Loading...
HomeMy WebLinkAboutHICKORY HILL PARK IMPROVEMENT PHASE 1CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE HICKORY HILL PARK IMPROVEMENTS PROJECT IOWA CITY, IOWA March 15th, 2018 L 0FsssipN'•.,ti or under my direct personal supervision and that I am a duly licensed ..'�' t0Oe`� �CFZ _ W '� w J J N C.) F- LL Q Uy Anny L hbacker, P.E. Date m � "'.,,• 10WF N CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE HICKORY HILL PARK IMPROVEMENTS PROJECT IOWA CITY, IOWA March 15th, 2018 Pages or sheets covered by this seal: QV I hereby certify that this engineering document was prepared by me 0FsssipN'•.,ti or under my direct personal supervision and that I am a duly licensed ..'�' t0Oe`� �CFZ Professional Engineers under the laws of the State of Iowa. i AMY L. v ASHBACKER z? 8.27.18 J`� `�. mS 19713 '� Anny L hbacker, P.E. Date Iowa R . No 19713 "'.,,• 10WF My license renewal date is December 31, 2019 Pages or sheets covered by this seal: QV CITY OF DEPARTMENT OF P ENGINEERING WA C PLANS, SPECIFICATI S, PROPOSAL AND CON FOR THE KORY THE PARK TRAILS, IDGES AND SIGNS PROJECT IOWA CITY, IOWA March 15u', 2018 N O_ m a c CIO A a s 0 1 hereby certify that this engineering document was prepared by me „#��� pESS/ or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. o z A z v ASHBACKER m2 19713 A Amy L. A backer, P.E. 08/16!2018 s Iowa Reg. No. 19713 \00.0/0 WF My license renewal date is December 31, 2019 �..0 !}9N1\!40 Pages or sheets covered by this seal: All SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICETO BIDDERS...............................................................................................................AF-1 NOTETO BIDDERS................................................................................................ ............ NB -1 FORMOF PROPOSAL..........................................................................................................FP-1 WT -1 BIDBOND.......................................................................................................................BB-1 FORM OF AGREEMENT....................................................................... ...............................AGA PERFORMANCE AND PAYMENT BOND.................................................................................PB-1 GC -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)........................................................................... CC -1 WAGE THEFT POLICY ........................................................................................... Section 02 10 00 Site Preparation......................................................................021000-2 WT -1 Section 02 22 00 Earth Excavation, Backfill, Fill and Grading ............................022200-5 N O_ GENERAL CONDITIONS ... GC -1 ......................................................................................om � D� C= � SUPPLEMENTARY CONDITIONS.. .....................................................................c ..-<... ay.... Section 03 11 13 Concrete Formwork................................................................03 11 13-5 BIDDER STATUS FORM.. ....................................................................................''rn....�,...... 1 r— TECHNICAL SPECIFICATIONS ko DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work...................................................................... 01010-1 Section 01025 Measurement and Payment............................................................. 01025-1 Section 01310 Progress and Schedules.................................................................. 01310-1 Section 01570 Traffic Control and Construction Facilities ........................................ 01570-1 DIVISION 02 — SITE WORK Section 02 05 00 Demolitions, Removals and Abandonments ...........................020500-3 Section 02 10 00 Site Preparation......................................................................021000-2 Section 02 22 00 Earth Excavation, Backfill, Fill and Grading ............................022200-5 Section 02 27 00 Slope Protection and Erosion Control.....................................022700-3 Section 02 52 00 Portland Cement Concrete Paving.........................................02 52 00 — 3 Section 02 52 24 Curb Ramp with Tiles.............................................................025224-3 Section 02 90 00 Landscaping...........................................................................029000-6 DIVISION 03 — CONCRETE Section 03 11 13 Concrete Formwork................................................................03 11 13-5 Section 03 20 00 Concrete Reinforcement...... Section 03 30 00 Cast -in -Place Concrete ....... 032000-3 ......033000-17 DIVISION 06 - WOOD Section 06 13 00 Timber Construction................................................................ 06 13 00- 5 DIVISION 10 — SPECIALTIES Section 10 14 23 Signage..................................................................................101423-8 Division 32 — EXTERIOR IMPROVEMENTS Section 32 34 00 Pedestrian Bridge and Light Vehicle Bridges ..................... 323400-5 .J CD LL q OF r.A N i— tU , a .L U co � 0 N NOTICE TO BIDDERS HICKORY HILL PARK IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 27 day of September, 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 2 day of October, 2018, or at special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 11:00 AM local time on Wednesday, September 18, 2018 in the Hickory Hill Park shelter, located at Hickory Hill Park, at the intersection of East Davenport Street and East Bloomington Street, Iowa City, Iowa. The Project will involve: remove and replace aggregate trail, relocate aggregate trail, install water bars to improve site drainage, install trench drains and subdrains, construct three new pedestrian bridges and associated abutments, stabilization of secondary bridge revetment, install PCC trailhead walk, replace PCC ADA curb ramps (3), fabricate and install park identification signs (3), fabricate and install primary trail mark signs (4), fabricate and install secondary trail marker signs (8), fabricate and install interpretive marker sign (1), remove existing vegetation (including some trees), furnish and install seed, fertilizer, and mulch throughout project to provide restoration, other work associated with parks and trails reconstruction. All work is to be done in strict compliance with the plans and specifications prepared by RDG Planning & Design, & HBK Engineering, of Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Officeof the City Clerk. � Each proposal shall be completed on a form furnished by the City and O Fbe2iipbmitteV in a sealed envelope. In addition, a separate sealed envelope st4ae r6ybmit� containing a completed Bidder Status Form and a bid bond executed�d*ora on authorized to contract as a surety in the State of Iowa, in the sum of 107, theciid. fm bid security shall be made payable to the TREASURER OF THE CITYc°IOffA CI>� IOWA, and shall be forfeited to the City of Iowa City in the event the suc s ul leder fai s to enter into a contract within ten (10) calendar days of the City Council's av,iffd 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 hun- dred 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 AF -1 NOTICE TO BIDDERS HICKORY HILL PARK TRAILS, BRIDGES AND SIGNS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 27 day of September, 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 2 day of Octo/Iocated at special meeting called fort t purpose. There is a recommen d pre-bid meeting. This will start local time on Wednesday, September 2018 in the Hickory Hill Park shat Hickory Hill Park, at the intersection of st Davenport Street and East Bloeet, Iowa City, Iowa. The Project will involve: remove an replace aggregate tray relocate aggregate trail, install water bars to improve site drainage, install trench draing and subdrains, construct three new pedestrian bridges and associ revetment, install PCC trailhead walk, install park identification signs (3), f. fabricate and install secondary trail r marker sign (1), remove existing veg seed, fertilizer, and mulch throughout F with parks and trails reconstruction. s stabilization of secondary bridge ADA curb ramps (3), fabricate and install primary trail mark signs (4), (8), fabricate and install interpretive ling some trees), furnish and install de restoration, other work associated All work is to be d/nHB ict corn lance with the ans and specifications prepared by RDG Planning & HB Engineering, of I a, which have heretofore been approved bythe Cl, a are on file for public a urination in the Office of the City Clerk.ci.Each proposal shleted on a form furnished by the ity and musul.ttedin a sealed envaddition, a separate sealed env ope shallcbe�suppiittecontaining a comer Status Form and a bid bond ex uted by-s4�rparatioauthorized to conturety in the State of Iowa, in the sumo 10% of t�q bi Thi bid security shall be made payable to the TREASURER OF THE Cl OF low iTY0 IOWA, and shall be forfeited to the City of Iowa City in the event the suc ssfnl bid r fails to enter into a contract within ten (10) calendar days of the City Counci award.,o-f the contract and post bond satisfactory to the City ensuring the faithful perfor ance of the contract and maintenance of said Project, if required, pursuant to the provisi s 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 hun- dred 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 AF -1 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: • Working Days: 120 • Substantial Completion Date: June 1, 2019 • Final Completion Date: June 15, 2019 • Specified Start Date: October 8, 2018 �J LD ci The plans, specifications and proposed contract documents may be examined at the oft Q of the City Clerk. Copies of said plans and specifications and form of proposal blanks m be secured at Rapids Reproduction, Iowa City, Iowa, by bona fide bidders. Contact N },C_ Chambers to order 319-354-5950 orjiilc@rapidserpro.com A $56b0 deposit or current MBI/ABC Plans Request Card, made payable to (Owner or architet;t/engineer name) is required. A second , nonrefundable check for $30.00 payable to Rapids Reproductions shall be included if shipping is desired. Mail Deposit and Shipping and handling to: Rapids Reproductions 415 Highland Ave Ste 100 Iowa City, Iowa 52240 Deposit will be refunded if Bid Documents are returned complete, undamaged, unmarked and reusable, within 14 days of award of the project by City Council in re- usable condition. Failure to comply will result in forfeiture of deposit. Electronic bidding documents will be available online at: www.rapidsrepro.com 1. Go to www.ral)idsreproplanroom.com 2. Log in or: 3. Click on "go" next to Register Now 4. Direct any questions to: 1-800-383-1223. 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 AF -2 waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK AF -3 N O � m a -mn C7 < N r— to AF -3 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal N O_ Q m c -E2 b 4 b C G7 C-) N ;<r i a v� a =^ o �P FORM OF PROPOSAL HICKORY HILL PARK IMPROVEMENTS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS FORM ARE CON- TAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 N ESTIMATED UNIT o EXd7ZNDED ITEM DESCRIPTION UNIT QUANTITY PRICE Ln f OUNTn 1. Mobilization LS 1 $� v r <r— a rn 2. Removal, Existing SY 2157 $ $rnp S .�.. Aggregate Trail cn 3. Limestone Aggregate TON 950 $ $ Trail 4. Erosion Control LS 1 $ $ 5. Class 10 Excavation CY 3525 $ $ 6. Tree Removal, Large EA 21 $ $ 7. Water Bars EA 15 $ $ FP -1 FORM OF PROPOSAL HICKORY HILL PARK TRAILS, BRIDGES AND SIGNS PROJECT CITY OF IOWA CITY NOTICE TO BI PLEASED NOT USE THE FORM OF PROPOSAL INCLUDED I THE BOUND VOLUME OF E SPECIFICATIONS. SEPARATE COPIES OF THIS YORM ARE CON- TAINED WITHI THE BACK COVER OF THIS DOCUMENT. Name of Bidder N Address of Bidder C> C-) TO: City Clerk _i City of Iowa Cityr­ `r m City Hall l = -� 410 E. Washington St. c Iowa City, IA 52240 —' The undersigned bidder submits herewith bid security in the amount of $ , in accordance with a ter set forth in the "Project Specifications." The undersigned bidder, having examine nd determined the scope of the Contract Documents, hereby proposes to provide the req re labor, services, materials and equipment and to perform the Project as described in the ontract Documents, including Addenda and and to d all work the prices set forth herein. We further propose to do all "Extr Work" which m y be required to complete the work contemplated, at unit prices or lump su to be agreed upon i writing prior to starting such work. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization LS 1 $ $ 2. Removal, Existing SY 2157 $ $ Aggregate Trail 3. Limestone Aggregate TON 950 $ $ Trail 4. Erosion Control LS 1 $ $ 5. Class 10 Excavation CY 3525 $ $ 6. Tree Removal, Large EA 21 $ $ 7. Water Bars EA 15 $ $ 8. Helical Piers EA 28 $ $ FP -1 9. Structural Concrete CY 32 $ $ 10. Pedestrian Bridge, LS 1 $ $ Timber, 18'L x 10'W 11. Pedestrian Bridge, LS 1 $ $ Steel, 20'L x 10'W 12. Pedestrian Bridge, LS 1 $ $ Steel, 40'L x 10'W 13. Revetment, Class E TONS 150 $ $ 14. Dewatering, LF 75 $ $ Trench Drain 15. Subdrain LF 60 $ $ 16. PCC Paving, Trailhead SY 300 $ $ 17. Detectable Warning Panels EA 3 $ $ 18. Park Identification Sign EACH 3 $ $ 19. Park Large Markers EACH 4 $ $ 20. Park Small Markers EACH 8 $ $ 21. Interpretive Sign EACH 1 $ $ - N >- C -0 C- m � TOTAL EXTENDED AMOUNT $ The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Name: Type of Work: Appx $ Amnt: NOTE: All subcontractors are subject to approval by City. FP -2 The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents' prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 N 0 v D^^ C=7 f 7� N -r o 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 HICKORY HILL PARK IMPROVEMENTS 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 provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety" does hereby waive notice of any such time extension. ^, m co The Principal and the Surety hereto execute this bid bond this daye� A.D., 20_ n -G r �m a o�� (S� Witness Principal •• By D (Title) Witness 9M Surety By— (b) y— Attach Power -of -Attorney (Seal) (Attorney-in-fact) 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 obl our heirs, executors, administrators, and successors jointly and severally on the Principal submission of the accompanying bid, dated HICKORY RILL PARK TRAILS, BRIDGES AND SIGNS PROJECT. NOW, (a) If saidXid shall be rejected, or in the alternate, shall bind obligation is for (b) If said Bid all be accepted and the Principal hall execute and deliver a contract in the form sp ified, and the Principal shall en furnish a bond for the Principal's faithful performs a of said Project, and fo the payment of all persons performing labor or furnishing aterials in connectio therewith, and shall in all other respects perform the Project, a agreed to by the/City's acceptance of said Bid, then this obligation shall be void. OtherNse this 96ligation shall remain in full force and effect, provided that the liability of the Surety for ah,aIall claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the 011 a unt of this bid bond shall be forfeited to the Owner in the event that the Principal faiO to exe to the contract and provide the bond, as provided in the Project specifications ora required by hkw. The Surety, for value receiveq hereby stipulates alp Surety and its bond shall in no way/e impaired or affecte� which the Owner may accept such id or may execute such does hereby waive notice of any s ch time extension. N O agrees that the obligatiow of said any extension -Of Me tarAe wffq act document$„aNd s0id Surety Ny-- -; ern