVATE PLANTING MEAS TO RF DEPTH ND RACE TOPSOIL. rY i GO - �6B0.5368" VCP NW \vO.�??? S. SEE SM:Ei S fOl PMLUiDX PREYEXTYUI HORDES. m^ q�lnv680.55 8" VCP SE \ (/ 10 Nv680.60 B" VCP HE 6. PA AVE EROSION CONTROL MOND &L INTAKES AND AS NECESSARY N \ ql TO CONTROL 9E EROSION. / it ooYY y YY 9p / Chain k Fanpe `\� \ Sqn ..Cr. I'll ark F TU Bke Craeainq Chain Link Fence -Fn 518" Iron Rod O m F.F.E: 687.50 \ BBL OC Ps15 iM t" Rpe 4` IF /fib 5 / ♦ t ` \ NQ.. FL. 829 _ 5lD) DCPWH2 D H STRAND - - "� 04 62 RATE - F - 602.65 INwq .69150 S V D6He5i T. SEI. / 2 { O \ `\\\ '��i I 6. ro 88]. D� lel i MEMO6u8Ly gy v SG0 / r •, B BBB^ / INV. •68].85 / rn PIE E B ILRI n i /1 \ /' M6J46 8 211 IN RC NNE J SILT FENCE I " nv6J4.47 24" V P SW O End 5/8" OC m �` • ITTP.I - M Z Rim•687.71 _ InV•678.64 B" VCP SE z Z d POr4Fq 41i l \ .P t / / mv-677.89 12" VCP SW r Ston 9• I �i .A � ��/ W Q co \; / 8" PERFORIN i-- - O W WALL / iLu / \ / ''A1 D `` / \ AN TIL-_%// i' G a 6B r W r %� ,i o e , 684 O p" 6841 BS / a U r-1 1 4 LF If ° .a /?' , - - STORM SEWER NOTES: Z 0 INV.•881.0 ( tp2 Neo OCPNIJ /�- LOTY OF MAO" DESIGN AND CONSTRUCTION STANDARDS AND PROCEDURES SHALL PREVIA. Q 2. Al MANHOLE MD NTME CASTN6S SHALL HAVE THE CITY OF MA CITY LOGO. L/ ]. NE STNV SE9ERS SHALL E MASS ] NO UNLESS NOTED OTHERWISE N THE RN6. 3. 4. AT RACES WHERE A RAED END SECTOR 6 REOMFED. PIPE LENGTH INCLUDES THE FLARED W cn �yII NTMp[ / i % END. THE LAST THREE .DINTS ME TO E TWO WHERE FLARED END SECTIONS ARE REOU ED, FN•891.50/' / // v 5.M STOW SEWERS SH&L E PROVIDED WITH CLASS 'B' BEDDING, UNLESS NOTED OTHERWISE. V.•6J8.pp9pp0(ST- P 4' i / / / 6. STOW SEWER TRENCHES UNDER PAVEIENT SHILL E BACATILLED WITH EITHER OF THE FOLLOWING AV !l18�)SIWi"SW) / 0 S '�� %�'i / • o / _ COPACTED TO 93% STANDARD PAKCrOR DENSITY: W '\ ASPTAEE EXCAVATED WTENIL.W EXCAVATED YATEMN IS NOT SUITABLE, NEN /IL En 684.5 tia / �� A / Si B.CRUSHED STOW AS SPECIFIED FOR GRANULAR TRENCH BACKFILL SHALL E USED. LL 7. MANLAR TRENCH BACKFILL SHALL E CRUSHED STONE CONFORNNG TO DOT STANDARD SPECIFICATION 4120.01 NTH A V YMYY AGGREGATE SZE. CpPKT 10 95Y. STANDARDW ca EEgn9 O 684.30 / q / / T• MOON EyE�{NON 8. pPAVCTOR EWENNi DSHHALLYBE BMKFILUED WITH TH OFF ROCK (CLASSNCH FOR Y AR CRUSHER SEWERS UNDER PAVEYEHI. Fn an ROE Oy 2 / ��. �H6NG.OWA/n+ON WIND 9.X1.SIOHN°NSEWERRSERS SHALL HAVE 36" AND SYALLEN SHALL HAVE ONFINED 0 BELL GASKETS SPLOOTST"ISS.D PROFLE GMIETS. Q O I Rim B 5 . W. &L PPE SHALL E CERTIFIED. &L STORY NTM(ES SANE E A LARRY OF 43 NOES FRON Li OLPWA fi W Cap F. •682. 6" 68 ```yyy I' / / PROVN2 0 LOP OF CURB/MN i0 SLBGRME. � U) W \ PPRM IT, IF INVERT ELEVATIONS ME INSUFFICIENT TO PROVE THIS EWRED DEPTH, THE COINIKMIuh Q Q _ TO PRIME DEEPER STRUCTURE MO PON CONCRETE FLLEL N NTNE i0 WAE INTAKE PIPES {p •\ S DRAIN AT INVERT ELEVATIONS LISTED S \�� ncn % i •�T' 4 Q.LPT HOLES N STORY SEWER WILL HOT BE &LOWED. W Z © \ \ U. PROVE CONCRETE FILLETS N ALL NEW AND EXISTING DRAINAGE STRIICTLIR S PER REFERENCED E HTAI S (p / L ng . STORY YMIDLES NOT N PAVING SH&L HAVE EXTERNAL CHAIEE CHIMNEY &S. EXTERNAL CHIMY e2 SEALS SHILL E CRETEX NECHANIC& SE&. WI-SHELD UN, -BAND, OR ENGINEER APPROVED E&. \ ` I STORK MANHOLES N PAVIEO U& SH&L HAVE INTERN& CHINNEY SE&S. NTERN L CIWIEY E&S FQ�J Q P.inq / `\ \ / = N SHALL BE CRETE% CIENEY SEAL OR ENGINEER APPROVED EW&. IA \ PVC.•661,VE WATER STOP ON ALL FIELD CONSTRUCTION "TS MD STRUCTURE FITTING ON N `\\ 55 15. RMPOURED PLANE BASES. \ \ \ •680 53 i , E. STORY SEWER YMHOLE STEPS NOL REWIRED FOR HANDLES OR STRUCTURES 41! TUBED OVER i0 THE CITY. - \ 17 . ALL STOW SEWER ANHOLES SHALL HAVE EXTERNA. OUET SE&S,CREEX M -SHIELD, I I \ ` / WATER STOP ENGINEER EER ED ON APPROVED B. WATER STOP TO E USED W &l FIELD P ACE BASES. JOINTS. COLD PCC .ONUS AND STRUCTURE FITTING S AL POR A N RLE BASES. V,PRDMDEIM WATERTIGHT SEALS OVER THE WALL RNETSIDE OS. x 686. \ 1 20. PROVE KINDLE COVERS OVER IFR OSCHMM SE O ANY NTME SigUCTLRES. I R,m•885.6 \ 0 20 21. WHERE PUBLIC UTILITY R%IDRES ANE SHOWN AS EXISTING ON THE PLMS.OR ENCOUNTERED Inw67}.4 2 V N BW'. /'I'J \ 1 WITHIN THE CONSTRUCTION AREA, Ii SHALL BE THE RESPONSI&LITY CI THE CONTRACTOR TO INmv\•pii.8s WTPr THE OWNERS OF THOSE UTILITIES PRIOR TO BEGINNING Or Mr CONSTRVCTFDN. LmseIIIIIIIIII THE CONTRACTOR SHALL AFFORD ACCESS TO THOSE FACILITES FOR NECESSMY MODIFICATION S N Y D E R E SERVES. UNDERGROUND FLILIDES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROI O \ FEET AVAILABLESllNMHEE EYS NO RECORDS, D THEREFORE TN LOCATIONS SEAT BE CONSRW B A S S O C I A T E S / IPPROANATE OLr. IT 6 POSSIBLE THAT THERE WYE OTHER FLUTES N THE 77.76 C016LRUCTNY NEA THE EXISTENCE O WITH 6 NOT PRESENTLY KNOWN OR WITH HEREON. 