a The Principal and thVD., rety hereto execute this bid bond this o day 20 (Seal) Witness / Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney 0 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 7th day of February, 2018, for the HICKORY HILL PARK IMPROVEMENTS PROJECT, and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $ , which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers , attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; C. Plans; o �n d. Technical Specifications and Supplementary Conditions; 4c-) e. Performance and Payment Bond; <rn a M v f. Contractor's Completed Bidder Status Form; attached heret8Fr c CA g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. This Instrument. AG -2 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). W EREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 1 day of March, 2018, for the HICKORY HILL PARK TRAILS, BRIDGES AND SIGNS PROJEC and WHEREAS, ontractor submitted a bid on the Proje/rbed in said Plans, Specifications, Proposal d Contract, and WHEREAS, the parti hereto now wish to enter into th' aareement for the construction of said Project. NOW, THEREFORE, IT IS A REEL 1. The Contractor hereby a ee of Proposal including the to which sums are incorporated 2. This Agreement consists o incorporated herein by r ere a. Addenda Nu ers b. C. d. e. 0 h. i. to perfo the Project for the sums listed in its Form I e nded amount of $ e 'n by this reference. ie fol wing additional component parts which are attached hereto; "StanZaDepartment Specifications for Highway an%asended; e Construction," Series of 2015, of Transportation 'Technical Specifications and Supplementary Conditio\her N 0 Performance and Payment Bond; m a –� c Contractor's Completed Bidder Status Form; attachedc- G iv �— Contractor's Completed Assurance of Contract Compliance Agram (A Discrimination Requirements), attached hereto; �� 17 Completed Form of Proposal; and This Instrument. AG -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 acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $ Amnt: DATED this day of CitV By Mayor ATTEST: City Clerk AG -3 Contractor (Title) ATTEST: 20 (Company Official) Approved By: City Attorney's Office o_ c YV ...4 � It- 0 N AG -3 Contractor (Title) ATTEST: 20 (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for HICKORY HILL PARK IMPROVEMENT 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 RDG Planning & Design, & HBK Engineering, 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. m a B. Whenever Contractor shall be, and is declared by Owner to be, in " It @ider Agreement, the Owner having performed Owner's obligations thereundef�� SUty Xy promptly remedy the default, or shall promptly: <rn rn 1. Complete the Project in accordance with the terms and c�[ionoof t Agreement, or v cn 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient Im PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are%int d firmly bound unto the City of Iowa City, Iowa, as oblige hereinafter called the Owneramount of hereinafter ($ ) for the payment for which Contr ctor and Surety hereby bind themselves, thea eirs, executors, administrators, successors an assigns, jointly and severally. WHEREAS, Contractor has, as of a tered into a (date) written Agreement with Owner for HICKOR HILL PARK T LS, BRIDGES AND SIGNS PROJECT; and WHEREAS, the Agreement requires executio f this rformance and Payment Bond, to be completed by Contractor, in accordance with plans an ecifications prepared RDG Planning & Design, & HBK Engineering, which Agreement is by f ence made a part hereof, and the agreed-upon work is hereafter referred to as the Proje NOW, THEREFORE, THE CONDITIONS F THIS O IGATION are such that, if Contractor shall promptly and faithfully perform s d Agreement, then a obligation of this bond shall be null and void; otherwise it shall remain ' full force and effect unti atisfactory completion of the Project A. The Surety hereby waives/noticef any alteration or extension of ti made by the Owner. B. Whenever Contractor shalis declared by Owner to be, in default der the Agreement, the Owner havmed Owner's obligations thereunder, the Suret may promptly remedy the def It, or shall promptly: 1. Complete the roject 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 6 accordance with the terms and conditions of the Agreement; and upon dete-RMina- tion by Owner and Surety of the lowest responsible bidder, arrange f64 a gntrac'ul 1 N between such bidder and Owner, and make available, as work progresse& (evgrr- though there may be a default or a succession of defaults under the!4re2tnentArJ PBA subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of 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 subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) iJ (Street) t� Q y. ,L! 7C `_ LJ . (City, State, Zip) . v cNa �2 (Phone) m CNo PB -2 Contract Compliance Program F'�M.�� o CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 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. 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. mgAasst\contractcompliance.doc CC -1 N Q O d! D� C7 -C N _ rn 3. M mgAasst\contractcompliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respectjro 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.) r ' 1. The'contractor will not discriminate against any employee or applicant for employment and will take` affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mgr\asst\contractoompliance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date mgAassflcontractcompliance.doc CC -3 N 0 OCA m C) —< N ✓� rn— �V a � o mgAassflcontractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and pgst it in.a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The ,policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer'. (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgAasshcontractcompliance-doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N O -n O a-71 c o -� CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender 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. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: L- CC -6 Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 N U CD QJ C C) na C� M rri s CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. K co L( x �L: j U. a v o Co P N K CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") I. Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: N a. There has been a bona fide change in ownership or control of the ineligible person jr entitg C z� b. Disciplinary action has been taken against the individual(s) responsible for the 3ak4ivigi rise 21he violation(s); —< " F. �n g c. Remedial action has been taken to prevent a recurrence of the acts giving rise to h 6isq�lificatio or default; O or N 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 STATE OF M WAGE THEFT AFFIDAVIT ) SS: COUNTY ) 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 in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on 120. Notary Public in and for the State of N ?- Ci U.� r cpm+ WT -2 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N O -� -� rri ro r GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect - S -1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Tranortation "Standard Specifications for Highway and Bridge Construction," Series of M15, as amended. S-2 LIMITATIONS OF OPERATIONS. SC -1 N O_ Iowa acting throughfAhe,Cit=ounciL TRANSPORTATIO"$R "G'OUNig =�rn a f�i s fes? o "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Tranortation "Standard Specifications for Highway and Bridge Construction," Series of M15, as amended. S-2 LIMITATIONS OF OPERATIONS. SC -1 Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION I 1.c, Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for [ e f the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required .� h$reunder must apply to this Project only. 2.— The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage' Each Occurrence Aggregate $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. 'Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. SC -2 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C_ If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail' or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. o o m 5. The City reserves the right to waive any of the insurance requirements in gbvidedd.. The City also reserves the right to reject Contractor's insurance if nob imC(* plias with the requirements herein provided, and on that basis to either award M cMtract°to the next low bidder, or declare a default and pursue any and all remedies available to the City. E7. SC -3 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1.1 The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the ]DOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: SC -4 The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT -1. S-10 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the ]DOT STANDARD SPECIFICATIONS. o o m S-11 TAXES. C-) m Contractors and approved subcontractors will be provided a Sales Tax Exempt CeftlDcatelle- purchase building materials, supplies, or equipment in the performance of the contract:; The Contra f shall submit the information necessary for the certificates to be issued. o S-12 CONSTRUCTION STAKES. r� Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: SC -5 The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-13 BIDDER STATUS FORM. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. SC -6 N U. `s U O Q N SC -6 idder Status Form To be completed by all bidders PartA 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. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to Dates: / / to Dates: / / to You may attach additional sheets) if needed. Address: City, State, Zip: Address: City, State, Zip: /-/-Address: City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. if you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and 44flgW thN y failugr, provide accurate and truthful information may be a reason to reject my bid. n O C7 Signature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This woUtjeeet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes -your by�fness, you are authorized to transact business in Iowa. P ❑ Yes ❑ No Q My business is currently registered as a contractor with the Iowa Division of Labor. N ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. ]M ARC 1271C LABOR SERVICES DIVISION [8751 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 beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21, One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder" A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875 --Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875—Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrafix"nd option] procedures for enforcement of the Act. The definitions and interpretations contai I9L& Code section 73A.21 shall be applicable to such terms when used in this chapter. D y 5 "Act" means Iowa Code section 73A.21. : N �+ Affiliate, " when used with respect to any specified person or entity, means another rso11'br enlft that, either directly or indirectly through one or more intermediaries, controls, or is controllcby, o under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code sectan 91.2P the labor commissioner's designee. "Division " means the division of labor of the department of workforce development. BF -3 "Nonresident bidder" means a person or entity that does not meet the definition of a 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. " flithlic 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 businq;sSS f6 atleast three years prior to the date of the fust advertisement for the public improvement. If anofhpr s ate foreign country has a more stringent definition of a resident bidder, the more stringent defmiM�n i r—so- icable as to bidders from that state or foreign country. "Edsident.2bor force preference" means a requirement in which all or a portion of a labor force work g on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 575-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or joint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; i C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed 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 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-1563(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preferenctt,given or required by the home state or foreign country of the bidder's parent. In the instance' a labeorce preference, a public body shall apply the same resident labor force preference to a publir oveteent ir)–. this state as would be required in the construction of a public improvement by the homcjq� oareign country of the nonresident bidder, or the parent of a resident bidder if the parent wQ¢l�d;qu Vy as } 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 forcign`WurriW' of tHei nonresident bidder to whom the contract was awarded would apply a preference to the subeontr3Stor. j BF -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 e¢mplaintto the commissioner. Any complaint must provide the information required pursuant subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. Ac completed written complaint form shall be submitted to the commissioner at Labor Services ivisic!g 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4 2)'K*en complaint form. The commissioner shall prepare a written complaint form that a pers([ with information regarding a potential violation of the Act may submit pursuant to submle 156.4( r) -The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaint form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment - 875 -156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV. 7m 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. I£ the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. o o in [Filed 12/16/13, effective 2/12/14]n 2 [Published 1/8/14] Z -1 EDrrott's NoTE: For replacement pages for IAC, see IAC Supplement 1/8/14. n� = r— m a. � BF -7 ^' SECTION 01010 SUMMARY OF THE WORK PART1-GENERAL General description, not all inclusive. A. Base Bid Work - 1 . ork: 1. Remove and replace aggregate trail. 2. Relocate aggregate trail. 3. Install water bars to improve site drainage. 4. Install trench drains and subdrains. 5. Construct pedestrian bridges and associate abutments (3). 6. Stabilize secondary bridge revetment. 7. Install PCC trailhead walk. 8. Replace PCC ADA curb ramps (3). 9. Fabricate and install park identification signs (3)- 10. Fabricate and install primary trail mark signs (4). 11. Fabricate and install secondary trail marker signs (8). 12. Fabricate and install interpretive marker sign (1)- 13. Remove existing vegetation, including trees. 14. Furnish and install seed, fertilizer, and mulch throughout project to provide restoration. 15. Other work associated with parks and trails reconstruction. 01010-1 N O_ � m �C-) c) -G N Z1M a � 'o 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL 1.01 SUMMARY. A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract, also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART2-PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur _ d 7D no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims - 01025 -1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. N Work associated with existing items on private and/or public property that are to be Qprotected, removed, relocated, replaced, reinstalled or modified is considered U. incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing N items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractors expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as 'REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off 01025-2 adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS Mobilization (LS) The unit price for this item (LUMP SUM) shall include all costs associated with preparatory work and operations for all items under the contract; including, but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to and from the project site; bonds and insurance; permits and all other overhead expenses. This item shall also include all efforts necessary for multiple mobilizations and demobilization. 2. Removal, Existing Aggregate Trail (SY) The unit price for this item (SQUARE YARDS) shall constitute full payment for furnishing all equipment, labor, and materials to excavate and dispose of granular material to grades shown on the plans and as directed by the Engineer. Hauling and disposal of excess material shall be considered incidental. 3. Limestone Aggregate Trail (TON) The unit price for this item will be paid based on the scale tickets for material delivered and incorporated into the project. The unit price for this item (TONS) shall constitute full payment for furnishing all equipment, labor, and materials to construct rock surface to specked widths and thicknesses and includes subgrade preparation and compaction, supply and placement of specified rock, finish grading and compaction of surface and backfilling along edges. 4. Erosion Control (LS) The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. The unit price for this item (LUMP SUM) shall constitute full payment for furnishing, installing, maintaining, monitoring, and removing all erosion control devices installed at locations indicated on the plans or as directed by the Engineer. Erosion control for areas disturbed by careless actions of the Contractor shall be restored at the Contractor's expense. o 5. Class 10 Excavation, (CY)>� The unit price for this item (CUBIC YARDS) shall constitute-ftill payme for furnishing all equipment, labor, and materials to exeeyate,-MI, and compact the stream bed and banks to grades shown on 662 ians- nd asi directed by the Engineer. Hauling and disposal of e5i¢as rater shall be considered incidental. r� 6. Tree Removal, Large (EA) The unit price for this item (EACH) includes all work required to cut, remove and dispose of trees, stumps, and roots within the limits of construction as directed by the Engineer. Water Bars (EA) The unit price for this item (EACH) will be paid based on the individual 01025-3 number of water bars that are installed per the final plan pages. This item includes all work to excavate and install each individual bar assembly including all associate materials, anchorage, and affiliated compaction and reshaping work. 8. Helical Piers (EA) Unit price for this item (EACH) will be based on the complete installation of each individual anchor to lengths/depths shown on the plans. All anchors shall meet the design loading requirements and lengths will be included on each individual anchor to account for said loading. Price shall include all E�. necessary shipping, hauling, and placement hardware. No payment will c be made for rejected piers, piers installed out of place, imperfect piers, or N piers damaged during installing or handling. Structural Concrete (CY) m The unit price for this item will be paid based on the total cubic yards of N Portland cement concrete placed for the associated bridge abutments as indicated on the plans. Item will include associated excavation, subgrade compaction and preparation work, formwork installation, reinforcing supply and placement, and final form removal and backfill associated with specified areas. 10. Pedestrian Bridge, Timber, 18'L x 10'W (LS) The unit price for this item (LUMP SUM) shall constitute full payment for manufacturing, delivering, erecting, and assembling the pedestrian bridge as shown in the plans. Also includes all foundations, footings, abutments, bearing plates, pads, bolts, anchor bolts, decking, railing, and any other materials, labor, and equipment necessary to complete the bridge in place. 11. Pedestrian Bridge, Steel, 20'L x 10'W (LS) The unit price for this item (LUMP SUM) shall constitute full payment for manufacturing, delivering, erecting, and assembling the pedestrian bridge as shown in the plans. Also includes all foundations, footings, abutments, bearing plates, pads, bolts, anchor bolts, decking, railing, and any other materials, labor, and equipment necessary to complete the bridge in place. 12. Pedestrian Bridge, Steel, 40'L x 10'W (LS) The unit price for this item (LUMP SUM) shall constitute full payment for manufacturing, delivering, erecting, and assembling the pedestrian bridge as shown in the plans. Also includes all foundations, footings, abutments, bearing plates, pads, bolts, anchor bolts, decking, railing, and any other materials, labor, and equipment necessary to complete the bridge in place. 13. Revetment, Class E (TONS) The unit price for this item will be paid based on the scale tickets for material delivered and incorporated into the project. The unit price for this item (TONS) shall constitute full payment for furnishing all equipment, labor, and materials to place specified stone to thicknesses and grades shown on the plans and directed by the Engineer. Also includes subgrade preparation and shaping, placement and compaction of rock, and provisions to keep rock from being contaminated with soil during 01025-4 subsequent construction activities. No engineering fabric shall be installed prior to the installation of revetment. 14. Dewatering, Trench Drain (LF) The unit price for this item (LINEAR FEET) will be measured between the longitudinal ends of the trench drain along the profile and shall include all fittings and protective grates as shown on the plans. Trenching, media and filter fabric shall be inclusive with the LF pricing. Payment includes all shipping, delivery, and installation of said item. 15. Subdrain (LF) The unit price for this item (LINEAR FEET) shall constitute full payment for furnishing all equipment, labor, and materials to construct subrain and appurtenances as shown on the plans or as directed by the Engineer. Also includes trenching, disposal of excess excavated material, furnishing and placing blind ends, elbows, tees, and C.M.P. outlets, including outlet coverings and rodent guards , grouted joints, special connections, drilling or forming into drainage facilities, furnishing and placing porous backfill, and finishing the surface as directed by the Engineer. 16. PCC Paving, Trailhead (SY) The unit price for this item (SQUARE YARDS) shall constitute full payment for furnishing all equipment, labor, and materials to construct Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, per Section 03350, curing, jointing and joint sealing, and backfilling at form lines. 17. Detectable Warning Panels (EA) The unit price for this item (EACH) will be paid based on each individual curb ramp area that is indicated on the project plans as designed. These areas will be verged by the Engineer prior to acceptance. The unit price for this items (EACH) shall constitute full payment for furnishing all equipment, labor, and materials to construct detectable warning panels according to the plans. 18. Park Identification Signs (EA) RDG to populate 19. Park Large Markers (EA) RDG to populate 20. Park Small Markers (EA) N RDG to populate �C-) A 21. Interpretive Sign (EA) r < ry RDG to populate irri r l ==C o r\3 r 01025-5 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY. A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Bid meeting will be held on _March 18"', 2018 at the Project Job Site B. A Pre -Construction meeting will be held prior to beginning work. N d 3.02 PROGRESS OF WORK. -c, c -71 A. Work will be limited to 120 working days. Saturdays will not be counted ag4orkinq - days. The specified start date is April 17, 2018. No Liquidated darna§�6s ^' B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m'without t1a approval of the Engineer, with the exception of saw cutting freshly; oured concrete. r C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. 01310-1 D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. C .1? E© Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. w — FN The Contractor will become an active partner with the City in communicating with LL and providing information to concerned residents and businesses. (K- Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification - 01310 -2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1-GENERAL 1.01 SUMMARY. A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2-PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. o C m n MIN PART 3 - EXECUTION_. c -)-G ry 3.01 TECHNIQUES: —� r_1 s A. Except as amended in this document, the work in this section will conforowith® following divisions and sections of the IDOT Standard Specifications: 01570-1 Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: P� !; The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles `--,ahead of scheduled work. The Contractor is responsible for installation and m o maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor - 01570 -2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. [DOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. O o X. PART 3 - EXECUTION r� "s j n -t ro --- 3.01 TECHNIQUES: —+h A. Except as amended in this document, the work in this section will codorr&thCz CV following divisions and sections of the IDOT Standard Specifications: r Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 A.' Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non -working and non- active periods. C. Site Access Measures 02050-2 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete �- Sidewalks. Section 2515. Removal and Construction of Paved Driveways. — Section 2516. Removal and Construction of Retaining Walls and Steps. N- 3.2 C9 I - IN.SPECTION: A.' Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non -working and non- active periods. C. Site Access Measures 02050-2 1. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. rn cc.> 2. Backfill under and within 5 feet of paved surfaces shall be Glass brushed stone compacted to 95% Standard Proctor Density. The�top 12 inches± directly below paved surfaces shall be Class A crushed stone cbm- A ed to 98% Standard Proctor Density. Other excavations shall bebacked with suitable excavated material, compacted to 90% Standard Proctor Density:: '. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non -shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 02050-3 SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 SUMMARY. A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART2-PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of constructio and for trees, shrubs and vegetation not designated for removal. The CTtractQ liability for tree and shrub damage will be based on the appraised value, not rejabcemej value, and shall include the cost of appraisal by a qualified arborist: - j di 'rr1 = r� 02100-1 3.03 EXISTING STRUCTURES AND PROPERTY: A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: t --Only fencing designated by the Engineer shall be removed. L. B2 Sections of fence removed for construction shall be replaced per the applicable bid r item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMARY. A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: o Division 21. Earthwork, Subgrades and Subbases. c All sections Division 24. Structures. Section 2402. Excavation for Structures. a 0 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface 02220-1 restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable LIJI E temporary pipes, flumes, or channels for water that may flow along or across the work site - C -0 1 -- LL CP= c. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 1 Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. 02220-2 D. Trench Excavation in Fill 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 1022, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When req&�ed, they shall be performed smoothly and neatly without splitting or crus"g. Trim injured portions by use of a chainsaw or loppers for bsa Whes'tr an"al when working with roots. Do not leave frayed, crushed, -or tor"clges_U> any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wourtO dressing. if conflicts with large roots and branches are anticipated, notify the EEhginger. 3. No construction materials and/or equipment are to be stored, 'piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those 02220-3 with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commence- ment of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. 02220-4 B. Explosives shall not be used for rock excavation. 3.06 BACKFILLING: A. General 1. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise incffi%ted or specified. r' c `�'tt 11 3.07 UNAUTHORIZED EXCAVATION. no q— A. When the bottom of any excavation is taken out beyond the limits1nd�?ted IbP'i specified, backfill, at Contractor's expense, with Class A crushed std cgcgpacted to 95% Standard Proctor Density. r';, 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 -GENERAL 1.01 SUMMARY. A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. ]DOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual latest edition. 1.03 QUALITY ASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 -PRODUCTS 2.01 MATERIALS: N A. Except as amended in this document, the materials in this section will cofflbrm with the following divisions and sections of the IDOT Standard Specifi(Offs:a A� C= Division 41. Construction Materials. ' ro Section 4130. Revetment Stone and Erosion Stone.:— Section tonerSection 4169. Erosion Control Materials. t ' Section 4196. Engineering Fabrics. o C7 r 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the [DOT Standard Specifications: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation 1. The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement 1. Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or 'T shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up-slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along 02270-2 Division 25. Miscellaneous Construction. ' Section 2507. Concrete & Stone Revetment. C:) .. i and the following IDOT Standard Road Plans: LL .= .J— c� > _. RC -5 Wood Excelsior Mat LFo r, r RC -16 Silt Fence . 3.02 S&EDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation 1. The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement 1. Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or 'T shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up-slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along 02270-2 a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specked. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specked. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specked covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 02270-3 N O ^~� C ?sem C7 -G N �;U _ o 02270-3 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. N O PART2-PRODUCTS o 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will Conjgrm vM the following divisions and sections of the [DOT Standard Specifications: o Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT., A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. 02520-2 Section 2111. Granular Subbase. Division 22. Base Courses. ! r I d L _ . Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. L a - `"� o Division 23. Surface Courses. o Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT., A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. 02520-2 C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK. A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 shareMengineerlspec-ii%02520 do 02520-3 N U N S2 trq = =� o r.