7Y' Top. / Q i �i IT 6 THE CONTRACTORS RESPONSIBILITY i0 DETERMW THEIR EXISTENCE AND EXACT LOCATCN, / . g �'�H AND TO AVID OMACE THERETO. I TE MARS FOR LDAY CO CEPENSATIW WILL E &LOWED --- i0 NIDE CONTRACTOR FOR MT RFERECE OR OF DELAY MC BY SATIN WILL E &LOWED i0 Prolecl No 1180264 I � NE CONTNLTON FON ANY INTERFERENCE OR FLAY C.WSEO BY $UCH WON. / Sheet 6 at 16 UTILITY PLAN CONSTRUCTION NOTES \ aa p I. WAFER MRVDES. PROVIDE THE FOLLOWING-I \\ SO1 C a T- A CONTRACTOR TO ABANDON EXISTING WATER SERVICE TO THE PNM PER CITY OF NINA CITY \ \ �\`` ✓Y _ B. EXND 0'NE AND W TERSMAN IC900 PVC, W-161 FROM EXISTING NYDRNIT MD 6• LIE TO PNIX PROPERry ND NSTALL NEW HYItMT. THIS WORN 6 TO OF NONE BY BORING WATER MAIN LIE TO THE PMN $ITE. i �� GO C1" (PVC SgIEOULE 60) WATER SERVICE LINE TO RESTROOM. j /'� Rim•587.38 \\oo^v> \\ n D.1' WATOM METER. / In-680.53 B" VCP NW E. ANTTSPI NOSE NO. / / �mv880.55 B' VCP SE \ L \ S/ 19 / \ / Ing-680.60 6" VCP NE q \ aim` 0 2. SMITHY SEWER R LIMN. ME SI THE F00.0WING / X /I m A SANITARY SEWER LINE. ME SHEET X{ FOR FOR / \` („i \ f� B. G' b B. SANITARY SEWER WHDIE. SEE SNEEr 16 fp1 PROFif. / ` 'YO \ `' k �� h � 3. SLORu SEWER= '\```w /� m A. ME GRADING PLM. CnoIn Fence I\ \\ FTG \ u C ELECTRICAL IYEROVEMENT& PROVIOE THE FOLLOWNWO / ] / \ SiaD ` l "6e Nod, ark A 20 HT LIGHT POLE AND ASSOCIATED!COLING. AM COLOR: BRONZE MODE WRINE1 FUTURE TO / � - \\ -Bike Crce•in, BE LITHONA 0-9RES MODEL:)SMILED 40C )00 5% TRA MVOLT SPA CCLOR-DK BR INUE. / 1 \ \ SQ\ J MNAWKA 60 TMEO BY LITHONIA LIGHTING, P.C. BOX CONYERS. CA=12. 160012)9-41, WEBSITE, / / `\�\ 011WNP../ y \ Chain Link Fence \ B IDERGRgRO ELECTMCAL SERVICE TO REStROOM. C. LRDERdIdW ELECTRICAL SERVICE i0 SHELTER. D. UEIERCRgWO ELECTRICAL SERVICE TO LIGHT POLE. % — 2B E. COOK TE SERVICE CONNECTION AND ROUTING MTN UTILITY OWNER. 1 % / / � \n S 0 E \\ \ .5 \\ •� a E APPROPRIATE LOCATION OF EXISTING AN 6- MAN AND 6- MAN c - PIT. / Swvk• ``�I / / ' / eZw ``` \\ S lm. • NLB I o � � / 2A Of OCPNtS ~�iM 1" Pipe 4k IC ' ♦ Tot dlAnQ / 4% \ .Q R. 025) � l— _ � 5101 OCPs12���` \ � i� —� SID' /� ``�� �(���y ✓/// — ♦ 84.62 / �- V ��✓ — /4 •682.65 A. Rim.68628 In-IN z:674.48 24:RRCPEP NNE HB I I6)4, ZC' VCP SW CR> ��2e1 n oa N in9 IF // \ { \ / / L� F�2 a" Rkn•687JT Ep� a Parking / �� \ 1 / 8264 8 VCR SE O Inv-677.8989 " VCP SW LU Cn / _ �r CD r a Yaaa swu usE TEVLATE v+ eat^ii'Wa°?w ro°mX.E a m�w.«re _'�•,e,�� YE SECrNN IWLM a ca.Wn To waw we w� E Eu vaW on r cww. ME Bar° FE ME a en4 NO KaKn A,E vAIWAnwq Eegn9 /�/� / pyo M W -T / WELLED . 'A. W RY Mea \ l Tun l / %/% '. �. // / //i / j / °re�' wrurLv. PO 3XE4" N AS WWEO 3' _ I D ® TO on Rob Il /// / � raL NN•rm °wEk.° 7— F.L.-03.5 y/1 // / / / / j wI Q W OCPA✓16 W CRP F.L.•682.2 6" / I / i > _ / .P rNWeP ar,RE Y a p z ah LU /i /ji a W / tone a'n9 �V ��/ / 1 �/ /// a (— / WWE a-EarFAaAR PON No ParkingsNsrNNaEO cowER lTaNw iL_ LL F N 0 1 \ v "FVC cT ..681.56 s�EEVE wwu e-1RKrVO ON ENT U Ra°.. co�E. 0..n P.0 caRPT / — / / \ \rO}W J 1 Rim•885.8� - \ mrn[TE On"NUYOF Inal. 1 . Inv6]3.4 2 V W '0— \ E°r[w T Vnv6)3.46 I IwSrin® sgaE m n.9 4 PY —---,1 LWwTaOLE u0 iaTw-llTwNA 6awW S N Y D E R o \ I'M , s EEL .af ...OKE Ni' 1 0 20 'T^`W°TEN •v°HIrEl OF POU ANG &ASSOCIATES Aw ra / .]6 / aOEmW. FEET %Nl LIOHT POLE BASE DETAIL PHNpcI 1180264 �NO BCKE . Sheet-7 Of 16 W01 0 s • V�`i�al.;nry iJ 4•i i 1 i Oy G � j 1 / 1 1 O CREEKSIDE PARK IMPROVEMENTS PLANTING PLAN o — "' SNYDER & ASSOCIATES, INC. N T 4��N a,E IOWA CITY, IOWA Z� TAC cr .0 DPM 1saw 1 20 1m., w OJC wm )5m/16 N IW po. 320 EAST PRENTISS STREET IOWA CITY, IOWA 40 Proud No: 1160264 Sheet 8 of 16 31&3591616 1wvw.anytl•r-eaeoolelae.com 1RE6 :A`94 ri'A98 A ,fill H e' 4� al al I YFYYj! s • V�`i�al.;nry iJ 4•i i 1 i Oy G � j 1 / 1 1 O CREEKSIDE PARK IMPROVEMENTS PLANTING PLAN o — "' SNYDER & ASSOCIATES, INC. N T 4��N a,E IOWA CITY, IOWA Z� TAC cr .0 DPM 1saw 1 20 1m., w OJC wm )5m/16 N IW po. 320 EAST PRENTISS STREET IOWA CITY, IOWA 40 Proud No: 1160264 Sheet 8 of 16 31&3591616 1wvw.anytl•r-eaeoolelae.com a- WALL TYPE SCHEDULE 6 i- 3 : le o, �i NOTE'. __. .'R0.'LVfID GMCRGiI..P.GNLY J DRq)11950.DWITH EACBI RKNID /ni g Q CEL91 L OR TO NSTALL ASN PERE MANUFACTURE SRECOMM NDAATIIONS,� A y BOM, R&Tr EH F � REQUIREMENTS, AND SPECNFIC6]I j� T)lY PLAN ,BW AND 6 .