� SECTION 02524 CURB RAMPS PART 1 -GENERAL 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities, Dated 7/17/2014 D. ASTM C309 — Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 N O 1.06 PROJECT CONDITIONS: a' _ A. Comply with ACI requirements for cold and hot -weather concrete work. n N B. Pre -Installation Meeting PART 2 - PRODUCTS o n� 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 C. Tactile / Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24"x 48" nominal or width of sidewalk Depth: 1.400"+/- 5% max. J Face Thickness: 0.1875 +/- 5% max. Warpage of Edge: +/- 0.5% max. G. t3 ; - Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, Fast Jordan Iron Works, or Metadome, N P61RT 3 JXE&UTION 0 3.01 79CHN/QUES: A. Except as amended in this document, the work in this section will conform with Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities and the following sections of the Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.0% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6 -inch thick P.C.C. will be placed as indicated on project plans. B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to a 6 or 8 -inch P.C.C. section, unless otherwise specified by the Engineer. 3.04 WIDTHS: A. Curb ramps widths may vary at the street back of curb and through the area of truncated domes. If necessary, transition width of ramps after truncated domes to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. 3.05 CURB RAMPS GEOMETRICS: A Different curb ramp types are shown in the plans. This project may include these or other 02524-2 curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best -fit'. Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6 -inch curb bordering the curb ramp will be paid separately in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is at the back of curb line. 3.07 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturers guide for rate and method. 02524-3 N O O n m C 71 �— _{ <m x. M ' M 02524-3 SECTION 02900 LANDSCAPING PART1-GENERAL 1.01 SUMMARY. A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE. A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot bp,, planted immediately, on ground and protect with soil, wet peat moss or other Ad'ceptable material, and water as required by weather conditions. f 2 c 71 C. Keep container grown trees and shrubs, which cannot be plaht2rt in*F?ediatelq; moist by adequate watering. Water before planting. j -- o r� 02900-1 PART 2 -PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a ' minimum, 80% of all plantable containers shall be removed during planting. c CF, EXI trees shall display the following form and branching habits: Er 1 u _ c'd 1.r Free of branches to a point at 50% of their height. =a a `2. Contain a minimum of six (6) well placed branches, not including the leader. N D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Minimum Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MIX' Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX" Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 `A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but 02900-2 not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen' - 15% Phosphorus - 15% Potash - 15% 'At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: 1. Trees: Spring — March 30 through May 15 Fall — Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to a minimum of two feet greater in diameterlMan rept ball of tree and sufficiently deep to allow for a minimum of .6 inches off planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root, ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished 02900-3 grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water o , tree or shrub again when backfill operation is complete. Ff.� Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a cu minimum of three inches of hardwood mulch which has been approved by the City c� Forester. 3.02 P&NTING SOIL MIXTURE o ` N A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH. A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades K any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than'/. -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/z tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. 02900-4 G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.05 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. -_ D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 02900-5 SECTION 03 11 13 CONCRETE FORMWORK PART 1 — GENERAL 1.1 SUMMARY A. This Section includes form materials, water stops, and accessories required to form cast -in-place concrete and maintain structural integrity until stripping. 1.2 RELATED SECTIONS A. Section 03 20 00 - Concrete Reinforcing Section 03 30 00 — Cast -In -Place Concrete 1.3 REFERENCES A. American Concrete Institute: 1. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 318 - Building Code Requirements for Structural Concrete. 4. ACI 347 - Guide to Formwork for Concrete. B. American Forest and Paper Association: 1. AF&PA - National Design Specifications for Wood Construction. C. State of Iowa - Statewide Urban Design and Specifications latest edition. 1.4 QUALITY ASSURANCE A. Perform work in accordance with ACI 301, ACI 318, and ACI 347. B. For wood products furnished for work of this Section, comply with AF&P,A. v C. Design, engineer, and construct formwork, shoring, and bracing to meet Bode requirements so that resultant concrete conforms to required shapes liriA, and -- dimensions. �? r PART 2 — PRODUCTS 773 g �� 0 2.1 FORM MATERIALS A. Forms where concrete is exposed to view after construction: 1. Plywood: Smooth finish exterior grade at least 5/8 -inch thick. CONCRETE FORMWORK 031113-1 PART 3 — EXECUTION 3.1 EXAMINATION A. Verify lines, levels, and centers before proceeding with formwork. Verify dimensions agree with Contract Drawings. B. Verify that dowel reinforcement extending into new concrete will fit properly in new formwork. If dowels will not fit properly, request instructions from the Design Professional. 3.2 FORMWORK CONSTRUCTION A. Construct all formwork in accordance with ACI 301 and ACI 347. B. Formwork shall be constructed to correct shape and dimensions as indicated. C. All formwork shall be mortar -tight, braced, and of sufficient strength to maintain shape and position during concrete placement operations. D. Camber forms to compensate for fresh -concrete weight deflections during concrete placement. E. Construct formwork to allow proper erection sequence and to facilitate dismantling without damage to concrete surfaces. CONCRETE FORMWORK 031113-2 2. Glass Fiber Fabric -Reinforced Plastic Forms: Matched, tight -fitting, and stiffened to support the weight of concrete without deflection detrimental to tolerances and with the appearance of a finished concrete surface. 3. Steel: Minimum 16 gauge, well matched, tight -fitting, and stiffened to support the weight of concrete without deflection detrimental to tolerances and with the appearance of finished surfaces. B. Forms where concrete is not exposed to view after construction: 1. Plywood: Exterior grade plywood at least 5/8 -inch thick. ^' 2. Steel: Minimum 16 gauge, well matched, tight -fitting, and stiffened to support the weight of concrete without deflection detrimental to — '- tolerances. 2.2 FORMWORK ACCESSORIES A. Form Ties: Snap -off metal of adjustable length, cone type, and free of defects that will leave holes no larger than 1 inch in diameter in the concrete surface. B. Form Release Agent: Colorless material which will not stain concrete, absorb moisture, or impair natural bonding. C. Chamfered Strips: Wood strips having 3/4 -inch by 3/4 -inch cross-sectional dimensions. PART 3 — EXECUTION 3.1 EXAMINATION A. Verify lines, levels, and centers before proceeding with formwork. Verify dimensions agree with Contract Drawings. B. Verify that dowel reinforcement extending into new concrete will fit properly in new formwork. If dowels will not fit properly, request instructions from the Design Professional. 3.2 FORMWORK CONSTRUCTION A. Construct all formwork in accordance with ACI 301 and ACI 347. B. Formwork shall be constructed to correct shape and dimensions as indicated. C. All formwork shall be mortar -tight, braced, and of sufficient strength to maintain shape and position during concrete placement operations. D. Camber forms to compensate for fresh -concrete weight deflections during concrete placement. E. Construct formwork to allow proper erection sequence and to facilitate dismantling without damage to concrete surfaces. CONCRETE FORMWORK 031113-2 Install chamfer strips on all external corners exposed to view. G. Provide temporary openings in formwork to facilitate cleaning and inspection. H. Form Ties - 1 . ies:1. Use sufficient strength and quantity to prevent spreading of forms during concrete placement. 2. Space ties equidistant, symmetrical, and aligned vertically and horizontally. I. Earth Forms: 1. Unless otherwise approved by the Design Professional, use of earth forms shall be limited to grade beam construction. 2. Cut earth forms neatly and accurately. 3. Earth form widths shall be nominally 2 inches wider than widths indicated. 4. In locations where earth form trenching results in excessive side sloughing, install plywood side forms. J. Use plywood or steel forms for concrete surfaces that are to be damp proofed. 3.3 FORM CLEANING A. Clean forms as the erection of formwork proceeds. B. Flush with water or use compressed air to remove all foreign matter. C. In cold weather conditions, remove snow and ice from form surfaces. 3.4 FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces are indicated to receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces co4W prior to placement of concrete. m O n D. Keep form release agent from entering any freshwater source. �� N 3.5 FORMED OPENINGS C-) A. Install formed openings to dimensions as indicated. o r� B. Provide other formed openings as required for coordination with work of other sections. CONCRETE FORMWORK 031113-3 3.6 INSERTS AND EMBEDDED ITEMS A. Install inserts and embedded items level and plumb. B. Secure inserts and embedded items from movement during concrete placement. C. Anchor bolts: 1. Install to dimensions as indicated with tolerance of ±1/8 inch. ci 2. Secure as required. Under no circumstances shall anchor bolts be welded G to adjacent reinforcing bars. J D. ` install inserts and embedded items as required for coordination with work of '-other sections. 4o DO not embed wood or uncoated aluminum in concrete. 3.7 PRE -CONCRETE PLACEMENT A. Prior to concrete placement, perform a formwork checkout as follows: 1. Verify horizontal and vertical positions of formwork. 2. Correct misaligned or misplaced forms. 3. Verify forms are properly supported. 4. Install support wedging and bracing as needed. B. Prior to placement, perform a formwork cleanout as follows: 1. Clean forms of all chips, sawdust, and other debris. 2. Thoroughly blow out forms with compressed air just prior to concrete placement. 3.8 FORM REMOVAL A. Do not remove forms or form bracing until concrete has achieved time in place per Item B. B. Unless otherwise specified or unless a concrete break showing 100% of designed strength, forms shall remain in place in accordance with the following: Member Description Slab Shoring Slab Forms Wall or Column Forms Time In Place Duration 7 days 5 days 3 days where 'Time in Place Duration" is defined as the period of time after placement during which the temperature of the concrete surface is above 50 degrees F. C. Loosen forms carefully. Minimize damage to all concrete surfaces not exposed to view. D. For form removal on exposed -to -view concrete, do not use pry bars, hammers, or other tools that will result in damage to concrete surfaces. If exposed -to -view CONCRETE FORMWORK 031113-4 3.9 concrete is damaged by form removal, the Contractor shall repair it at his expense. FORM RE -USE A. Thoroughly clean all forms that are to be re -used. Inspect for damage. B. Do not re -use wood formwork more than two times for concrete surfaces exposed to view. C. Do not re -use formwork having damaged faces or edges for concrete surfaces exposed to view. 3.10 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. B. Tolerances: Construct formwork to produce completed concrete surfaces within construction tolerances specified in ACI 117. 3.11 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Notify Design Professional after placement of reinforcing steel in forms, but prior to placing concrete. C. Schedule concrete placement to permit formwork inspection before placing concrete. CONCRETE END OF SECTION N O O b n -G N r .-:r- :r- CONCRETE FORMWORK 031113-5 SECTION 03 20 00 CONCRETE REINFORCEMENT PART 1 —GENERAL 1.1 SUMMARY A. This Section includes reinforcing steel and required supports for cast -in-place concrete. 1.2 RELATED SECTIONS A. Section 03 11 13 — Concrete Formwork Section 03 30 00 — Cast -in -Place Concrete 1.3 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 315 - Details and Detailing of Concrete Reinforcement. 3. ACI 318 - Building Code Requirements for Structural Concrete. B. ASTM International: 1. ASTM A497 - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 2. ASTM A615 - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. C. American Welding Society: 1. AWS D1.4 - Structural Welding Code - Reinforcing Steel. D. Concrete Reinforcing Steel Institute: 1. CRSI - Manual of Standard Practice. 2. CRSI - Placing Reinforcing Bars. 1.4 SUBMITTALS A. Section 01 33 23 - Submittals o �O B. Shop Drawings: Indicate bar sizes, spacings, locations, and quant s reinforcing steel and welded wire fabric, bending and cutting sched�es&d supporting and spacing devices. C. Certificates: Submit AWS qualification certificate for welders employed theta work. r7 1.5 QUALITY ASSURANCE A. Perform work in accordance with CRSI - Manual of Standard Practice. B. Conform to ACI 301 and ACI 315. CONCRETE REINFORCEMENT 032000-1 PART 2 — PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: Unless otherwise specified, ASTM A615, 60-ksi yield grade; deformed billet steel bars, unfinished. B. Welded Steel Wire Fabric: ASTM A497 Deformed Type; in flat sheets; unfinished. 2.2 ACCESSORY MATERIALS A` `.: -Tie Wire: Minimum 16 -gauge annealed type. Chairs, bolsters, bar supports, and spacers shall be sized and shaped for strength and support of reinforcement during placement of concrete. m Chairs, bolsters, and spacers shall be bright basic finish, except finish shall be plastic protected for exposed surfaces. 2.3 FABRICATION A. Fabricate concrete reinforcement in accordance with CRSI Manual of Practice, ACI 315, and ACI 318. B. Fabricate as required to achieve concrete cover as specified. C. Unless otherwise indicated, minimum reinforcing splice lengths (in inches) shall be as follows: Bar Size Top Bar Other Bar #3 25 19 #4 33 25 #5 41 31 #6 49 37 #7 71 54 #8 81 62 #9 91 70 #10 102 79 #11 113 87 where a top bar is defined as any horizontal bar having more than 12 inches of concrete under the bar. D. Locate reinforcing splices not indicated on the Contract Drawings at points of minimum stress. Indicate location of splices on the shop drawings. PART 3 — EXECUTION 3.1 PLACEMENT A. Place, support, and secure reinforcement against displacement in accordance with CRSI - Placing Reinforcing Bars. CONCRETE REINFORCEMENT 032000-2 C. 7 E. Do not displace or damage vapor retarders. Accommodate placement of formed openings. Maintain concrete cover around reinforcement as follows: Item Cover Beams 1-1/2 inches Supported Slabs and Joists 3/4 inch Column Ties 1-1/2 inches Walls (Exposed to Weather or 2 inches Backfill) pv 6 Concrete Formed Against Earth 3 inches Bond and ground reinforcement in accordance with requirements of NEC most recent edition. END OF SECTION N O r., CONCRETE REINFORCEMENT 032000-3 O� C C7 N pv 6 .