`CCH CAAPAI NRP a UMN BABE 010: O m rREtMNAMY IR4Mrtl°LTW1A')}T.G9plTAilpI OF a C �TO TOP CF RAB tl� TNG BU6A+6.PLL gN¢NB �6. FPANR6 PM, j L_ COLUMN ALTERNATE tl1: NOldt91 Q OLSuRLM[M I 1 RFA R: CLOUD, A4 MPNUF 0 NIN TE 13TH v 0 •T SDIP5 J AVENUE SW. CEOPR RAPIDS. IASi.M.IJ191] YJ BJ N H 6b2 BI PRC( TO M'VGr! f1 YOUR UC ci mlCanEwmelapNuda mn YY o AOR AGH"C' LLnOtrROJ6m m SMI"Y, ry IiJ vmT )" m S [LTi ROMirGy rROrO09 yLv[ Or YPPLY. ii �y CMBTONE. COLOR 18018 AS MANUFACTURED BY EOWMp9 CPB& STONE, T)I EDWARDS ^ e i LL ROgOWBVOUE,N5NJ3.I58J155 3^SWE^051TE:wwxeEobp.co-n L0.UMNALTERNATER 2Yft.FYCV LS � 40 Z G )l'TArwO$ALfITE31 dpE'7ENEEft ABM W BT E > }0*AAy � wyK. y ROADCry ROAD %3B, MIPMOBA.WSt]OSIJ+9)183-3581 WEBSITE'. vww.xeNniommm H y i CAPSTONE.COLOR. 1001.(513) NUFA5. WEED D[. T Y IEOWAgDS Eg d A ROAD, DUBUQUE, IA 53083.150.t135B09J5TUBBED VE __ BIDINGBBEBID 4"ACITY,IOWA a LEIgFrF9FFCHCIMO. COLOR MTELLEC 3 j SIDING PLTERNATE NI: Q F RA'9 vE.T.rn] l i� ANETTAEF4lQKLOCOR:CLOUD. P9 MANUFACTURED BY KINGS MATERIAL, WO 12TH L' AVENUE SW. C���E ����K SIIM.lJ191 JB3-0D3. WED9ITE: � p � SIDING gLTERNgTE tl3: U Nn q JJJ$ AFdlxb57Ti,E+TONE4EEEP AS MANUFACTURED BY WE8E0.5TIXIE. 12791 STONE LRY Q y3o UNL`5EX jE 8F ROAD-CTYROPD%2a. ANM104A,N5]3M I3181.03-J301 WEBBITE: w��.wEwabu.am 3 y2W�0 O FV$ OOORS/FRAMEC0.0R TO BE URBANE BRONZE. DOOR LCCN TO BECWRMNATE WITN 0 K� — MUPANCYSENSORANDT LER. D- V 'mo i MI ROOF CALLR TO SE MEDIUM 8RIX12E. URA IA, AS MANUFACTURED BY L FIRESTONE MEGN THE FOLLOWING ITEM REIATVE TO THE STRUCTURAL COMPONENTS SHALL BE SUPPLIED R BY THE CONTRACTOR: q • p GPK13te nyy, +. ALL MATERIALS, EQUIPMENT AND LABOR FOR FOOTINGB RRERICR µD EIIIERICR ® (DV NaT4 ly9T SLABBAND SIDEWALIFS. 1. LATEX EPDXY PAINT WAIL FINISH. T.Y p 3. CCNCRETESEALING. fQY.R[R wIN E ♦. M0.5pLRY(CONCRETE) GROUT AND REBAR IT �Tµ�) �III1�]I�Iy{][1j�}(y[ ROTE. THE CONTRACTOR MAY BE REQUIRED TO NOTCH CMU BLOCK FOR BOND MEANS M a V` I AND CUT FULL BLOCKS TOCREPTEHA-FBLOCKS. ROMTECISNOTRESPDN918LE 9Tp vpm[FF✓rm GMV g FOR N11'COST OR CONSTRUCTION DELAYS ASSOCIATED WITH THIS WORN. Yq•Ac CgyMN N THS gFF] EEE_E I FOR ALL EXPOSED WOOD. NBT, RMK1NI"P tilnb� B. TYPIGLFASTENERSSUCXASNAILSSTAPUMAMSCREWS. ii H ). INTEgpN BOOR BLPB BXALL INCLUDE EPO" COATED REBAR. V4 ITI A FLOOR PLAN p ®B o H c 1 — Q RESTROOM -FLOOR PLAN f L PRfN. F9GF 11' 111[2 RMR Vd1 Nb 6lYATOM ORMtl-i MIR A y PIQLHNVM MiCNITPGTURK RRBPRR6QRATCM Or 1 1 1 MCDN.,BK.M1,.B9+fuMc q!F.1MH.H, �-"i W W G4TNrQONb 9KYN Q+ MBr rRISMNMY et WIWf MAY pl MAY IV' T.G PMT Q M a� OIOtB. rLEABE RLFR TO T1l Y.LIE CI MIrLY Q� C O a� MI, yD[JIC[S'ILTT�N rROIOm W1HYML4IOR gp L KR RPi16.y rPOrOJm X.Or[Ll a1.RLY. ) —I a TRT � a J v VEHi TO BE LOCATED ABOVE TXf M10D F3£VATNYI. S C O I ee Q {- - ArPRoc a eels PITBQB. ,Iw_ yyy! Q 2 W ELEVATION VIEW Y o w CDENT FLOC! BGKO. BI.TT Q 1NK OIC& F�9{LFD IRBAT O RYN[W P.DLN !aA � � a' (etyS= a W Z w.TewL B4fA MTm1 A,LAIMIE ttVT fIXID R'JYI01T.Wi LR ,.lDG FS]•T. R 3 IIIILLyyy�YM < CLOIT rIDER W OIR — DDMT. R/ITCtS I � � V LU w rFEYJFr,REAT RYIY'bO------- a V� r 1. K' cMIN carlcPnr—_.._—_ f ARROK rLOL'o ^ DLGY IWI-Mlles I M_ORpNPTI'la �� RCMORGm I:MwNP Bow T rATTlsx y sTwe F IV RD I� N I DDD 9100A NL6 RMI I@a1F� qW ANY a U75 Y H _ BBi.5 R_ rLNPTMI JJ g wM1eK Bw, rPTTeRN -. i1 'J/3v]OID 9.e roses e _ELEVATION VIEW 6� S N Y D E R 1r.Ma v♦. -1.o TN L�7 SSOCIATES E 2 �, RESTROOM - ELEVATIONS NQ. 1:261 et 9 of 16 e% Llbem OMMTm' — bD/M'W I'l1M YM11 D NJ(IC+N�FYM4. LIdItf 9 NtCULYi M141 LKMIS 1 MTE+tlU'R(LLR4S U3MtD 1 ® "COR. 9LfD RAX' YImITMITLmM D raoNrruve l+c,lcn I�I]R TRNT RT'IRO (TOXO VLm[ • ] t'M411NQWIT 1 .�• YMtI FNN�LT 1 9 NKTRYx OURLT 1 �n lro Poll Tr ODTRC[ t []ID MMOfLVR�. 1 O� TC9'6,9ClYJt 1 eucTPNc o•wsrrM BMVNTIIN tXAI 1 CtduDmG4'w VDR 1 9LfD RAX' YImITMITLmM D raoNrruve l+c,lcn I�I]R TRNT RT'IRO (TOXO VLm[ • WALL TYPE 91-NEDULE �� /1 EXAMPLE fOIMDAnON V 1- RESTROOM -FOUNDATION 10 BCRe vm'�ru• 4 eJR�idi W41 FQNDATION9 - GHCO'.E ONe aF THe FOLLOW V6 i wu w. sr ae exmn �c w.0 V ss < OR e� OR K Iift�- iiMJMO�JrfC DI.,B OrttT1 vwv.oma. C(TKJeElE 9T@IYWLe00TFb OFTLN nq�vaw�iu�.w�uen�rww �� �L EXTERIOR ^ALL FOUNDATION DETAIL OPTIONS » eavu_rnTs �5! �^�1�jxl •nSY .iN59MR D19. MLGrIKN RYdD9 D1Q1 6 � .KLMIK.o!