--i C-) = rn 3vM s --j 0 0 r., CONCRETE REINFORCEMENT 032000-3 SECTION 03 30 00 CAST -IN-PLACE CONCRETE PART1-GENERAL 1.1 SUMMARY A. This Section includes cast -in-place for foundations, walls, and slabs. 1.2 RELATED SECTIONS A. Section 03 11 13 - Concrete Formwork B. Section 03 20 00 - Concrete Reinforcement 1.3 REFERENCES A. American Concrete Institute 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 304 - Guide for Measuring, Mixing, Transporting and Placing Concrete. 3. ACI 305 - Hot Weather Concreting. 4. ACI 309 - Guide for Consolidation of Concrete. 5. ACI 318 - Building Code Requirements for Structural Concrete. B. ASTM International: 1. ASTM C31 - Making and Curing Concrete Compression and Flexure Test Specimens in the Field. 2. ASTM C33 - Standard Specification for Concrete Aggregates. 3. ASTM C94 - Standard Specification for Ready -Mixed Concrete. 4. ASTM C150 - Standard Specification for Portland Cement. 5. ASTM C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 6. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 7. ASTM C494 - Standard Specification for Chemical Admixtures for Concrete. 8. ASTM D1752 - Standard Specification for Preformed Sponge Rdmer and Cork Expansion Joint Fillers for Concrete Paving and Structural a Construction. �:i2E; M 0 1.4 SUBMITTALS n -L ry r A. Section 01 33 23 - Submittal Procedures: Submittal procedures. "" n o B. Submit product data for specified products. C. Submit manufacturers' installation instructions for specified products - CAST -IN-PLACE CONCRETE 033000-1 D. Mix Design: 1. Submit concrete mix design for each concrete mix to be used. Submit separate mix designs when admixtures are required for the following: a. Hot and cold weather concrete work. o b. Air -entrained concrete work. C. Super plasticizer. 2. Identify mix ingredients and proportions, including admixtures. i- Concrete placement plans. 1.5 QUALITY ASSURANCE N A. Perform work in accordance with ACI 301 and ACI 318. To prevent concrete inconsistency due to material source differences, acquire cement materials and aggregate materials from same sources throughout the project duration. 1.6 CONCRETE PLACEMENT PLANS A. Contractor shall prepare and submit for review a Concrete Placement Plan for major concrete pours. Each Concrete Placement Plan shall address the following: 1. Contingency for concrete delivery in the event of batch plant failure, roadway blockage, or other interruption. 2. Schedule including date of placement, estimated duration of placement, and number of workers for each craft. 3. Contingency for equipment failure (i.e. vibrators, pumping trucks, etc.) C. Contractor shall submit all Concrete Placement Plans at least two weeks prior to the scheduled pours. No major pours shall be performed without an approved Concrete Placement Plan. PART 2 — PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type V - Sulfate Resistant Portland type. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494 Type A - Water Reducing. C. Other admixtures as approved by the Design Professional. CAST -IN-PLACE CONCRETE 033000-2 2.3 OTHER MATERIALS A. Bonding Agent: Five Star Bonding Adhesive (Five Star Products Inc.) or Weld - Crete (Larsen Products Corporation). B. Dowel Epoxy: Five Star RS Anchor Gel (Five Star Products Inc.) or Sikadur Epoxy Adhesive (Sika Corporation). C. Curing Agent: ESTM C309, Type 1. For hot weather conditions, use ASTM C309, Type 2, as approved by the Design Professional. D. Expansion Joint Filler: ASTM D1572, pre -molded cork. E. Expansion Joint Sealant: Sikaflex-1c SL (Sika Corporation) or approved equal. F. Dampproofing: Dehydratine 4 (Tamms Industries Inc.) or approved equal. 2.4 CONCRETE MIX REQUIREMENTS A. Mix 1 Requirements: 1. Compressive Strength (28 Day): 4,000 psi. 2. Maximum Coarse Aggregate: 1 inch. 3. Minimum Coarse Aggregate: No. 4. 4. Slump: 114" 5. Maximum Water -Cement Ratio: 0.45. 6. Air Entrainment: 6 percent, ±1 percent. B. Proportion concrete mixes in accordance with ACI 318, Chapter 5. C. If mix proportions are to be determined by trial mixture methods, cylinder testing shall be performed by an accredited testing laboratory. D. Submit all proposed mix designs for Design Professional review at least 48 hours prior to first concrete placement. No concrete shall be placed without Design Professional review. E. Admixtures: o 1. Retarding admixtures may be used in hot weather concSons, only ---- when approved by the Design Professional. t' PART 3 EXECUTION 3 3.1 EXAMINATION -^ c r� A. Verify requirements for concrete cover over reinforcement. See Section 03200 - Concrete Reinforcement. B. Verify anchors, seats, plates, reinforcement, and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere with placing concrete. CAST -IN-PLACE CONCRETE 033000-3 3.2 MIXING AND DELIVERY A. Mix and deliver concrete in accordance with ASTM C94 and ACI 304. Proportions shall be in accordance with concrete mix design. Water added to concrete having a slump below the specified minimum shall be done so at the Contractor's risk. If additional water results in concrete slump 9 above the specified maximum, concrete shall be rejected. ..-3i3 ARE -CONCRETE PLACEMENT co .. c Prepare formwork in accordance with Section 03100 - Concrete Forms and - Accessories prior to concrete placement. N B. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. C. In locations where new concrete is doweled to existing, drill holes in existing concrete, and install dowels using dowel epoxy. D. If concrete is to be poured against earth, earth shall be unfrozen, dewatered, and otherwise properly prepared. E. Slab Screeds: 1. Set screeds to correct elevation for concrete slabs and levels for finish on slabs. 2. Screeds shall be set as required for slope to floor drains or as indicated. 3. If screeds are disturbed during concrete placement, re-establish correct screed elevations. 4. Set screeds so that surface flatness is less than 1/4 inch in 10 feet. Screed Supports. 1. For concrete over vapor retarder, use cradles, pads, or other screed supports to prevent puncture of the vapor retarder. 2. Staking through the vapor retarder is not permitted. 3.4 PLACING CONCRETE A. Place concrete in accordance with ACI 301 and ACI 304. B. Notify Design Professional minimum 24 hours prior to all concrete placements. C. Ensure reinforcement, inserts, embedded parts, and formed expansion and contraction joints are not disturbed during concrete placement. D. Maintain reinforcing steel cover per Section 03200 - Concrete Reinforcement. E. Place concrete continuously between pre -determined control and construction joints. F. Do not interrupt successive placement; do not permit cold joints to occur. CAST -IN-PLACE CONCRETE 11191916111110 G. Consolidate all concrete by vibration, spading, rodding, or forking. Consolidation shall be performed in conformance with ACI 309. H. Perform hot weather concrete placement in accordance with ACI 305. Perform cold weather concrete placement in accordance with ACI 306. J. Provide 1/2 -inch thick expansion joint fillers at all locations where slabs -on grade meet other vertical concrete surfaces. Filler shall extend from bottom of slab to within 1/2 inch of finished slab elevation. K. Saw cut joints within 12 hours after placing. Use 3/16 -inch thick blade, cut into 1/4 depth of slab thickness or 1/2 inch maximum. 3.5 FINISHING OF FORMED SURFACES A. All formed concrete surfaces not exposed to view shall have rough -form finish B. All formed concrete surfaces exposed to view shall have smooth -form finish. C. Rough -Form Finish: Patch tie holes and defects. Chip or rub off fins exceeding 1/2 inch in height. Leave surfaces with texture imparted by the forms. D. Smooth -Form Finish: Patch tie holes and defects. Remove all fins exceeding 1/8 inch in height. Leave surfaces with texture imparted by the forms. 3.6 FINISHING OF UNFORMED SURFACES A. All interior slabs shall have a troweled finish. B. All exterior slabs shall have a broom finish. C. All equipment foundation top surfaces shall have a floated finish in areas between anchor bolts and broom finish in areas outside of anchor bolts. D. Floated Finish 1. Place, consolidate, strike off, and level concrete eliminating high spots and low spots. 2. After bleed water sheen has disappeared and surface hr $ stiffened, df9-- begin floating with hand float, bladed power float, or powered — 3. Re -float slab as required to obtain uniform texture. �- E. Troweled Finish: 1. Float finish surface. a� _ 2. Power trowel surface. -� 3. Hand trowel until trowel produces a ringing sound during strokes Broom Finish: 1. Float finish surface. 2. Strike surface with coarse broom transverse to traffic direction for the slab. 3. Trowel slab edges to width of 4 inches. CAST -IN-PLACE CONCRETE 033000-5 G. Surface flatness for all unformed surfaces shall be 1/4 inch in 10 feet. 3.7 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B-. Maintain concrete with minimal moisture loss at relatively constant temperature pp �' for period necessary for hydration of cement and hardening of concrete. C. Cure concrete in conformance with one of the following methods: N y1 Moist Formwork: Leave forms in place for seven days. Keep formwork c� r moist during this time. Moist Surface: Maintain concrete surface moisture by spraying, soaker o - hoses, sprinklers, or saturated mats for seven consecutive days. 3. Curing Agent: Apply agent to concrete immediately after forms are removed. For slabs, apply when slab has obtained sufficient set to allow foot traffic. D. If hot weather or cold weather conditions exist during concrete placement, special efforts shall be made to assure adequate concrete curing. These efforts shall be performed in conformance with ACI 305 and ACI 306. E. Protect finished work under provisions of Section 01700 - Execution Requirements. 3.8 FIELD QUALITY CONTROL A. Field testing will be performed in accordance with ACI 301. B. Provide free access to work and cooperate with testing agency. C. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. D. Prepare six test cylinders for every 75 or less cubic yards of concrete placed each day. Cylinders shall be prepared in accordance with ASTM C31. E. One slump test shall be taken for each set of test cylinders taken. 3.9 PATCHING A. Allow Design Professional to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Design Professional upon discovery. C. Patch imperfections in accordance with ACI 301. CAST -IN-PLACE CONCRETE [*191111I1II:1 3.10 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances, or specified requirements. B. Repair or replace defective concrete in accordance with ACI 301. 3.11 DAMPPROOFING A. Apply in accordance with manufacturer's recommendations. B. Apply to following surfaces: 1. Underground vaults and manholes. END OF SECTION N d E d v paw /Y —/� C .\rY M = n? CAST -IN-PLACE CONCRETE 033000-7 SECTION 06 13 00 TIMBER CONSTRUCTION PART 1 — GENERAL 1.1 SUMMARY: A. This Section includes the following: 1. Framing with dimension lumber. 2. Framing with timber members. 3. Framing with engineered wood products. 4. Solid wood decking. 5. Wood blocking, cants, and nailers. 1.2 SUBMITTALS: A. Product Data: For each type of process and factory -fabricated product. 1. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. B. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the American Lumber Standards Committee Board of Review. C. Research/Evaluation Reports: For the following, showing compliance with building code in effect for Project: 1. Wood -preservative -treated wood. 2. Engineered wood products. 3. Expansion anchors. N 0 ` 4. Metal framing anchors. 1.3 QUALITY ASSURANCE:"– �In A. Solid -Sawn Wood Decking: Comply with AITC 112. ^— =C B. Glued -Laminated Wood Construction: Comply with AITC 190.1 PART 2 -PRODUCTS 2.1 GENERAL WOOD PRODUCTS: A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no TIMBER CONSTRUCTION 061300-1 grading agency is indicated, provide lumber that complies with the applicable rules of any rules- writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. J 1. Factory mark each piece of lumber with grade stamp of grading agency. g X= V. For exposed lumber indicated to receive a stained or natural finish, mark `_ _J> grade stamp on end or back of each piece or omit grade stamp and provide y — c`" certificates of grade compliance issued by grading agency. �] (V i_ L, LL c= Provide dressed lumber, S4S, unless otherwise indicated. m o B. N Engineered Wood Products: Provide engineered wood products acceptable to authorities having jurisdiction and for which current model code research or evaluation reports exist that show compliance with building code in effect for Project. 1. Allowable Design Stresses: Provide engineered wood products with allowable design stresses, as published by manufacturer that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. 2.2 PRESERVATIVE -TREATED WOOD PRODUCTS: A. Preservative Treatment by Pressure Process: AWPA Use Category 38, Copper Azole, Type B (CA -B), minimum retention of 021 pcf for wood not in contact with ground. For wood that is in contact with or buried in the ground to have a minimum of .60 pcf retention rating. B. Kiln -dry lumber after treatment to a maximum moisture content of 19 percent. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. D. Application: Treat all rough carpentry, unless wood is installed within conditioned space, and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, furring, and similar concealed members in contact with masonry or concrete. 3. Wood floor plates that are installed over concrete slabs -on -grade. 2.3 DIMENSION LUMBER FRAMING: A. Maximum Moisture Content: 19 percent. B. Non -Load -Bearing Interior Partitions: Construction or No. 2 grade of any species. TIMBER CONSTRUCTION 061300-2 C. Framing Other Than Non -Load -Bearing Interior Partitions: No. 2 grade, southern pine (SPIB) or approved equal. 2.4 ENGINEERED WOOD PRODUCTS: A. Laminated -Veneer Lumber: Structural composite lumber made from wood veneers with grain primarily parallel to member lengths, evaluated and monitored according to ASTM D 5456 and manufactured with an exterior -type adhesive complying with ASTM D 2559. 1. Extreme Fiber Stress in Bending, Edgewise: 2900 psi. 2. Modulus of Elasticity, Edgewise: 2,000,000 psi. B. Glue Laminated Timbers: Product designed to be used as a load-bearing member and to brace wood I -joists at bearing ends, complying with research/evaluation report for I- joists. 1. Material: Southern Yellow Pine or approved equal. 2. Stress Class: 20f -1.5E- 3. Appearance: Architectural, complying with AITC 110. 4. Preservative treated. 2.5 SOLID -SA WN WOOD DECKING: A. Species: Preservative Treated Southern Pine. B. Thickness: As indicated. C. Grade: No. 1. D. Grade Stamps: Apply grade stamps to surfaces that will not be exposed to view. 2.6 WOOD SHEATHING: A. Plywood: Either DOC PS 1 or DOC PS 2; Exterior, Structural I. B. Thickness: As indicated. 2.7 MISCELLANEOUS LUMBER: =3 A. General: Provide miscellaneous lumber indicated and lumberJgr sujpport c� attachment of other construction, including the following: ccs q 1. Blocking. =1,ri a l i 2. Nailers. = E5 B. For items of dimension lumber size, provide Construction or No. 2 grade lumber with 19 percent maximum moisture content of any species. TIMBER CONSTRUCTION 061300-3 2.8 FASTENERS: A. General: Provide fasteners of size and type indicated that comply with requirements specified. B. Galvanize all steel fasteners and connections in accordance with ASTM A153. For fasteners and connections in contact with pressure treated lumber provide a G90 coating. In all other locations, provide a G60 coating. C. Bolts: Steel bolts, galvanized, complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. D. - Stainless Steel Fasteners: Type 316. 2.9 METAL FRAMING ANCHORS: ti A. `-_-', Manufacturers: Subject to compliance with requirements, provide products by one of the following: B. ' ` Basis -of -Design Products: Subject to compliance with requirements, provide products indicated on Drawings or comparable products by one of the following: 1. Simpson Strong -Tie Co., Inc. 2. Southeastern Metals Manufacturing Co., Inc. 3. USP Structural Connectors. C. Galvanized Steel Sheet: Hot -dip, zinc -coated steel sheet complying with ASTM A 653/A 653M, G180 coating designation, or approved proprietary coating. 2.10 MISCELLANEOUS MATERIALS: A. Sill -Sealer Gaskets: Glass -fiber -resilient insulation, fabricated in strip form, for use as a sill sealer, 1 -inch (25 -mm) nominal thickness, compressible to 1/32 inch (0.8 mm); selected from manufacturer's standard widths to suit width of sill members indicated. B. Flexible Flashing: Self-adhesive, rubberized -asphalt compound, bonded to a high- density, polyethylene film to produce an overall thickness of not less than 0.025 inch (0.6 mm). PART 3 - EXECUTION 3.1 INSTALLATION: A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking, grounds, and similar supports to comply with requirements for attaching other construction. B. Framing Standard: Comply with AF&PA's "Details for Conventional Wood Frame Construction." unless otherwise indicated. TIMBER CONSTRUCTION 061300-4 C. Framing with Engineered Wood Products: Install engineered wood products to comply with manufacturer's written instructions. D. Glued -Laminated Construction. 1. Lift with padded slings and protect corners with wood blocking. 2. Predrill for fasteners using timber connectors as templates. 3. Dress exposed surfaces to remove planing and surfacing marks. E. Metal Framing Anchors: Install metal framing to comply with manufacturer's written instructions. F. Do not splice structural members between supports, unless otherwise indicated. G. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative- treated lumber. H. Wood Structural Panel Installation: Comply with the "Code Plus" installation provisions in APA Form No. E30K, "APA Design/Construction Guide: Residential and Commercial". I. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. END OF SECTION 06 13 00 TIMBER CONSTRUCTION 061300-5 N O C )> c-,) -< na y+� - � 3 r` t TIMBER CONSTRUCTION 061300-5 SECTION 10 14 23 - SIGNAGE 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. ,�*111"IIJIW 1 A. Section Includes: 1. Sign Types – Exterior Identification Signs and Trail Markings a. Park Identification Signs (Al) – Quantity Three b. Park Interpretive Sign (C1) – Quantity One C. Park Marker (61) – Quantity Four d. Park Marker (62) – Quantity Eight 1.3 COORDINATION A. Furnish templates for placement of sign -anchorage devices embedded in permanent construction by other installers. B. Furnish templates for placement of electrical service embedded in permanent construction by other installers. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For signs and graphics. 1. Include fabrication and installation details and attachments to other work. 2. Show sign mounting heights, locations of supplementary supports to be provided by others, and accessories. 3. Show message list, typestyles, graphic elements and layout for each sign at least half size. 4. Show locations C. Samples for Initial Selection: For each type of sign assembly, exposed component, and exposed finish. 1. Include representative Samples of available typestyles and graphic symbols. D. Sign Schedule: Use same designations specified or indicated on Drawings N_ m o 1.5 INFORMATIONAL SUBMITTALS rnG 3— c5 1 _ _ 7 A. Qualification Data: For Installer and manufacturer. �– B. Sample Warranty: For special warranty. r_1 .7a sv 3 Q , o 1.6 CLOSEOUT SUBMITTALS r,� A. Maintenance Data: For signs to include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Installer Qualifications: [Manufacturer of products] [An entity that employs installers and supervisors who are trained and approved by manufacturer]. HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-1 1.8 FIELD CONDITIONS A. Field Measurements: Verify locations of anchorage devices embedded in permanent construction by other installers by field measurements before fabrication, and indicate measurements on Shop Drawings. 1.9 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Deterioration of finishes beyond normal weathering. b. Deterioration of embedded graphic image. c+ c. Separation or delamination of sheet materials and components. 2. Warranty Period: 10 years from date of Substantial Completion. PART2-PRODUCTS 2.1 �ANEL SIGNS, GENERAL A. ;Rpgional Materials: Panel signs shall be manufactured within 1000 miles of Project site. 2.2 SIGNS A. Park Identification Sign (A1-3): Sign with smooth, uniform surfaces; with message and characters having uniform double face, sharp comers, and precisely formed lines and profiles; and as follows: 1. Basis -of -Design Product: Drawing Sheet L05.01 a. /2 Aluminum solid panel with % inch mounting plate. b. Powder Coated Brown to match existing park identification signs. 2. Solid -Sheet Sign Aluminum sheet with finish specified in "Surface Finish and Applied Graphics" Subparagraph below and as follows: a. Thickness: As indicated. b. Surface -Applied Graphics: Applied powder coat surface with applied graphics 3. Sign -Panel Perimeter: Finish edges smooth. a. Edge Condition Bullnosed 4. Surface Finish and Applied Graphics: a. Powder -Coat Finish and Graphics: Manufacturer's standard, in matching Architect's sample. 5. Text and Typeface: typeface matching Architect's sample. 6. Flatness Tolerance: Sign panel shall remain flat under installed conditions as indicated and within a tolerance of plus or minus 1/16 inch 6'-0" measured diagonally from corner to comer. 7. Mounting: Drawing Sheet L05.01 B. Trail Marker Sign: Large Marker (131) : Sign with smooth, uniform surfaces; with message and characters having uniform single face, sharp corners, and precisely formed lines and profiles; and as follows: 1. Basis -of -Design Product: Drawing Sheet L05.01 a. '/2 Aluminum solid panel with % inch mounting plate. b. Powder Coated Brown to match existing park identification signs. 2. Solid -Sheet Sign Aluminum sheet with finish specified in "Surface Finish and Applied Graphics" Subparagraph below and as follows: a. Thickness: Drawing Sheet L05.01 b. Surface -Applied Graphics: Applied powder coat surface with applied graphics 3. Sign -Panel Perimeter: Finish edges smooth. a. Edge Condition Bullnosed 4. Surface Finish and Applied Graphics: a. Powder -Coat Finish and Graphics: Manufacturer's standard, in matching Architect's sample. 5. Text and Typeface: typeface matching Architect's sample HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-2 6. Flatness Tolerance: Sign panel shall remain flat under installed conditions as indicated and within a tolerance of plus or minus 1/16 inch 6-0" measured diagonally from corner to corner. 7. Mounting: Drawing Sheet L05.01 C. Trail Marker Sion: Small Marker (62) : Sign with smooth, uniform surfaces; with message and characters having uniform double face, sharp corners, and precisely formed lines and profiles; and as follows: 1. Basis -of -Design Product: Drawing Sheet L05.02 a. Yz Aluminum solid panel with'/, inch mounting plate. b. Powder Coated Brown to match existing park identification signs. 2. Solid -Sheet Sign Aluminum sheet with finish specified in "Surface Finish and Applied Graphics" Subparagraph below and as follows: a. Thickness: Drawing Sheet L05.02 b. Surface -Applied Graphics: Applied powder coat surface with applied graphics 3. Sign -Panel Perimeter: Finish edges smooth. a. Edge Condition Bullnosed 4. Surface Finish and Applied Graphics: a. Powder -Coat Finish and Graphics: Manufacturer's standard, in matching Architect's sample. 5. Text and Typeface: typeface matching Architect's sample 6. Flatness Tolerance: Sign panel shall remain flat under installed conditions as indicated and within a tolerance of plus or minus 1/16 inch 6-0" measured diagonally from corner to corner. 7. Mounting: Drawing Sheet L05.02 D. Interpretive Sign: (Cl) : Sign with smooth, uniform surfaces; with message and characters having uniform single face, sharp corners, and precisely formed lines and profiles; and as follows: 1. Basis -of -Design Product: Drawing Sheet L05.02 a. 1/z Aluminum solid panel with % inch mounting plate. b. Powder Coated Brown to match existing park identification signs. 2. Solid -Sheet Sign Aluminum sheet with finish specked in "Surface Finish and Applied Graphics" Subparagraph below and as follows: a. Thickness: Drawing Sheet L05.02 b. Surface -Applied Graphics: Applied powder coat surface with applied graphics 3. Sign -Panel Perimeter: Finish edges smooth. a. Edge Condition Bullnosed 4. Surface Finish and Applied Graphics: a. Powder -Coat Finish and Graphics: Manufacturer's standard, in matching Architect's sample. 5. Text and Typeface: typeface matching Architect's sample E. 6. Flatness Tolerance: Sign panel shall remain flat under installed conditions as indicated and within a tolerance of plus or minus 1/16 inch 6'-0" measured diagonally from comer to comer. o 7. Mounting: Drawing Sheet L05.02 ; �7 Custom Hght Pressure Laminate materials composed of required layer of FSC certified phenolic resin impregnated craft filler paper to produce 1/3" thickness surfaced by a:layer of'Melamihd overlay, graphics imaged on saturated grade paper with UV resistant pigment bas— prod color inks and with an optically clear UV overlay that will resist 99% of all sunlight a UV rays, as well as provides a graffiti resistant surface that allows for remova.: 1. '/2"thick Custom High Pressure Laminate material with a 10 year warranty. 2. Exterior Grade Mat Finish 3. Mounting – see detail HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-3 2.3 ACCESSORIES A. Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of signage, noncorrosive and compatible with each material joined, and complying with the following: 1. For exterior exposure, furnish stainless-steel devices unless otherwise indicated. 2. Exposed Metal -Fastener Components, General: a. Fastener Heads: For connections, screws and bolts with tamper-resistant. 3. Graphic Mounting Fasteners for the Large Marker and Interpretive Signs: a. Through Fasteners: Exposed metal fasteners matching sign finish, with type of head indicated. 2.4 ;.FABRICATION c A. General: Provide manufacturer's standard sign assemblies according to requirements indicated. 1. Preassemble signs and assemblies in the shop to greatest extent possible. All aspect of the sign shall be assembled and painted by manufacturer in the shop. GENERAL FINISH REQUIREMENTS A. protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. C. Directional Finishes: Run grain with long dimension of each piece and perpendicular to long dimension of finished trim or border surface unless otherwise indicated. D. Organic, Anodic, and Chemically Produced Finishes: Apply to formed metal after fabrication but before applying contrasting polished finishes on raised features unless otherwise indicated. 2.6 ALUMINUM FINISHES A. Powder -Coat Finish: AAMA 2603 except with a minimum dry film thickness of 1.5 mils. Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of signage work. B. Verify that sign -support surfaces are within tolerances to accommodate signs without gaps or irregularities between backs of signs and support surfaces unless otherwise indicated. C. Verify that anchor inserts are correctly sized and located to accommodate signs. D. Verify that electrical service is correctly sized and located to accommodate signs. E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: Install signs using mounting methods indicated and according to manufacturer's written instructions. 1. Install signs level, plumb, true to line, and at locations and heights indicated, with sign surfaces free of distortion and other defects in appearance. 2. Install signs so they do not protrude or obstruct according to the accessibility standard. HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-4 3. Before installation, verify that sign surfaces are clean and free of materials or debris that would impair installation. 4. Corrosion Protection: Coat concealed surfaces of exterior aluminum in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. 3.3 ADJUSTING AND CLEANING A. Remove and replace damaged or deformed signs and signs that do not comply with specified requirements. Replace signs with damaged or deteriorated finishes or components that cannot be successfully repaired by finish touchup or similar minor repair procedures. B. Remove temporary protective coverings and strippable films as signs are installed. C. On completion of installation, clean exposed surfaces of signs according to manufacturer's written instructions, and touch up minor nicks and abrasions in finish. Maintain signs in a clean condition during construction and protect from damage until acceptance by Owner. END OF SECTION 10 14 23 HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-5 N U f Q C= • , D G7 M HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-5 SECTION 32 34 00 PEDESTRIAN and LIGHT VEHICLE BRIDGES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. The following is a list of specifications which MAY be related to this section: 1. Section 02 05 00: Demolitions, Removals, and Abandonments 2. Section 02 22 00: Earth Excavation, Backfill, Fill and Grading 3. Section 02 27 00: Slope Protection and Erosion Control 4. Section 02 52 00: Portland Cement Concrete Paving 5. Section 03 11 13: Concrete Formwork 6. Section 03 20 00: Concrete Reinforcement 7. Section 03 30 00: Cast -in -Place Concrete B. The following is a list of standards which MAY be referenced in this section: 1. AISC: American Institute of Steel Construction 2. ASTM: ASTM International a. A36/A36M: Standard Specification for Carbon Structural Steel b. A242: Standard Specification for High -Strength Low -Alloy Structural Steel C. A307: Standard Specification for Carbon Steel Bolts and Studs, 60,OOOpsi Tensile Strength d. A325: Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105ksi Minimum Tensile Strength e. A490: Standard Specification for Structural Bolts, Alloy Stpel, Heal Treated, 150ksi Minimum Tensile Strength f. A588/A588M: Standard Specification for High -Strength Low -Allo)- Structural Steel, up to 50ksi (345 MPa) Minimum Yield Point, vyith�" Atmospheric Carbon Resistance g. A606: Standard Specification for Steel, Sheet and Strip, High -Strength, Low -Alloy, Hot -Rolled and Cold -Rolled, with Improved Atmospheric, Corrosion Resistance 3. AWPA: American Wood Preservers Association a. P5: Standard for Waterborne Preservatives 4. AWS: American Welding Society a. D1.1/D1.1M: Structural Welding Code —Steel PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-1 5j SSPC: Society for Protective Coatings a. SP6: Commercial Blast Cleaning UBC: Uniform Building Code 1.2 'SUMMARY A. ` Section Includes: This section contains requirements for a fully engineered clear span bridge and shall be the minimum standards for design and construction. Clear span length, width, and composition of the bridge are shown on the plan pages. This item shall be a performance-based specification. Loading and parameters are provided and contractor may submit products which meet these requirements as well as the requirements laid out in these specifications. 