^D C'Y.•L•M1rD1'R MCCwR.'I f •'WJ.GY IMLD D�Ml INVL.. Yi A9E x IT � ��' • cw D1W IWJ. o -rare. uw e�acR a e+ rorai-c ym j • vDanc.a ®.w w ttwDiDTe+rw-- ro r.,w LL i vrnr.•� r� wwaramrt w rea rvat D CVG 9M %21 RESTROOM - FOUNDATION DETAILS 10 NOEGV.E ww cvamw,i V 6 Q . ��u TMIGKENED SLAG AT INTERIOR WALlS �11 0 '-¢ •ifT[.LW .4R n1E[GR AV.1GV„WMD. b6.. �� �. Ulm rL of coNc sue g9s$ 6 (�1 RESTROOM- FOUNDATION DETAILS 10 Np 9LKE RE-i3fµ97 U� C���Z aas....a { �•_ _ _ �' b• GMU R BAR PLACEMENT I.rJ �1 w ICY 1 $� ��.\GMU �REBAR LAYQJ7 DETAIL .ra.w ., I I �I ..��I � 4 6 MORTAR JO NT CMU INTER5E(-TION DETAIL 9 1 �1 MASONRY PILA5TER DETAIL MORTAR DONT raonY .nn wee CAW CORNER DETAIL ! + +.�•�� MORTARJLXNT MORTAR JONT/b GMU CONTROL JOINT DETAIL ! CMU WALL END DETAIL RESTROOM - STRUCTURAL WALL DETAILS MB FILE MAY 15 PM CITY CLE WA CITY, e m a cn I I� Z Z - W 2 N W W O ~ � a a v O cn a Z W 0 ca 0_ m vi i LU YO w U W co 6 SNYDER &ASSOCIATES mod ND: 1180264 Sheet 10 of 16 jig S o 3 � N 8 (n w FILEVqA j� yyy o H z N 2 N nw'm i w•a Ww uwnronfr•u v.mu✓mA �� canter 3y 1018MAY pw--� ----- - - -- z LY WEATHER-PROOF n CITY CLEANDIM2A "�tOVlA CITY. gLNOURTOBE 1 E INSTALLEDONCOLUMN6 3 8 El£/ATION. LArtcpux,maP y WQ tl OHTIR TOl,' "zz MF A ODEL",N n AS 8 NLRHONuREQ nwr n.au. swe .n I A 4S a Fm --p �' CLOUTING ; CfIUNG 1AWN7 � jq �� � � l� �< j O_ AE'2 SL I 1 AAi2 h6 ) a_3£ lz yp I I {{xg FFU 4f 4 �t. YY IyQlz 2 P D WEATHERV0.0OF ANDGFORE AND METAL I� CPVOURTi�'�'On ie #1Pn INSTALIEOOBEON ! p RR COLUMN ABOVE "'Go 1'g erw Aiyy saae El£VATION, li iiip ® M H FOUNDATION EXAMPLE D a moi\ SHELTER -FLOOR PLAN B SHEER -FOUNDATION 11 ND 8LALE 11 SCLLELT:3r1Y�1p cl?) U H Z Z W , G1 EENCLOS CMANGS, f W Z runner T1 \ ^mM mWra r ¢ O I-- H[1TFC' narmm•ancrt ` yQ EW— W CONTRACTOR WALL COORDINATE ORDERING. PURCHASING, AND . =\-�+ un W pi Q SCHEDULING OF DELIVERY OF ROMTEC PRE-ENGINEERED B _ !� aUILDING KIT WITH MANUFACTURER. CONTRACTOR TO INSTALL nn•nr•Ls P>Y • _.l'' � !` iL PS PSR MANUFACTURER'S RECOMMENDATIONS. REQUIREMENTS, m .4 oNY ,�. G /� / €y; J AND WECIFICATONS n• n \} �I J la- nta'1 s a p Q LUMN BPSE BIO. aIAB. )4a +bT .'q.. / �uv�esru f L O M ..em erwar 9 .o=vanaerwwcau..eaw.... ��_ 1'I� �/ M•c. °cro,-\� Y n COLUMN ALTERNATE#1: C1000, AS MANUFACTUREOOY KINDS )aA - 1 V! 6 y MA -0232. ISO 12TH AVENUE SW, CEDAR RAPIpB, IA E2LM.(319) 383-Dzv. wEesrtE: w.w.mlm�eo»A.IewR�w..mm -� ° ®GE OF GONG SLAB Vi CAPSTONE, COLOR 1-018. AS MANUFACTURED BY EDWARDS o Ei vVAluy,IEYY C L49T STONE TTTED WEBSITE ',Ko ROPD.OUB000E,MaHgi, 1583) i'x' ➢n„ �i1m•r` S� Q COLUMNALTERNATEY(' SMnn0. '1•I N LIME4T8NEDENEER AS MANUFACTURED BY WEBERxn•cr l` h^% �g�p LL•,eyy, �.r✓+emue tuut+.vr re�lw.L:,.s /k[ J tl. W STONEI2]91STONECITYROAO-CTY ROPD#B, ANAMQSAM zemmc\ If" / �� I�` { U20 (319)CG-3881 WESSRE: xvnv.veMlalcne.tpn ym.y j[ /��// 11 0 CAPSTONE COLOR: 1841a AS MANUFACTURED BY EDWARD9 CAST STONE, WET]]EDWAROB ROAp, DUBUQUE. IA 52W3.1583)Lu $ I' /.7 •. T rwec�m ru F MPN S7WEBSRELu '. vwx.eErslore cam •1 _ y �/ It M � METAL ROOF COLOR TO BE MEDIUM BRONZE, UN I -AD, AS T, I. �T ntwu�nax f i i Q yi TUREOBYFIRESTONE. •I• 1 ytl� SP THE FOLLOWING ITEMS RELATIVE TO THE STRUCTURAL Ie__I_-1_ •3 SAWG%T JOINT Y !% W 1Y` COMPONENTS SHALL BE EUPPUED BY THE CONTRACTOR'. py yyrM � ;�i{l3[I g r /6 ,. ALLNATERULS,EOWPMENTANDLASORFORFOOTINGS. 4 S5 W J e{y INTERIOR AND EXTERIOR SLABS. AND SIDEWALKS. �- I. YL _ LNL _ 3 R. MABONRY(CONCRETE)GROUTANO REBAR. �� Th—r•.e ; 1 '� (SSe W Z I NOTE: THE CpRRACTOR M4Y BEREWI0.ED TO NOTCH CMU 1 U rnrnawn-^ €4 Aq m CO j BLOCK FOR BONG BEAMS AND CUT FULL BLOCKS TO CREATE I 3 V/ •rderema cm '.�. ro «u •.c�cetre .. w HALF OR CON ROMTION ELAYSA ASSOCIATED OR.WITH I { RP v� COST OR CONSTRUCTION DELAYS ASSOClATf0 W11N THIS b `— (Y +S 1ma y'TA T WORK �FJ ' Y 3TFOR ALL EXPOSED WOOD, ITYPICAL FASTENERS SUCH AS MILE. STAFlES. AND POST FOOTMG DETPJLSCREW� 2 t a ? �z\ SHELTER-ELEVATIONS-.DETAILSS N Y D E R 11 d•e v,B -I� �e1 SHELTER 11 aGLLE:119•. &ASSOCIATES 9 PlvlBp No: 1180264 90 Sheet 11 of 16 e DECK (71a 14) VORTEX (]1a3]85U) 1CSl1DE \TRPNSrcION PLATFORM POD MINIMUMLIMRS OF MULCH AREA CLIMBING PoLE MIRATHERM (TtAme) (I1<'A6B5za) ENCI 1�� HANDwxc AI BRIWE STEf P10�5) DECK (]1J - (]1s5 ) DECK CUMBER. SECTOR pEry. ( CLIMBER, i SECTION ptaW3B1 11taN1sID1 DECK CRITTER PME— PANEL 1{5038) (71L76R1) / PLAYGROUND -AREA W -PLAY EQUIPMENT NOSCAL E B PLAY EQUIPMENT 12 NO SCKE FIAT p '14 r"—)p Hnxo1 00 O O �DECN ENOL DECK M-500-9 DECK END LADDER (71"1"1) p143115) O 00 O p W FLAT .1l EHCM (1'-r NIGH) (enS ) FILED 2018 MAY 15 PH 2: 40 -MIN'M°ML'XITY CLERK OF MULCH AR IOWA CITY, IOWA SLABN wt00F RAMC WARCI SWING FOR V DUN) FR TE R EXTENSION EAT (�) THERAPEUTIC SEAT press-tnxl THERAPEUTICSEATe' �— R111 WFRCNSWGFRNMEONLY (0]00) ASEATSREO.MC \\\\\\ U18 -e241 GENERATION SWING (2]BB) RECLINES HARNESS 740H) IF USED IN 33 �z1 PLAYGROUND -AREA'S' -SWINGS 2 NOSC E P' DEPTH COMPACTED ENGINEERED WOW FIBER PLL PLAYGROUND CURB EDGE IiYP.I !AW ILTERNATE 41 n7 TURF ♦" DEPTH PEA- SUBGRAIN. FILTER FABRIC (ADD GRAVEL (BASE BID) SEE PLAN ALTERNATE •5) (BASE BID) /41 PLAY SURFACE AND SUBDRAIN DETAIL NOSCALE BOULDER N U H Z Z W 2 cl) W w ~ O a � a v � O Y co _J Q W Lu 0 ca 0 (� :) W Y 0 p w W > Q z U a N SNYDER &ASSOCIATES Pl jed No: 1180266 Sheet 12 of 16 e TRENCH BEDDING AND BACKFILL ZONES NO SALE Eaoorw aAsscs lei Mey m wrN ca.ln. , o mkt aam. 01 Fa. E' Mygfiel wfirq neonb Gb. tp wIn m n. twl.wlawa.m: ,war[ mombW F`Yttwm,.w:a,.W. 6rcIW Ey 11M f.yee. ��p gwrRW 'vM�,bix AuOWANLE EEoabc asses Rp WbY sb S,w b Wy Aw Oei Ym I r -%r -yr-] I v-%r-x.r-] IqE r1F-I Rl M FI F-3 I r-] Ke, 00 N1a1t aimin el lq TW I�,w1. Nq of 1. .1 py,: mW rcMe PI I]4mrp n[Mt CLA55 r4 aA55 F3 ki.M E My OEPM PVC PIPE MTLE RON, AWA CIS% MA U W .1-1 .1 . W.&, . IAF Z. F.31 1 FLEXIBLE GRAVITY PIPE TRENCH BEDDING NOSCALE o Via. W W Ou I MMq Wlwb m»"1'Q Lowe. Suldk 9xLlll �$� Yobnaw matgmm r IMmbnln ea AwaF a a a, a+ + aA55 P.1 a.Lss P-] QASS P3 0 A WA m OEP1N [=TLERON•AWWACI5LCLA6+52 PVC•AWWACM%CW5.mI8 p PI OYYYxY ow P2C1m, bu eae0-9 4 4 v o I v v SECTO4 A -A e v m n a w o ]S 0 0 w Lu N v v to w Y I a N r IP IT L1 V m v xr 4wlm W' z v u w w a PRESSURE PIPE TRENCH BEDDING 1a No scuE QI Pav rwyY,Y el p�16p bq emr igl.b u pp3y Y IM cabal Agna�b. Lax W WIN M,Iw al rb, n n.a�.m�alw a N. I�� hwAw w Ixs.[b•n wnw Ia4M.: rwl.l W swan.. w wq� m.. aw o �w �o-l...r.•., w. am ww.� m. N �J X41 SW -301 Circular Sanitary Sewer Manhole 3 NO SCKE ry 0" .--- -a_1Jgy.....• � m- ---- --L- -------- _' Yw &N0e1u, m I+AII YEorOO = M LIST II.A 6.,, Law -413 1 Ir — baw! L L N c M Mr N3 . T —9 Ti" Ir' .cl 4 r — u Ica Y 4a 4 Y.n, n .II IY t 4" Ir 4Yx 4 r. a -r' Ir 4J 4 9.... r -r' Ir 0.I 0 B.a ,•-9• ,•• .0=1 WT :.e. E�Wolk sFeW rrwe wAlfi � pi Mu r.[w Nab e.,maN w.bw. px wabgw, bs eewa n Mw :.al:PYa aq IN Gpva tl�i, cal M,I, of y ~ 9M yI" w l^^I w -- OO awn �a:a,. aMlWY mow spew. Lwotlw SbYn • •• lal 4u. ILED .m TYPE fi 13f NOSG .osm�mv ew.imn e..��l mem' •' n sa rrY-0"n�n anL e -r'mLm Pom< !2v 'Y�•'LIn lasl Jema BENT eMa TE F-7 61 U �i'�H �HIY1 a e. Z SECTO4 A -A KM ®J- H 9 e•• cW C YUYYN W Lu Ob.YFT6 IY„ 1 rmPbye 0 Lw,hw SWCWe SWeW, 4wlm W' ca C �\ RECTANGULAR AREA INTAKE (SW -511) Y cn cn 13f NOSG .osm�mv ew.imn e..��l mem' •' n sa rrY-0"n�n anL e -r'mLm Pom< !2v 'Y�•'LIn lasl Jema BENT eMa TE F-7 61 NYLOPLAST DRAINAGE STRUCTURES EQUIVALENT TO SUDAS SW -512 1J NO SLKE c U ,Yrs Nyla�7®e;st' Z Z NYLOPLAST DRAINAGE STRUCTURES EQUIVALENT TO SUDAS SW -512 1J NO SLKE c U Z Z cW C W Lu 0 �OWA/ v ca C O Y cn cn a a °6 w o (n w in J W Y � p Lu W LU o LU U cn 9 SNYDER &ASSOCIATES Pr.,a No: 1160264 Sheet 13 of 16 SbT CH Iis W DEPTH Be. Nu M56uM bhh �N�. umeuvYk SO PI CwaM Y 3 % NIHIL Npa Ren SECTION A.A E.G. tlrmlttrlab uWNeN rd Ernroem Evm v Sul w4-1 Or. —. R.ut Aryl INS pxh e¢ H m HaNg III. ELEVAi —0, Ie16ver —we '. IF fll6gmepN QEBB ENDS IN NEONATE IAELAX)l ON W'NTOP mLxM�.n •I,Mwl Rema., Gma y J y w of MN XD Iwu X O IOu =B1111 al KM NONE CONTRACTOR TO PROVIDE J%IrRG qN1 CETKING JOINT TYPES AND CONSTRVCTION SEQUENCING FOR ENGINEER'S REVIEW .VO WRIOVK, NSA TO CCNSTHGOTION, FIELD VERPY LAYOUT OF EnSTND PANEIIENT "M TO NNE N NT ON PROPOSED JOINTING JOINTING SH LL BE N ACCORDANCE WITH SIAAS 30% EDITION. WNTRKTCR TO MOVIDE LONOT1ANH L 1, NT -1 ANTS AND TRN4VERSE 'C, c.TS. CCNTRKTOt TO PROVIDE V,TIF JOINT WHEN PROPOSED PAVEVENT SII CONNECTS TO EXISTING PAVEIENT SGAI C(NTRKrOR TO PROVIDE THICKENED EDGE 18" Mwluw DEPTH) WHEN PAVEMENTS IRE TO BE TED TOGETHER CONTRACTOR r0 PROVOOE E>PANSHON JOINT AOJKExr TO BNLONGS AJN AT NTERPKE CE NTEPIK ODEWALN/DOVE/TRK. ETC. THRUSTBLOCKS a PAVEMENT JOINT PLAN xGI srxE 14 r-1Od• Wb r Logy Possbe podlN TO PNPH, >wLRP.viN S-0' Wn0 LOOT mb QSP, 0 P On. R. NNOiI Mtl O.Ide 8" On —gp a qIN 