1.3 ACTION SUBMITTALS A. Submit shop drawings to Engineer and Owner for review and approval. B. Submit manufacturer's certification of compliance with referenced standards and City warranty on company letterhead. 1.4 INFORMATIONAL SUBMITTALS A. Material Certificates: For deck planking manufactured with preservative -treated wood. 1. Indicate type of preservative used and net amount of preservative retained. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: n/a 1.6 MAINTENANCE MATERIAL SUBMITTALS A. None required 1.7 QUALITY ASSURANCE A. Bridge design shall be signed and sealed by a Registered State of Iowa Engineer. 1.8 DELIVERY, STORAGE and HANDLING A. Contractor to coordinate delivery requirements with the manufacturer and coordinate with Owner personnel. PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-2 B. Comply with manufacturer's requirements for unloading, lifting, and placement. C. Contractor is responsible for all labor and material costs for delivering bridge(s) to the site and installing as indicated on the plans - PART 2 - PRODUCTS lans. PART2-PRODUCTS 2.1 MANUFACTURERS A. Materials, equipment and accessories specified in this section shall be products of: 1. Contech/Continental Bridges 2. Excel Bridges 3. Pioneer/Bailey Bridges 4. Engineer Approved Equivalent 2.2 DESIGN REQUIREMENTS A. General 1. Bridge shall meet the referenced standards as detailed. 2. All allowable design stresses shall be in compliance with the specifications of the design, fabrication, and erection of structural steel for structures as indicated in the AISC and UBC. 3. Mounting plates and hardware shall allow for thermal expansion. B. Loading Requirements 1. Uniform live load of 90psf. 0 2. Concentrated live load of 10,OOOlbs vehicle weight on bridge plus 30°( ir�act.-� 3. Minimum wind -load of 25psf. t 4. Railing load of 50lbs-linear foot of horizontal load. rn xY"• o 5. Horizontal pressure considered same as an enclosed surface. C. Dimensional Requirements 1. Length: As indicated on drawings PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-3 2. Width: As indicated on drawings. Interior clear -span should be clear/unobstructed. 3. Height: Minimum height of forty-eight inches (4'-0") as measured to the top of the chord on the upper truss unless shown otherwise. �}. Openings: Maximum horizontal opening on the railing of nine inches (0'-9") unless shown otherwise - '3 . therwise.'3. Camber: 5% of % of span unless shown otherwise Abutments: As indicated on drawings with additional expansion space as noted. �a If bridge manufacturer feels additional expansion space is warranted they shall notify Owner and Engineer is writing and request changes/clarification. U "%. Decking: Secured to the bridge members along centerline and edges of width - profile with a minimum of two (2) bolts per location (6 minimum per plank) unless indicated otherwise. All bolts shall be stainless steel (304 or 316SS) or zinc -dip galvanized with mushroom -type rounded head to reduce risk of damage. Heads to be installed with slight depression into wood without breaking the surface. 8. Rub Rails: Nominal 2 x 6" wood mounted to inside face of bridge at a height of 32" (2'-8") as measured from the top of the wooden deck, unless otherwise indicated. Railings to be mounted with same hardware requirements as the decking with attachments at end-points and centers of individual pieces but in no case less than every 4'-0" on center. D. Materials Metal Fabrication: a. Material thickness and design of member shall be fully engineered for the length and style of each bridge requirement specified. b. Bridge shall be fabricated from high strength low -alloy atmospheric corrosion -resistant ASTM A606, Type 4 steel, self -weathering, ASTM A242, or ASTM A588/A588M structural steel shapes and tubing (50,OOOpsi.) C. Bolts and nuts shall be in accordance with specifications for structural joints using ASTM A325 or ASTM A490 bolts. Anchor bolts shall be ASTM A307 or ASTM A36/A36M. d. Welding: use E8018 -series electrodes 2. Wood Fabrication: a. Decking Dimension: should be nominal 3" x 12" planks unless otherwise noted. b. Species/Grade: Select Structural Fir (fb=1,400psi minimum) or Southern Yellow Pine (fb=1,300psi minimum.) Decking shall be treated to AWPA P5 or equal. Preservatives utilized shall be Chromated Copper Arsenate (CCA) or Ammoniacal Copper Arsenate (ACA) or approved equal. PEDESTRIAN and LIGHT VEHICLE BRIDGES OWSKII1E1 2.3 FABRICATION A. Workmanship, fabrication and shop connections shall be in accordance with AWS and AISC specifications. B. All welding shall be completed by welders certified for AWS D1.1/D1.1M structural welding requirements. C. Electrodes for Self-Weathering/Corrosion-Resistant Steel: E5018 D. Remove mill scale according to SSPC SP6 for all major -exposed members. PART 3 -EXECUTION 3.1 A. B. C. D. INSTALLATION Install bridge and decking per manufacturer's recommendations. Wood decking shall be free of movement and rattle. Warping shall not be present upon installation. Contractor to verify final abutment spacing as -built requirements prior to bridge installation. "Field Fit" bridge prior to final placement to verify fit and dimensions. Ensure bridge abutments have reached full strength and are backfilled prior to placement of bridge. PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-5 N O m D --i* s � PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-5 ETE GALVANIZED RIUMSOLTJ I —q1 '-2X6 RAIL (TYP.) T! WALL Y!E6W/6MBE� nglroc K.W. "BF WC L 6N�oc. ta>s catt. i,-- r" A WIICN PBNELEN� 4• T Y 1._N. J 1 NOT TO SCALES1 A2 HELICAL PILE IOKIP MIN CAPACITY (BY OTHERS) / n MTESGITOL, 4 (ALL FASTENERS FOR EXTERIOR APPLICATION) / G / EACH FACE / 4 a 2X6 OR WIDER DECK PLANKS WITH UNTIGHT 1 FIT. ATTACH PATH 2 SCREWS AT EACH STRINGER. ~'y 0 . ISH] BARS TCA BBOTTOM 6 HELICAL PILE 10 KIP MIN m � CAPACITY (BY OTHERS) 4X4 POST Q BLOCKING 4'-0" O.C. (MAX.) ep CONNECTION i (SEE DETAIL 41 �S •„��� AR6 NGWZGNTAt 4 da PAGE S1.02) '/Fi': •�. i✓� EAMF EACH FACE N d 4 4 J"O DOME HEAD BOLT W/ NUT & WASHER ON OUTSIDE 40 OF BRIDGE. (TYP.) a \ 2'-O" O.0 (MAX.) - a. d ego a n a d d S1.OZ . o \ o li 3" REBAR CLEAR SPACE SHALL BE MAINTAINED FROM EACH\ \ 4 d 4 a a' !j a EDGE OF ABUTMENT AND WING WALL. a - d d h 4 c 4 a n a BRIDGE CROSS SECTION NOT TO SCALE St.O2 T! WALL Y!E6W/6MBE� nglroc K.W. "BF WC L 6N�oc. ta>s catt. i,-- r" A WIICN PBNELEN� 4• T Y 1._N. J 1 NOT TO SCALES1 A2 HELICAL PILE IOKIP MIN CAPACITY (BY OTHERS) DECKING PN-- Nuveen. 17-0042 No�em xAve: HICKORY HILL PARK TRAILS, BRIDGES & SIGNS BLOCKING DIAMETER GALVANIZED THRU BOLT +et BRIDGE 4(WOOD) STRINGER END NAIL BLOCKING W/ (3)16d DETAILS & SECTIONS RING, SRK SCREW (TYP.) � exeveee PSL STRINGER/BLOCKING DETAILS %2� NOT TO SCALE S l .02 4.4 POST 2.6 RAIL (TYP.) O �11114BEG HE,=NEELLC 5 , LBORT ST. IOWA CITY, 10 PH (319) 7 57 RAIL SPICE DETAIL�� 3 FA 19) 35 NOT TO SCALE S� 02 IOVGGDEPARTMENT LABOR / p_p B• MTESGITOL, 4 M2 BMS HMZONTK / G / EACH FACE / 4 a / ~'y / . ISH] BARS TCA BBOTTOM 6 HELICAL PILE 10 KIP MIN DECKING PN-- Nuveen. 17-0042 No�em xAve: HICKORY HILL PARK TRAILS, BRIDGES & SIGNS BLOCKING DIAMETER GALVANIZED THRU BOLT +et BRIDGE 4(WOOD) STRINGER END NAIL BLOCKING W/ (3)16d DETAILS & SECTIONS RING, SRK SCREW (TYP.) � exeveee PSL STRINGER/BLOCKING DETAILS %2� NOT TO SCALE S l .02 4.4 POST 2.6 RAIL (TYP.) O �11114BEG HE,=NEELLC 5 , LBORT ST. IOWA CITY, 10 PH (319) 7 57 RAIL SPICE DETAIL�� 3 FA 19) 35 NOT TO SCALE S� 02 IOVGGDEPARTMENT LABOR t?slv�alTun TO BE DETERMINED p_p B• MTESGITOL, M2 BMS HMZONTK EACH FACE ~'y . ISH] BARS TCA BBOTTOM 6 HELICAL PILE 10 KIP MIN CAPACITY (BY OTHERS) A. nESNlr oc. Q �S •„��� AR6 NGWZGNTAt 4 da '/Fi': •�. i✓� EAMF EACH FACE d 4 4 40 a \ ego NOT TO SCALE S1.OZ o \ 3" REBAR CLEAR SPACE SHALL BE MAINTAINED FROM EACH\ \ 4 \ EDGE OF ABUTMENT AND WING WALL. TYPICAL ABUTMENT PLAN 4 \ \ Ni)I IO SCALE t—a' (TYP7 t?slv�alTun TO BE DETERMINED / / / / / PWRCT XIMBFIG EXISTING SIGN TO REMA[7 / i' j // 17-0042 / / / j i rwa�cr x55e: TREE PROTECTION TYP. q i / / / / / / HICKORY HILL PARK G.OD ^\ TRAILS. BRIDGES B SIGNS // REMOVETREE 1 / EMOVE ED�(STING TRAIL SECTION / BRIDGE 1 (STEEL) REMOVE TREE// REMOVALS 8 EXISTING / / / / CONDITIONS / I / REMOVE EXISTING BRIDGE BABUTMENTS �� // /� / // E. .5_ / / I (EXISTING BRIDGE DIMENSIONS: 115 X 91) / // // - hbk // •_.-- i j // // aWGINEERING NDINE I0. LLC I D S. GIIMT ST. II —' IIQWAC 22g0 / / / I I �♦ �� ♦ j 1 _ '� PONE:( 9)J98.7557 / / j I ♦ / ����/// l 1 l__ --4 FAX: 131 2977 DEI�A9R' ENT OF i Il j REMOVE EXISTING TRAIL SECTIO / �\ / 1 \I O aoEGISf*AYION NO. 00521328 / I /•/ �/ _ 1 t__. 00 / 1 / ! I / I \ ,�/ /�� // / iTREE PROTECTION TTP, q / / / / / GA --- 1 coxt5�clale TD BE DETERMINED EXISTING SANITARY MANHOfE ss / / I l l &V 10. 1015- 12:25PmPPro!5c5175 2Ma5(all dmno5be)YAD1175W2-82. 15 PLVI SETINM2 dRlOC£ 1(S2.WWMI1 1 coxt5�clale TD BE DETERMINED N / �0042 HICKORY HILL PARK TRAILS. BRIDGES B SIGNS BLOOMINGTON BRIDGE 6'-0" X 15'-0" REMOVE & ' PROPOSED PLAN IDOT/CLASS " BANK REVETMENT 1 a REPLACE EXISTING TRAIL TO i '��"` �SATCH NEW PCC APPROACH hbk20'-0" LONG ,' /' i 10'-o' WIDE `� ,' / ,' /' NGINEERING PRE-ENGINEERED - _ _ / / KEN G, LLC STEELITRUSS 10'-9,X 10'-Od_, _ - OA SGGWIt�q�Nt17>R. TRAIL$RIDGE ¢ONCI'T'E - ACQ�.�52240 APPf OACH ONE: (6.7557 --C7 A. 1356.2837 IOWA 04 HENT 37 OF LABOR ZREOISF90N C7 NO. 00-W 528 4" PERFORATED 1 \ ABUTMENT DRAIN 10'-0" X 10 -0 i TILE. SLOPE AT 5% CONCRETE i TO CREEK_ INSTALS APPROACH '/' / I RODEN-rGUARD AT __ ! _. _ / ?:. I �ND OF TILE .--- Q 6'-0"X15'-0'REMOVE& / v 11 f2EPLACE EXISTING TRAIL TO MATCH NEW PCC APPROACH DRAWING LOG LEB3X 1x PM man en. Tx B(o awte ww®wRwo laev x?- / NwlICf A=ZIH: A. ASHBACKER wa : S2.01 Auo 18. ]016 13 Mom IV'faYCM11101e2tivu IeBUtwvino fibel`4A011)We3 8.318 iLAN SET\1MMi-BRIDGE 1(S]WS]IX1)Q 685 Mom FTI (D 0 675 0 670 665 20'-0" X 10'-0" PRE-ENGINEERED / STEEL TRUSS TRAIL BRIDGE Q50 ELEVAIION = 675.23 Q5oO ELEVATION = 675.97 Q/o ELEVATION = 675.0 Irloo ELEVATION = 675.71 MANNING COEFFICIENT = 0.0035 STREAM BED ELEVATION = 674.00 DID = 28.56 FT 3/S VID = m FT/S STAGE ELEVATION = 675.03 Q50 = 38.93 FT3/S V50 = 4.09 FT/S STAGE ELEVATION = 675.23 DIGD = 68.71 FT3/S VIGD = 4.89 FT/S STAGE ELEVATION = 675.71 Q500 = 87.22 FT3/S V5oo = 5.23 FT/S STAGE ELEVATION = 675.97 F MUD BOTTOM �3 WATER LEVEL HYDRAULIC INFORMATION: DRAINAGE AREA = 18 ACRES MANNING COEFFICIENT = 0.0035 STREAM BED ELEVATION = 674.00 DID = 28.56 FT 3/S VID = 3.68 FT/S STAGE ELEVATION = 675.03 Q50 = 38.93 FT3/S V50 = 4.09 FT/S STAGE ELEVATION = 675.23 DIGD = 68.71 FT3/S VIGD = 4.89 FT/S STAGE ELEVATION = 675.71 Q500 = 87.22 FT3/S V5oo = 5.23 FT/S STAGE ELEVATION = 675.97 EXTREME HIGH WATER = UNKNOWN ANTICIPATED SCOUR = ABUTMENT SCOUR NOT CALCULATED BRIDGE OVERTOPPING OCCURS AT ELEVATION = 676.35 LOCATION INFORMATION: JOHNSON COUNTY SE NW SECTION 11 TOWNSHIP 79 N, RANGE 6 WEST SEE SHEET C.00 FOR SPECIFIC LOCATION Station BRIDGE 1 PROFILE M^ sz.oz 6" PCC APPROACH SLAB 6" CRUSHED AGGREGATE aOpE `M N)( 4.. 1 SIOPe C 4. _ i I gTRAIL BRIDGE 1 APPROACH SECTION �z1 m+ az.oz 685 QZl. 675 670 �1 10'-0" ;UB RAIL AGONAL BRACE NFETY RAIL !WOOD DECK PLANK SUPPORT / BEAM BRIDGE 1 SECTION �1 m sz.oz 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS 11 BRIDGE 7 (STEEL) PROFILE & DETAILS hbk ENGINEERING BK ENGINEERING, LLC 589 S. GILBERT 5T. O IOWA ��jjIl.�IA 523&240 *(7 HONE (�7�37557 D� FAX: 58-2937 IOWAEPARTMENT LABOR RE TION (7� = N .8 5 7328 p 7K w« d TO BE DETERMINED BRIDGE'L WING WALL BOTH SIDES OF ABUTMENT WING WALL BOTH SIDES OF ABUTMENT (SEE DETAILS 4, 5 & 6 ON SHEET S1.02) (SEE DETAILS 4, 5 & 6 ON SHEET S1.02) I 14' _ _ _ — _ 1 ---------- ;D ----__-- ANCHOR i ANCHOR IL q \ VERIFY ANCHOR I VERIFY ANCHOR r' SPACING WITH BRIDGE SPACING WITH BRIDGE MANUFACTURER f MANUFACTURER , ANCHOR (L ANCHORS PER BRIDGE MANUFACTURER NOTE: FINAL DIMENSIONS WILL NEED TO BE VERIFIED WITH PRE-ENGINEERED BRIDGE MANUFACTURER I BRIDGE 1 20' STEEL BRIDGE ABUTMENT FOOTING PLAN "n 52.03 ANCHOR rL 1, 3' SPACING, TEP. f HELICAL TO C HELICAL HELICAL PILE. HELICAL PILE. (BATTERED) 10 KIP (SERVICE) 10 KIP (SERVICE) MIN. CAPACITY. MIN. CAPACITY. #4 REBAR TIE @ 12" D.C., SEE DETAIL 5IS2.03 FOR SPECIFICS. TIP. 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS BRIDGE 1 (STEEL) DETAILS & SECTIONS hbk MBK ENGINEERING, LLC 509 S. GILBERT 5T. HELICAL PILE. IOWA CITY, u 52249 HELICAL PILE. HELICAL PILE. PHONE: (319) 338-7557 10 KIP (SERVICE) (BATTERED) 10 KIP (SERVICE) FAX: (319) 358-2937 MIN. CAPACITY. 10 KIP (SERVICE) MIN. CAPACITY. MIN. CAPACITY. IOWA DEPARTMENT OF LABOR 20' STEEL BRIDGE REGISTRATION \ NO.00527328 ABUTMENT REAR ELEVATION2 \ xn 52.03 oxxN � C7 d EXPANSION THRESHOL EXPANSION JOINT }" N NOTE: FINAL DIMENSIONS WILL NEED BE VERIFIED S S ISOLV. EXPANSION JOINT BETWEE ABUTMENT AND SLAB. WITH PRE-ENGINEERED BRIDGE MANUFACTURER 'Ijj,' COMPACTED GRANULAR BACKFILL. rn — POROUS BACKFILL. PLACE TO ELEVATION 4" ABOVE HIGH POINT OF DRAIN. a 1,-9" VERIFY ANCHOR SPACIN(= `" BRIDGE MANUFACTUF 12. 001 I �m v i 4) #5 LONGITUDINAL BARS. TO BE DETERMINED #4 TIES (aa 12" O.C. f }� 12) #4 LONGITUDINAL BARS, TYP. (U.N.O.) #4 TIES Q 12" O.C. 7" SPIRAL AT TOP OF EACH HELICAL PILE 7 TURNS O #3 BAR, 12-0,2.5- PITCH. x 4) #5 LONGITUDINAL BAR: 4" ABUTMENT SUBDRAIN, x a BEARING PLATES &–� UBATTERED SEE DETAIL 21S2.03 LICAFOR J �`SE DIGHT ETAIL HELICAL 21S2.03 FOR SEE SHEET 52.01 FOR ANCHORS PER BRIDGE ALIGNMENT AND SLOPE. MANUFACTURER. SPECIFIC LOCATION SPECIFIC LOCATION _ABUTMENT BACKFILL DETAILW S2.D3 BEARING DETAI 3 ABUTMENT CROSS SECTION ( 5� xrs 52.03 , ----------------- - i / _" e / lMOVE TREE 1 l 1 \ \ 1 I � I 1 ♦ f \1 I I ♦ ♦ \ I I I ♦ ♦ I I I I ♦ i I I I I I , I / I , DTECT TREE TYP/tEE DETAIL 4 SHEE7C4.00 ' / I I / / I r / I / / / / F/ I REMOVE EXISTING BRIDGE (EXISTING BRIDGE DIMENSIONS: 20' X4') I \ I \ 1 1 1 I I I \ I 1 I I I I I I I I I I I I I I I / I I I I I / I I I 1 i 1 I 1 1 I I I I 1 1 I I I I I I 1 I 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS rarTme BRIDGE 3 REMOVALS 8 EXISTING CONDITIONS e hbk NGINEERING CWBK ENqDWING, LLC gn 90WA C509 S. GI R Pu0 ONE: 38-7557 TAX: 13 1358-2937 IOWAD' RENT SE B _ EGIS N Q Z5NO. W 6 ' .�^ MMnwewwrmwicm /Ali � .:rtv or laves .-Irr u�LZ'tk Dn TO BE DETERMINED / / / / / / F/ I REMOVE EXISTING BRIDGE (EXISTING BRIDGE DIMENSIONS: 20' X4') I \ I \ 1 1 1 I I I \ I 1 I I I I I I I I I I I I I I I / I I I I I / I I I 1 i 1 I 1 1 I I I I 1 1 I I I I I I 1 I 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS rarTme BRIDGE 3 REMOVALS 8 EXISTING CONDITIONS e hbk NGINEERING CWBK ENqDWING, LLC gn 90WA C509 S. GI R Pu0 ONE: 38-7557 TAX: 13 1358-2937 IOWAD' RENT SE B _ EGIS N Q Z5NO. W 6 ' .�^ MMnwewwrmwicm /Ali � .:rtv or laves .-Irr u�LZ'tk Dn TO BE DETERMINED 700 Frl 695 0 rt 0 D 690 700 695 685 O 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS BRIDGE S PROFILE AND DETAILS ENGINEERING .a .TBK ENGINEERING, LLC Cp509 S. 9SART ST. gWA 52240 NONE: (319 39-7557 G-7AX: I3-2937 �A DEI PAR ENT OF L�1� Station ��®I HYDRAULIC INFORMATION: DRAINAGE AREA = 45 ACRES @NORTH BRIDGE PROFILE SCALE: N.T.S ,.1Tv or sown ulr MANNING COEFFICIENT = 0.0035 STREAM BED ELEVATION = 691.00 QID = 71.35 FT3/S VID = 4.27 FT/S STAGE ELEVATION = 692.21 050 = 97.34 FT3/S V50 = 4.74 FT/S STAGE ELEVATION = 692.45 0100 = 171.77 FT3/S V100 = 5.69 FT/S STAGE ELEVATION = 693.01 RUB RAIL `— Icamuemw QSoo = 218.05 FT3/S V500 = 6.14 FT/S STAGE ELEVATION = 693.30 DIAGONAL BRACE = M DETERMINED EXTREME HIGH WATER = UNKNOWN 6PCC APPROACH SLAB SAFETY RAIL 6" CRUSHED AGGREGATE WOOD DECK ANTICIPATED SCOUR = ABUTMENT SCOUR NOT CALCULATED PLANK SUPPORT BRIDGE OVERTOPPING OCCURS AT ELEVATION = 695.81 �,PXi 4:1 SL0 TRING R OPf ana. A El p q 1 SV _ _ 1 I _ _ (Mqx) MARCH 15, 2018 LOCATION INFORMATION: I DRAWING LOGS JOHNSON COUNTY CLTRAIL FLOOR BEAM X11 Tx O w MINT NI{NANw/ T. — SW SE SECTION 2 r, --\-,NORTH BRIDGE APPROACH SECTIONS i1NORTH BRIDGE SECTION ��I'" ?01-11 OMYIm'J Til MOW O�i416 T 1IMl Ml/ TA TOWNSHIP 79 N, RANGE 6 WEST SCALE: N.T.S SCALE: N.T.s mune sxmsum law .w SEE SHEET C.00 FOR SPECIFIC LOCATION BRIDGE 1. WING WALL BOTH SIDES OF ABUTMENT WING WALL BOTH SIDES OF ABUTMENT (SEE DETAILS 4,5 & 6 ON SHEET 51.02) (SEE DETAILS 4,5 & 6 ON SHEET S1.02) I 14'- ---------- 4'--_----_-- I ---------- ANCHOR __— _—_—_ANCHOR 4 ANCHOR f q VERIFY ANCHOR I VERIFY ANCHOR SPACING WITH BRIDGE SPACING WITH BRIDGE MANUFACTURER MANUFACTURER / ANCHORS PER ANCHOR i BRIDGE I ANCHOR C MANUFACTURER BRIDGE f 40' STEEL BRIDGE ABUTMENT FOOTING PLAN SCALE N.T.S " EXPANSION JOINT BETWEEN ABUTMENT AND SLAB. COMPACTED GRANULAR BACKFILL. POROUS BACKFILL. PLACE TO ELEVATION 4' ABOVE HIGH POINT OF DRAIN. 