1 —21— LXz.. M1A —83X HmN' . MImN Yaw Zt a RAW ,•.mas. WHl ,I• %' .. ".. N N.. NW FURq bla IM T. ON, Aeiydl . qN WON Ov.N Rm TTPICN. NST&LAINJN TRACER SYSTEM NO SCALE EPSr 01 E.. I.. m Tn eYbenl n Nb NIaMIW�my Of hart Ind 2. Iv...1 Or. 4.T addab GIINf N. ; •— b1rtlXLil IMM NY OF It W • 9¢VMR 110TH .V RLR. N M O. NIIa WO�ENr O. LIEN. GIepN *F Rdtl.e, arE Yt abash. %dM v`�w�}K NOTES (D woss u�E"aN zLNc aoPE v e.az. wveN v1YT, l'"N"N O Role.e;9°ER:DE`L.TM'aic o :: GINE. E RAIN C L.NTLD.D NTN o kVe ca � MTI X T. TRH lTa .R.M ,. GENERAL ACCESSIBLE RAMP DETAIL NOSCALE -0-IIF I. II 14 {0, 20 , .,7 SQE,N,-NTKOL MIDOEXT. WE PLANS III SM. PROCTOR DENST11 OEM SII SECTICIN AI=11=11= FIIFII=11: 1 TYPICAL PAVEMENT CROSS SECTIONS ICJ NO SCALE TI.D.sOEwN I 6 INTEGRAL CURB AND SIDEWALK -PCC 14 NO3C E IF A 3TBW wL /-71 INTEGRAL CURB - PCC MEN ■Now ovNOTE o ®�®o•®rao R©tea rJ /11■ Il� mono �� 0�®or�rlo ®®mOFSiRv ®ala�na ,d;k FLARED END SECTION O�Y/A/��/KA�NNXN0 laaap.oy AMp�G Cf Nt�E DE .�Xe.ANryp ® YbIM Sq£ GE Xf Y F D4CMN. ® 1/MNG MAYYIM -OP, Cf Xe N AXY OPLCrpN 1v NONE: IFST THREE MINTS IN PIPE ME TO BE TIM TOGETHER U Z Z W 2 cn W W O ~ cd U C O Y W QQ a 06 W o U V5 J W Ww MEN Lu >- w Z U w w 9 SNYDER &ASSOCIATES PIIDIec1 N. 11&0264 Sheet 14 of 16 NR SALMI FNi3 OI OOL fgWAY 1 TVP. COURT LAYOUT & PAINTED LINES 15 rNO SULE F7 1 I e•ane a wne. 1 MnMx W� A F41FP9CCx FAtEaa9ERM F.e.�a.se•4p•. 4 II • ANe•b "y^'M II • fl rwllwan it Fp ineerslr Aetler Man..t. Fw steeper a w va•M� m, &upw, ii,. n,n... eas elMce Ey pe Engineer, Pace loam ln unwmpactee Mnaowp,,N.Eularla Mo Ygre N Iwtiom spealiee in tM mnlretl tlowmenls. SECTION VIEW AT STREET Filler waaMme er as s,flee INr pann,arerca,ud abW •bee11 In M. anlrenlCxumanrs. �\ TYPICAL PLACEMENT OF FILTER BERM OR SOCK n/ NOsrwlE z CREEK ACCESS WITH LIMESTONE BLOCK (ILLUSTRATION IS FOR PLACEMENT UNDERSTANDING) 15 No sCNE Y 1 0 T,wG4 &tT.[XCE mrtuuna, m LmorNcxA 9LarE8 T84 SILT FENCE DETAIL HO SCALE POLLUTION PREVENTION NOTES A POLLUTION PREVENTION AND EROSION PROTECTION 1. 2. B. STORM WATER CZU4V fpggIIT I V L n C.• 4U 1. THIS PROJECT REQUIRES COVERAGE UNDER THE NPDES GENERAL PERMIT N0.2 FOR STORM WATER DISCHARGBY THES EEWWASSOCIATED WITH CONSTRUCTION ACTIVITIES FROM THE IDW M R TOR AND AESUBLONTINDFORSfA InE ENAq CWNpPLI �CESWITHPEO�EDPNATNE�CONPRMT AL REOUNEMENTS `EE�P }}HH I1ry11S1•IryIER i DOCUMENTS. �(� A i3IT E T ONATER DISCHARGE PERMIT INCLUDING BUT NOT 2. ALL DOCUMENT l� }}�� LIMITED i0 THIS NOTICE OF INTENT PROOF OF PUBLICATIONS DISCNq�CE AUTHORIZATION LETTER, CURRENT SWPPP, SITE INSPECTION LOG, AND OTHER ITEMS, SHALL BE KEPT ON STE AT AL TIMES AND MUST B[ PRESENTED TO MY JURISDICTION& AGENCIES UPON REQUEST. FAILURE TO COMPLY WITH THE NPDES PERMIT REQUIREMENTS IS A VIOLATION OF THE CLEAT WATER ACT pFADD THE CODE OF IOWA 3 ASCONTINUATON OFF THHE USTSTABILIZATION URBIED SITE AD REMOVAL OFFEgALL MUST BE DTEMPORARY WITH THE EROSION NR NCONTROL MEASURES. OFL TPIpEESYEPSCIF,T EF REPORTS. CO NPLETIONTTHUNE COHTRACiOBESHEµT�NREENNN FECORD AND%OAND SUB IMOTT& THE NO NOTICE OFUDISCONTIMIATION MINER UPON PNG[CT ACCEPTANCE C.POLLUTKIN PREVENTION PLN( THIE L STORM MO55ppN P PIN bD0NHEREiWENRACERUSTONEFERTO P FOR NTHPOLLU OUNILLRNNtPLAN MADE NO CONST UCTION. 2. OLAEITHTTEERJETSDSUPERAND OEGE.MSµO SIOPI FOR CMPINCCWHPROJECTS MITT COVERAGE. ALL BPCN RESPONS,FLITT OES TREQCONTRAACCTAR R TOU IDENTIFY NOTEUAND IMPLEMENT. ADDIITIONAEL BW'5 FROM THOSE SHOWN ON THE PLAN MAY BE REOUIRED. 3. THE SWPPP AND SITE MA' SHOULD BE EXPEDITIOUSLY REVISED i0 REFLECT CONSTRUCTION PROGRESS ANO CHANGES AT THE PROJECT SITE. 4. THE[CONTIRMTOR IS RESPONSIBLE FOR COMPLIANCE WITH ALL REQUIREMENTS OF THE UNLESS INFEt SMIT ANDS NOTPYPCLUDINPLICAB♦!:BUT NOT UNITED TO, THE FOLLOWING S G BMP a. UTILIZE OUTLET STRUCTURES THAT WITHDRAW WATER FROM THE SURFACE WHEN DISCHARGING FROM BASINS PROVIDE AND MAINTAIN NATURAL SUFFERS ARGUING SURFACE WATANDEMA%NIZECSTORMR WATERS INFILLTTO RATION. AND NGETATED NIMIZIZETSOILCCOMPACTON.ENi REMOVAL b. INSTAL PERNETER AND FIN& SEDIMENT CONTROL MEASURES SUCH AS SILT BARRIERS, DITCH CHECKS. DIVERSION BERMS, OR SEDIMENTATION BASINS DOWNSTREAM OF SOL DISTURBING ACTIVITIES PRIOR TO STE CLEARING AND GRADING OPERATIONS. T PRESERVE EXISTING IN RBENBCONSTRUCTIONOEAOSTNAOA MIIMTTAREA DISTURBED BY NEEDED PRiANY TIME. d MAINTAIN FOER (INCLUDING TEMPORARY AND REiNRMG REPLACEMENT CONTROL SOOIMENT REMOVAWORKING THIRD HE MCASNRES THE RLOST� SOXDOF THEIRO CRGNL CARSACITY. L DEVICES WHEN a. INSPECT THE PROJECT AREA AND CONTROL DEVICES (BY OVAIFIED PERSONNEL ASSIGNED TTHESE INSPECTIONSTANDTMYERESULTINGEACTIO ENE RN THEYSWGPPOWWTH A FINDINGS SUBMITTED WEEKLY My RECOM.IENDED ENGINEER DURING CONSTRUCTION. REVISE THE 1. PREVENT ACCUMULATION OF EARTH AND [[DEBRIS FROM CONSTRUCTION ACTIVITIES ON ORNNAGEwAT5INING LIC Oft 0R PRIVATE UNDERGROpN R SMEWRERSSREMOLVEINAMYY STREETS IVEWAYS TION OVEARTN OR DEBRIS IMMEDIATELY AND TAX NEMEDI& ACTIONS FOR FUTURE PREVENTION. g. INSTAL NECESSARY CONTROL MEASURES SUCH AS SILT BMR( RS EROSION CONTROL MATS MULCH, DITCH CHECKS OR RPRM AS SOON M MEAS R ZA THEIR FINAL GRADES MO A$ CONSTRUCTION OPERATNJNS PROGREBS TO EN URE CONTNUWS RUNOFF CONTROL.PROVIDE INLET AND OUTLET CONTROL MEASURES AS SOON AS STORM SEWERS ME NST&LED. H. RESPREM TOPSOIL (INCLUDING TOPSOIL FOUND IN SODA NAL DISTURBED AREAS, EXCEPT WHERE PAVEMENT, BUILDINGS OR OTHER IMPROVEMENTS ME LOCATED. • STABILIZE IMOEVELOPEO DISTUR EO AREAS WITH MULCH. TEMPORMY SEED MIX, COMPLETION SCR DELAYS ODP AVEMENT OPERATIONS(. INITIATE SOON OBIILIZATIONS MEEASURESN CEDJESAiE NY MY PORTONCONSTRUCTION OF THE SITEACTIVITY AND WHICH WILL NOTMPRESUMEOFOREAA TEMPORARILY EXCEEDINOG 14 C&ENDAR DAYS. j. COORDINATE LOCATIONS OF STAGING ME NI WITH THE OWNER AND RECORD IN THE SWPPP. UNLESS NOTED OTHERWISE, STAGlhl MEAS SHOULD CONTNN THE FOLLOWING, JOB TRAILERS FUELING /[VVEEHIICL[EE MMWASHOUT FACILI�Y. CONTROL RUNOFF FROM pAAINNT/ENN�ANCE AREA TEMPORARY SANITARY tFACNTIES, BED EIG S_5 RAND OTHEN CON RUL CEVICEORHE LT POSSIBLE. LONCNETETWISHOUi MUST BE rM�CCOONTANED ONSSITE. X� FILING EK ALL HE TEMPORARY OEROSION DISI ON COANIATI�OIN' MEASURES AND SITE WASTE PRIOR TO D. PROJECT SPECIFIC REQUIREMENTS FOR POLLUTION PREVENTION AND EROSION PROTECTION 1. RESPONSIBILITIES OF THE OWNER. a. SIGN NPDES CERTIFICATION STATEMENT M PERUTEE. III AL REQUIREMENTS NOT ASSIGNED TO OTHERS. 2. RESPONSIBILITIES OF THE ENCINEERE o. CREATE THE INITIAL SWPPP. b. PIUUBLISH THE PUBLIC NOTICE OF STORY WATER OAR SCHGE. c. CaVERHTENOTICE OF INTENT WITH MPLDANON FEE FOR WOES GENERA PERMIT No.2 B. SUBMIT THE NOTICE OF DISCONTNUATKIN. 1 RESPONNSNIBILITIES OF THE CONTRACTOR: o, CERTIFICATION OF SUBCOONTRACTORR CO PPEERNIEEES MTEE AND COORDINATING b. COMPLY WITH WITH THE REQUIREMENTS OF THE GENERAL PERMIT NK.2 AD THE SWPPP. a. MEAS kMAlNTAN. AND REMOVE EROSAD ION CONTROL POLLUTION PREVENTION B. WEEKLY INSPECTIONS AND CORRESPONDING RECORDS. s. UPDATE AND MAINTAIN THE ONSITE SWPPP. I. COOPERATE TO PROVIDE INFORMATION UNDER THE RESPONSIBILITY OF OTHERS. DO 6 �m m y LN U r Z Z W 2 cn W W O F- 0 a IL v p VJ ^ LL C J a a IL ca W 0 1n w fA J W Y F WLLJo of Lu Z U N (n s SNYDER &ASSOCIATES Project No: 1160264 11 Sheet 15 of 16 V 4 4 W� FlOL4W A PPLRE' 4 it 6 qb NR SALMI FNi3 OI OOL fgWAY 1 TVP. COURT LAYOUT & PAINTED LINES 15 rNO SULE F7 1 I e•ane a wne. 1 MnMx W� A F41FP9CCx FAtEaa9ERM F.e.�a.se•4p•. 4 II • ANe•b "y^'M II • fl rwllwan it Fp ineerslr Aetler Man..t. Fw steeper a w va•M� m, &upw, ii,. n,n... eas elMce Ey pe Engineer, Pace loam ln unwmpactee Mnaowp,,N.Eularla Mo Ygre N Iwtiom spealiee in tM mnlretl tlowmenls. SECTION VIEW AT STREET Filler waaMme er as s,flee INr pann,arerca,ud abW •bee11 In M. anlrenlCxumanrs. �\ TYPICAL PLACEMENT OF FILTER BERM OR SOCK n/ NOsrwlE z CREEK ACCESS WITH LIMESTONE BLOCK (ILLUSTRATION IS FOR PLACEMENT UNDERSTANDING) 15 No sCNE Y 1 0 T,wG4 &tT.[XCE mrtuuna, m LmorNcxA 9LarE8 T84 SILT FENCE DETAIL HO SCALE POLLUTION PREVENTION NOTES A POLLUTION PREVENTION AND EROSION PROTECTION 1. 2. B. STORM WATER CZU4V fpggIIT I V L n C.• 4U 1. THIS PROJECT REQUIRES COVERAGE UNDER THE NPDES GENERAL PERMIT N0.2 FOR STORM WATER DISCHARGBY THES EEWWASSOCIATED WITH CONSTRUCTION ACTIVITIES FROM THE IDW M R TOR AND AESUBLONTINDFORSfA InE ENAq CWNpPLI �CESWITHPEO�EDPNATNE�CONPRMT AL REOUNEMENTS `EE�P }}HH I1ry11S1•IryIER i DOCUMENTS. �(� A i3IT E T ONATER DISCHARGE PERMIT INCLUDING BUT NOT 2. ALL DOCUMENT l� }}�� LIMITED i0 THIS NOTICE OF INTENT PROOF OF PUBLICATIONS DISCNq�CE AUTHORIZATION LETTER, CURRENT SWPPP, SITE INSPECTION LOG, AND OTHER ITEMS, SHALL BE KEPT ON STE AT AL TIMES AND MUST B[ PRESENTED TO MY JURISDICTION& AGENCIES UPON REQUEST. FAILURE TO COMPLY WITH THE NPDES PERMIT REQUIREMENTS IS A VIOLATION OF THE CLEAT WATER ACT pFADD THE CODE OF IOWA 3 ASCONTINUATON OFF THHE USTSTABILIZATION URBIED SITE AD REMOVAL OFFEgALL MUST BE DTEMPORARY WITH THE EROSION NR NCONTROL MEASURES. OFL TPIpEESYEPSCIF,T EF REPORTS. CO NPLETIONTTHUNE COHTRACiOBESHEµT�NREENNN FECORD AND%OAND SUB IMOTT& THE NO NOTICE OFUDISCONTIMIATION MINER UPON PNG[CT ACCEPTANCE C.POLLUTKIN PREVENTION PLN( THIE L STORM MO55ppN P PIN bD0NHEREiWENRACERUSTONEFERTO P FOR NTHPOLLU OUNILLRNNtPLAN MADE NO CONST UCTION. 2. OLAEITHTTEERJETSDSUPERAND OEGE.MSµO SIOPI FOR CMPINCCWHPROJECTS MITT COVERAGE. ALL BPCN RESPONS,FLITT OES TREQCONTRAACCTAR R TOU IDENTIFY NOTEUAND IMPLEMENT. ADDIITIONAEL BW'5 FROM THOSE SHOWN ON THE PLAN MAY BE REOUIRED. 3. THE SWPPP AND SITE MA' SHOULD BE EXPEDITIOUSLY REVISED i0 REFLECT CONSTRUCTION PROGRESS ANO CHANGES AT THE PROJECT SITE. 4. THE[CONTIRMTOR IS RESPONSIBLE FOR COMPLIANCE WITH ALL REQUIREMENTS OF THE UNLESS INFEt SMIT ANDS NOTPYPCLUDINPLICAB♦!:BUT NOT UNITED TO, THE FOLLOWING S G BMP a. UTILIZE OUTLET STRUCTURES THAT WITHDRAW WATER FROM THE SURFACE WHEN DISCHARGING FROM BASINS PROVIDE AND MAINTAIN NATURAL SUFFERS ARGUING SURFACE WATANDEMA%NIZECSTORMR WATERS INFILLTTO RATION. AND NGETATED NIMIZIZETSOILCCOMPACTON.ENi REMOVAL b. INSTAL PERNETER AND FIN& SEDIMENT CONTROL MEASURES SUCH AS SILT BARRIERS, DITCH CHECKS. DIVERSION BERMS, OR SEDIMENTATION BASINS DOWNSTREAM OF SOL DISTURBING ACTIVITIES PRIOR TO STE CLEARING AND GRADING OPERATIONS. T PRESERVE EXISTING IN RBENBCONSTRUCTIONOEAOSTNAOA MIIMTTAREA DISTURBED BY NEEDED PRiANY TIME. d MAINTAIN FOER (INCLUDING TEMPORARY AND REiNRMG REPLACEMENT CONTROL SOOIMENT REMOVAWORKING THIRD HE MCASNRES THE RLOST� SOXDOF THEIRO CRGNL CARSACITY. L DEVICES WHEN a. INSPECT THE PROJECT AREA AND CONTROL DEVICES (BY OVAIFIED PERSONNEL ASSIGNED TTHESE INSPECTIONSTANDTMYERESULTINGEACTIO ENE RN THEYSWGPPOWWTH A FINDINGS SUBMITTED WEEKLY My RECOM.IENDED ENGINEER DURING CONSTRUCTION. REVISE THE 1. PREVENT ACCUMULATION OF EARTH AND [[DEBRIS FROM CONSTRUCTION ACTIVITIES ON ORNNAGEwAT5INING LIC Oft 0R PRIVATE UNDERGROpN R SMEWRERSSREMOLVEINAMYY STREETS IVEWAYS TION OVEARTN OR DEBRIS IMMEDIATELY AND TAX NEMEDI& ACTIONS FOR FUTURE PREVENTION. g. INSTAL NECESSARY CONTROL MEASURES SUCH AS SILT BMR( RS EROSION CONTROL MATS MULCH, DITCH CHECKS OR RPRM AS SOON M MEAS R ZA THEIR FINAL GRADES MO A$ CONSTRUCTION OPERATNJNS PROGREBS TO EN URE CONTNUWS RUNOFF CONTROL.PROVIDE INLET AND OUTLET CONTROL MEASURES AS SOON AS STORM SEWERS ME NST&LED. H. RESPREM TOPSOIL (INCLUDING TOPSOIL FOUND IN SODA NAL DISTURBED AREAS, EXCEPT WHERE PAVEMENT, BUILDINGS OR OTHER IMPROVEMENTS ME LOCATED. • STABILIZE IMOEVELOPEO DISTUR EO AREAS WITH MULCH. TEMPORMY SEED MIX, COMPLETION SCR DELAYS ODP AVEMENT OPERATIONS(. INITIATE SOON OBIILIZATIONS MEEASURESN CEDJESAiE NY MY PORTONCONSTRUCTION OF THE SITEACTIVITY AND WHICH WILL NOTMPRESUMEOFOREAA TEMPORARILY EXCEEDINOG 14 C&ENDAR DAYS. j. COORDINATE LOCATIONS OF STAGING ME NI WITH THE OWNER AND RECORD IN THE SWPPP. UNLESS NOTED OTHERWISE, STAGlhl MEAS SHOULD CONTNN THE FOLLOWING, JOB TRAILERS FUELING /[VVEEHIICL[EE MMWASHOUT FACILI�Y. CONTROL RUNOFF FROM pAAINNT/ENN�ANCE AREA TEMPORARY SANITARY tFACNTIES, BED EIG S_5 RAND OTHEN CON RUL CEVICEORHE LT POSSIBLE. LONCNETETWISHOUi MUST BE rM�CCOONTANED ONSSITE. X� FILING EK ALL HE TEMPORARY OEROSION DISI ON COANIATI�OIN' MEASURES AND SITE WASTE PRIOR TO D. PROJECT SPECIFIC REQUIREMENTS FOR POLLUTION PREVENTION AND EROSION PROTECTION 1. RESPONSIBILITIES OF THE OWNER. a. SIGN NPDES CERTIFICATION STATEMENT M PERUTEE. III AL REQUIREMENTS NOT ASSIGNED TO OTHERS. 2. RESPONSIBILITIES OF THE ENCINEERE o. CREATE THE INITIAL SWPPP. b. PIUUBLISH THE PUBLIC NOTICE OF STORY WATER OAR SCHGE. c. CaVERHTENOTICE OF INTENT WITH MPLDANON FEE FOR WOES GENERA PERMIT No.2 B. SUBMIT THE NOTICE OF DISCONTNUATKIN. 1 RESPONNSNIBILITIES OF THE CONTRACTOR: o, CERTIFICATION OF SUBCOONTRACTORR CO PPEERNIEEES MTEE AND COORDINATING b. COMPLY WITH WITH THE REQUIREMENTS OF THE GENERAL PERMIT NK.2 AD THE SWPPP. a. MEAS kMAlNTAN. AND REMOVE EROSAD ION CONTROL POLLUTION PREVENTION B. WEEKLY INSPECTIONS AND CORRESPONDING RECORDS. s. UPDATE AND MAINTAIN THE ONSITE SWPPP. I. COOPERATE TO PROVIDE INFORMATION UNDER THE RESPONSIBILITY OF OTHERS. DO 6 �m m y LN U r Z Z W 2 cn W W O F- 0 a IL v p VJ ^ LL C J a a IL ca W 0 1n w fA J W Y F WLLJo of Lu Z U N (n s SNYDER &ASSOCIATES Project No: 1160264 11 Sheet 15 of 16