1• —�I' 4" ABUTMENT SUBDRAIN,J SEE SHEET S3.01 FOR ALIGNMENT AND SLOPE, SABUTMENT BACKFILL DETAIL SCNE K7.5 11-2" 2-4- M 1, 3' SPACING, TYP. IL HELICAL TO 4 HELICAL HELICAL PILE. HELICAL PILE. (BATTERED) 15 KIP (SERVICE) 15 KIP (SERVICE) MIN. CAPACITY. MIN. CAPACITY. VERIFY ANCHOR SPACING WITH BRIDGE MANUFACTURER VERIFY ANCHOR SPACING WITH BRIDGE MANUFACTURER a BEARING PLA ANCHORS PER BRIDGE MANUFACTURER. #4 REBAR TIE Q 12' O.C. , SEE"� DETAIL 51S3.03 FOR SPECIFICS. 5 3.0 TYP. HELICAL PILE. 15 KIP (SERVICE) MIN. CAPACITY. 40' STEEL BRIDGE t--1ABUTMENT REAR ELEVATION � SCNE: N.T.S 4 BEARING DETAIL SCALE N.T.S #4 TIES @ 12' O.C. #4 TIES @ 12' O.C. #4 TIES (Tia 12" BATTERED HELICAL PILE SEE DETAIL 21S3.03 FOR SPECIFIC LOCATION 17-0042 HICKORY HILL PARK TRAILS. BRIDGES & SIGNS BRIDGE 3 DETAILS & SECTIONS k �ZABUTMENT SECTION SCBE N.T.S f'.(1Y',El DII #7 LONGITUDINAL BARS. {16)#4 LONGITUDINALII TO BE DETERMINED BARS, TYP. (U.N.O.) SPIRAL AT TOP OF EACH HELICAL PILE 7 TURNS OF #3 BAR, 12"0, 2.5' PITCH. 41#7 LONGITUDINAL BARS. STRAIGHT HELICAL PILE, SEE DETAIL 2153.03 FOR SPECIFIC LOCATION ! ABK EN NEERING, LLC .0 cl)508 S. RT ST. 7no IOWA jP'52240 HELICAL PILE. :�TIOTI HELICAL PIL (31i�,ji5-29377 '' (BATTERED) 15 KIP (SERV "^'A DEPARTMENT 15 KIP (SERVICE) MIN. CAPACI N OF LABOR MIN. CAPACITY. PGISTRATION NO. 00527328 .. ,..... �ZABUTMENT SECTION SCBE N.T.S f'.(1Y',El DII #7 LONGITUDINAL BARS. {16)#4 LONGITUDINALII TO BE DETERMINED BARS, TYP. (U.N.O.) SPIRAL AT TOP OF EACH HELICAL PILE 7 TURNS OF #3 BAR, 12"0, 2.5' PITCH. 41#7 LONGITUDINAL BARS. STRAIGHT HELICAL PILE, SEE DETAIL 2153.03 FOR SPECIFIC LOCATION D C B MATERIAL AND INSTALLATION NOTES: GENERAL FABRICATION NOTES: I. COMPLY WITH REQUIREMENTS INDICATED FOR MATERIALS, THICKNESSES, FINISHES, COLORS, DESIGNS. SHAPES, SITES AND DETAILS OF CONSTRUCTION. 2. DESIGN,FABRICATE, AND INSTALL SIGN(S) ASSEMBLIES TO PREVENT BUCKUND, OPENING UP OF JOINTS, AND OVER STRESSING OF WELDS ANDFASTENERS. 3. FABRICATE SIGN IN SHOP TO THE GREATEST EXTENT POSSIBLE TO MINIMIZE FIELD ASSEMBLY 4. CONCEAL FASTENERS IF POSSIBLE OTHERWISE. LOCATE FASTENERS TO APPEAR INCONSPICUOUS. 5. FORM PANELS TO REOUIRED SIZE AND SHAPE, COMPLYWITH REQUIREMENTS INDICATED FOR DESIGN DIMENSIONS, FINISHES, COLOR AND DETAILS OF CONSTRUCTION. S. COORDINATE DIMENSIONS AND ATTACHMENTS METHODS TO PRODUCE MESSAGE PANELS WITH CLOSELY FITTING JOINTS. CRY PAPo(6RECF¢ATION WHITL PENT LOW -SWONTRA W XTTE PAINED ON BY CGRIRATDR MONWTH SIGN, COPYON BOTH SDN FACES, }ALUMINUM PL, 6°01-T6, POWDER COATED BRGAN Morcx EwsnNG GdlcaDR SIGN FACEAND GRAPHNSTO BE CONE(ED W ITN CLEAR W Nil UV WMBITINGFEM PAW IDEMIFIGMNI CONDENSED IT LWtS$R18W0 1PSTPoTE.MIE PARK ADO KESS iWNE (TYPE -SWISS of BGD CWDENssn Imp GRABS PATTERN MITE(AUTOIAD PATTERN SUPPLIED BY OMER) 14O HEAVY DUTY HEX HEAL) W4BIERTAPPW39]EW6 FORCONE}O% 6'LENGTH FINISHED GPAOE.CWgTICNSVAIRY SEE 6ELECTEDSRE6LRYSTaFF TO FBIALIEELOGPW /NOGVECTEMN t= m 6, MIN. CIFAR EXAMINATION ` 1, POURED WNgETEFOUNDADON 1. VERIFY INSTALLATION CONDITIONS ARE ACCEPTABLE FOR PRODUCT INSTALLATION IN ACCORDANCE WITH THE OWNER'S INSTRUCTIOJ. f r M REMR@ 12-EWMD03 VES INSTALLATION a m 1. INSTALL SIGN IN LOCATIONS INDICATED USING NOMINAL DIMENSIONS. THE OWNER WILL STAKE GENERAL LOCATION OF EACH SIGN IN THE U �p FELL) PRIOR TO INSTALLATION 2, INSTALL SIGN LEVEL, PLUMB AND AT HEIGHTS INDICATED. O i LO.UED..SE 6O HEAWDIIIYHEK HEADWASHER TawNc 6crd:wsFaR 'E ., 4. cac}'oW. B•LENGIH AlAAl SECT3 Co ION & ELEVATION; PARK IDENTIFICATION SIGN - SEE SIGN LOCATION EXHIBIT NO. SECT THROUGH SIGN FOUNDATION SECTION & ELEVATION: LARGE MARKER o ,~ a SIGN = DETAILS O 2 3 4 = L5.01 t= } TH"CUSTM HIGH MMUIE V INATE MLTEPoK EXAMINATION Z z ui y� n 1. VERIFY INSTALLATION CONDITIONS ARE ACCEPTABLE FOR PRODUCT INSTALLATION IN ACCORDANCE WITH THE OWNER'S INSTRUCTIOJ. f r WJ INSTALLATION m 1. INSTALL SIGN IN LOCATIONS INDICATED USING NOMINAL DIMENSIONS. THE OWNER WILL STAKE GENERAL LOCATION OF EACH SIGN IN THE U �p FELL) PRIOR TO INSTALLATION 2, INSTALL SIGN LEVEL, PLUMB AND AT HEIGHTS INDICATED. O i 0 CUEANING, PROTECTION AND REPAIR 0 i Z 1. REPAIR SCRATCHES AND OTHER DAMAGE WHICH MIGHT OCCUR DURING INSTALLATION 2, REPLACE COMPONENTS WHERE REPAIR WERE MADE BUT ARE STILL VISIBLE TO THE UNAIDED EYE FROM A DISTANCE OF IO FEET. O 3, REMOVE TEMPORARY COVERING AND PROTECTION TO ADJACENT WORK AREAS. CHEM INSTALLED PRODUCTS IN ACCORDANCE WITH T 61 GNFACEANDGRAPHIGRTOBE OWNERS INSTRUCTIONS PRIOR TO OWNERS ACCEPTANCE. 4. REMOVE CONSTRUCTION DEBRIS FROM PROJECT SITE. DISPOSE OF IN AN APPROVED MANNER. GENERALNOTES 1. CONCRETE FOOTING TO BE LIGHTLY SAND BLASTED. TO BE COORDINATED WITH CRY 2 UNLESS OTHERWISE SHOWN OR SPECIFIED, CONSTRUCTION FORM WORK FOR CONCRETE SURFACE WHICH WILL BE EXPOSED TO VIEW IN HUTE(TYPFMOS WAITE(TYFE-SW65n1EWD THE COMPLETED PROJECT, WITH FORM PLYWOOD, METHOD OR OTHER ACCEPTABLE PANEL -TYPE MATERIAL, TO PROVIDE CONTINUOUS, STRAIGHT, SMOOTH EXPOSED SURFACES. FURNISH IN LARGEST PRACTICABLE SIZES TO MINIMIZE NUMBER OF JOINTS corDBNs6ortwG 3. PROVIDE FORM MATERIAL WITH SUFFICIENTTHICKNESS TO WITHSTAND PRESSURE OF NEWLY-PUCEO CONCRETEWITHOUT BOW OR Z DEFLECTION. O ,,, CITY PALM 6 RECREATION U 0 6O HEAWDIIIYHEK HEADWASHER TawNc 6crd:wsFaR 'E ., 4. cac}'oW. B•LENGIH AlAAl SECT3 Co ION & ELEVATION; PARK IDENTIFICATION SIGN - SEE SIGN LOCATION EXHIBIT NO. SECT THROUGH SIGN FOUNDATION SECTION & ELEVATION: LARGE MARKER o ,~ a SIGN = DETAILS O 2 3 4 = L5.01 I } TH"CUSTM HIGH MMUIE V INATE MLTEPoK f r EXTEPoORGRPDE AWtTE FWI91 �) MOUNTED WITH HI OTY } THREADED HOLES HERPWEL b N WI}LONG}'30BIRiWSOIXELGAPBIACNOwDEECREWS_ `i T 61 GNFACEANDGRAPHIGRTOBE COVERED WRH CLFAAVNYL W INHIBRINGFUI 1•AIE HUTE(TYPFMOS WAITE(TYFE-SW65n1EWD 9 corDBNs6ortwG ^ �.. }ALLMIWMSIGNBIAGE ,,, CITY PALM 6 RECREATION 0 4 DEPARTLENTLOGO- W112St0 WHITE, PAI�EDWBYCONDUTgt "� (� ill 612 WEND IBESTPPACRCE }ALUNfA1M R,6061-i,POA1ERCgMEO�OAN M1TCH ENSTING SINN OCLOR }'ALUMINUM SIG N M W MING ELATE N E%POSFD LpHi WASNERTAPWNGSCREWS q SAWN BUSTED F4OOR CONC}DM.8-LHNNGEATDH LL O IOD. HEAW DUTY XE%XEAD 4 FINISHED GMDE CUD IT' VMY � WASHER TAPPING SCREWS SEE SELECTEDSITFSGiYSTAFF = �.` FOR CONC} DW B' LENGTH TOFW41MELOGTIONPNDORECDON O V G M PEBAR�12'EWMNgTFS ; _U PWFED CONCRETE FOUWTFN I .'r } ALUMNUMSIGNBIAOE 1 8 M REBIR®12'EWMBpTES 5 G a t'.YSONOFLBEPOW }SIGXMWNNNG RATE A1' 6' B}' } STEELSIGNBLAOE 1I• 6.12 WELD WELOIBESTPPACIICE ee uuermi — COMPACTEDSLUBASE }SIGN AIOUMIXGMTE 6O HEAWDIIIYHEK HEADWASHER TawNc 6crd:wsFaR 'E ., 4. cac}'oW. B•LENGIH AlAAl SECT3 Co ION & ELEVATION; PARK IDENTIFICATION SIGN - SEE SIGN LOCATION EXHIBIT NO. SECT THROUGH SIGN FOUNDATION SECTION & ELEVATION: LARGE MARKER o ,~ a SIGN = DETAILS O 2 3 4 = L5.01 ID C Ie CITY PARK 6 PEC11911 JH CEPARTMENTLOGO-SN112S10 WHITE. PANTED ON BY CONIRATOR GRASSPAT'DEMBEGElAUTOCADPATTERN SUPPLEDBYGWNER) W HEAVY DUTY HEX HEAD WASHEPTARRNG SC REYS FOR COIC} pA. S' UNGN FNISHW GMD SIM Cl TY7MF TO SERECTEOSITESCITYSTAFF TO FINALIZE LOCATION ND DRECI1fN • I MONOLITH 616IT COPY ON BON SCANFACE$, NREBA11®12•EYIANDISTES j ALUMINUMPL, N61 To,POWD31 COALED fiFOVN WIN311WODSM MATCHEXISTNGSIGNCOLM HICKGRYHILLPARK GRAPHNCWJTHTEXT. PARK AMP OTRNCTM HILL 0.YCQ SIGNFACEANDGMRIMSTOM ANDIORN( AND NSTPL. CANEIIED WIN CLFARWNriw > 1NNI&TING FILM v —HIGH PEPFORWNCE GRVHICSASS'EC. MN. CLEARANCE } NICK CUSTOM HIGH PRESSURE LAMINATE hY MATERUL GRADELVTTE FINISH TYP FOR NISSAN WITH 0)C [EDHOLES b MWNfNEL JTO .I• A20 BUTTON WtLINTY NBUT PER PANEL WI} U E SCBE CAP BIACN DIODE 6OiEWS, CITY PARK 6 PEC11911 JH CEPARTMENTLOGO-SN112S10 WHITE. PANTED ON BY CONIRATOR GRASSPAT'DEMBEGElAUTOCADPATTERN SUPPLEDBYGWNER) W HEAVY DUTY HEX HEAD WASHEPTARRNG SC REYS FOR COIC} pA. S' UNGN FNISHW GMD SIM Cl TY7MF TO SERECTEOSITESCITYSTAFF TO FINALIZE LOCATION ND DRECI1fN • I '.t • NREBA11®12•EYIANDISTES WERPRETIDE PANE. WIN311WODSM PHIC6 T CIOYTO ELOP GRAPHNCWJTHTEXT. PROVIDETONE OTRNCTM ORTO COPRKXX)CEART :r� ANDIORN( AND NSTPL. --s;- n > e' v TO FINADZE LOCATION ALA MISC110N MN. CLEARANCE pI PEPARN iT EW ANDpITIES hY L a'� ..I TYP FOR NISSAN I a JTO .I• GOING EDGE GENERAL FABRICATION NOTES 1. COMPLY WITH REQUIREMENTS INDICATED FOR MATERIALS, THICKNESSES, FINISHES, COLORS, DESIGNS, SHAPES, SIZES AND DETAILS OF CONSTRUCTION. 2. DESIGN,FABRICATE, AND INSTALL SIGN(S) ASSEMBLIES TO PREVENT BUCKLING, OPENNG UP OF JOINTS, AND OVER STRESSING OF WELDS AND FASTENERS. 3. FABRICATE SIGN IN SHOP TO THE GREATEST EXTENT POSSIBLE TO MINIMIZE FIELDASSEMBLY 4. CONCEAL FASTENERS IF POSSIBLE OTHERWISE, LOCATE FASTENERS TO APPEAR INCONSPICUOUS 5. FORM PANELS TO REOUIRED SIZE AND SHAPE. COMPLYWITH REQUIREMENTS INDICATED FOR DESIGN DIMENSIONS, FINISHES, COLOR AND DETAILS OF CONSTRUCTION. S. COORDINATE DIMENSIONS AND ATTACHMENTS METHODS TO PRODUCE MESSAGE PANELS WITH CLOSELY FITTING JOINTS, S 1'd COY PARtA RECREATKN AK WERPRETIDE PANE. WIN311WODSM PHIC6 T CIOYTO ELOP GRAPHNCWJTHTEXT. PROVIDETONE OTRNCTM ORTO COPRKXX)CEART W ANDIORN( AND NSTPL. --s;- n T L T e' L 6' L S' L C TO FINADZE LOCATION ALA MISC110N •a.� pI PEPARN iT EW ANDpITIES hY L a'� ..I �.,.... rd � Ma+am+slcN,cwrau Dom RLxa FACES, jALUMINUM R, 60fiiT6, PoWDERCWTEOEiJp1N MATCX ExISTING SICK LOOt 31GN FACEAN) GRAPNCSTO BE CSITIN WILM QEAR VINYL W INKNIRINGFLM NK.H PERFORMANCE GFMHICS AS$£C. }THICKCUSTOMHIGHPRESSV£IMIINATE WILHIT ) WHNCRGRADEREAD FNISN MOUNTED WRH(Q OIY }mfEADF) HOLES ffA PANEL WI} LIXW,}-A&IRCN PoLHEf (AP BLACK O%IOE6CPFVS � COY PARtA RECREATKN P CEPARTM:NTL000-BWlI2 10 , S WHITE, PAINTED ON BY CCWNATCR WHITE, PANTEDON BYCONmAiOR WHITE PAWED McWUTH NN,COPYONWNSGHFACES GRASS PATTERN BEIGE (AUT(XCAD PATTERN SUPPLIED BY OWNER) IALUMINUM PL 6001-T6, NOVICESCWTEDBROAN W. IEAWDUTYHEX HEAD WASIEITMMG 1.1M MATCH EASTING SIGN COLOR. $GREWSFOR CC1RC�j'Ow. fi'IENGTN PARK IDENTIFICATION --s;- n J VHOEDYm AWISSMOOLD SMSHEO SPADE, CONOITpN6 WRT SEE SELECT®ETESGtt SPA£F CONDENSED ITALIC) TO FINADZE LOCATION ALA MISC110N •a.� pI PEPARN iT EW ANDpITIES r MIH CLFARMKE TYR. PON RERAR TO GONG EDGE caxvncTEG suBaASE SECTIELEV: INTERPRETIVE SIGN • BACK 1 1 2 EXAMINATION 1. VERIFYINSTALLATION INSTALLATION 1. INSTALL SIGN IN LOCATIONS INDICATED USING NOMINAL DIMENSIONS. THE OWNER WILL STATE GENERAL LOCATION OF EACH SIGN IN THE FIELD PRIOR TO INSTALLATION 2. INSTALL SIGN LEVEL. PLUMB AND AT HEIGHTS INDICATED. CLEANING PROTECTION AND REPAIR D 1. REPAIR SCRATCHES AND OTHER DAMAGE WHICH MIGHT OCCUR DURING INSTALLATION 2. REPLACE COMPONENTS WHERE REPAIR WERE MADE BUT ARE STILL VISIBLE TO ME UNAIDED EYE FROM A DISTANCE OF IO FEET, 3. REMOVE TEMPORARY COVERING AND PROTECTION TO ADJACENT WORK AREAS. CLEAN INSTALLED PRODUCTS IN ACCORDANCE WITH OWNERS INSTRUCTIONS PRIOR TO OWNERS ACCEPTANCE. 4. REMOVE CONSTRUCTION DEBRIS FROM PROJECT SRP. DISPOSE OF IN AN APPROVED MANNER, GENERAL NOTES 1, CONCRETE FOOTING TORE UGHTLY SAND BLASTED. TO BE COORDINATED WITH CRY 2. UNLESS OTHERWISE SHOWN OR SPECIFIED, CONSTRUCTION FORM WORK FOR CONCRETE SURFACE WHICH WILL BE EXPOSED TO MEW IN THE COMPLETED PROJECT, WITH FORM PLYWOOD, METHOD OR OTHERACCEPTABLE PANEL TYPE MATERIAL, TO PROJIDE CONTINUOUS. STRAIGHT. SMOOTH EXPOSED SURFACES. FURNISH IN LARGEST PRACTICABLE SIZES TO MNIMQE NUMBER OF.IONTS 3. PROVIDE FORM MATERALWITH SUFFICIENT THICKNESS TO WITHSTAND PRESSURE OF NEWLY -PLACED CONCRETE WITHOJTBGW OR DEFLECTKMN. } ALUMNUMSICNR/DE YL•SONOTUBEFORM } SIGN MOUNTNGMTE BO HEAVY DAY HEX HEADWASHER TAPPINISCREAKI LONC�'OA 6'IENGTH } ALUAWJM6IGNBLAOE } EGNALUMNUM Mq.NDNGMIE W. HEAVY DUTY HEX HEAD WASHER TAPPINGSCREWSFOR WBC}DW 6' LENGTH A3,,,„G. SECT THROUGH SIGN FOUNDATION CIIYPARX&RECREATIW C P CEPARTM:NTL000-BWlI2 10 , S WHITE, PAINTED ON BY CCWNATCR McWUTH NN,COPYONWNSGHFACES B IALUMINUM PL 6001-T6, NOVICESCWTEDBROAN z 1.1M MATCH EASTING SIGN COLOR. O PARK IDENTIFICATION --s;- n J VHOEDYm AWISSMOOLD .a CONDENSED ITALIC) ALUMINUMSIGNSLADE Q I CSIGN AND GMPNICSTOBE WHIBRINGFLM 8 '% } 61GNALUMNUMMOJMf1GPlATE •. 4 , Wdab B T '• z 1'P m bS .a ALUMINUMSIGNSLADE •a.� Z y y IIY fi12 WELDIPESi PRA I U i'AILASM1WA SIGNMWNTWO PIA,E •:: �. ZD�/ LL F— /� w U WUREDCOICRETEFOUNDATION 1e fr 20. HEAVY DUTY NHEAD �, s�sa�g WASXERT SCREWS •:. Gl N 'OK R-LENGM3, CONCj . MMI •. LT 0 REGAIN@ ITMANON TIES A4,._, o. PLAN & SECTION: SMALL MARKER cn , Wdab WJ z m O z z Z n O U ZD�/ LL F— /� w U Zx Oa fr s�sa�g Gl N ! m s LT _ o 0 N ID 0 O V O V •f = O V aN9Nu o w aye RUG PPlowdry 8 tsiign A L SIGN = DETAILS O Y L5.02 D HICKORY HILL PARK: SIGN LOCATION v t EXHIBIT DOUBLE SIDED DOUBLE SIDED DOUBLESIDED NO. 1 i ' NOTES edge I •\� . All Artwork Provided by Owner in the Form of a Vector Image. t • Artwork Fabrication & Installed i by Contractor t Contractorto Provide at Least Two Color Submittal for Shop Drawings v" m Graphic Instruction ' Exterior Grade Marred Finish _i North Entrance - 7() �I - c East �f '�� — I n^egina Ca(holic Education Center - ,aa t N �/ South A Bloomington St `f�EntraeGe. �' o we 1 opo +� YY PARK IDENTIFICATION SIGNS Al Q1 A2 Q1 FRONT SIDE BACKSIDE MARKER -SIGNS a 3 INTERPRETIVE SIGNS U) r� c I— _n w bn A3 Q 1 �N U a/ o O O� DOUBLE SIDED T' FRONT SIDE BACKSIDE MARKER -SIGNS a 3 INTERPRETIVE SIGNS U) I— w bn �N U a/ o O ' z O F - w Z O� Q6 C>�ItAA m a O CO w CJ d U _ o g o 00 2 � U w..,o aurum m,e R� �nq�In$& Design rswwn��n �1N� CO d SIGN LAYOUT O L5.03 Hill Park IANDSCAFIARCHrrICT_m 17-;� $22i;!`. _c _ q\ _. RD. o # ¢§\)§. ! �c _, . ® ƒ of Iowa City}� D I IA I Z i PLAN: PEDESTRIAN RAMPS 1" = 20' :Qn 3 S'3> qui TlW I IMh% �o C1 PLAN ENLRG. -DEMO C2 PLAN ENLRG. -LAYOUT71 SCALE: 1" = 10" SCALE: 1" = 10" 0 PLAN ENLRG. -DEMO D 1 SCALE: 1" =10" I 3 D2 PLAN ENLRG. -LAYOUT SCALE: 1" =10" I 4 JAI U) ,s„ W WJ U i �/ o '.0 :Qn 3 S'3> qui TlW I IMh% �o C1 PLAN ENLRG. -DEMO C2 PLAN ENLRG. -LAYOUT71 SCALE: 1" = 10" SCALE: 1" = 10" 0 PLAN ENLRG. -DEMO D 1 SCALE: 1" =10" I 3 D2 PLAN ENLRG. -LAYOUT SCALE: 1" =10" I 4 JAI U) W WJ U �/ o O' z 5 z _O F- U ZD�/ LL_ U) w O� U w� sig. W O Y N a 3 _ o w 3 p U O 'x oUs momau RW Planning 6 Design L — PEDESTRIAN = RAMP LL5.05 0 CR CR r D z D X z M i MM3 A113Ot a � Hickory Hill Park CONSTRUCTION DOCUMENTS LANDSCAPE �p�)�33 Hickory Hill Park ARCHITECT n RD U §IM 1111 Iowa City Iowa ... 0 25t5€�4 gi's9 O y 2 Q@ ��P PLgNNING • DESIGN City of Iowa City CONTACTS The /ollaeing NUM comlienres may nAm IauMlea In proumdy to the "ad GAS a ELECTRIC MID AMERICAN ENERGY CO. I I edollo 163DLa w Muscatine Rd. nM I lonee CEy. Ii MID � Q�OF, ..' SCC GAS ''.�0 Ann DON MASTON S th DATE OIIIca: 3191341-581 _ i ASHBACKER IA; 19713 �f^f Madb: 319030 i l'• '�: *•-._...� *,psi ELECTRIC C DICK BOCK 03.00 OIMe'. 3195414485 C3.01-03.03 Modb'. 310CMIG N] TELEPHONE Ann: DAVID KIRKEBY z CENTURYLINK 615 3al Ave. S.E. S1.00 Ceder Rapids, Iowa U401 57.01 Phone: 312CH)I 0 MU D Pper 31Y13&380i CABLE TELEVISION AM'. TIM EAGEN S2.01 MEOIACOM S2.02 SIS SOUm9Ne Alenue S2.03 Iawa CRY, Ims ii AR INE Phone: 319551-0108KD4 53.01 Cell: 319550-bT9 FIBER OPTICS AT&T PJ MCDERMOTT 53.03 4425 Oak Stmt F Kansa C", MO "IN z S1 Phone. B1B591-SBn L5.03 An, DAVID KIRKEBY L5.04 CENTURYLINK G AVE 815 DN Aw. S.E. AROUNE DR Cedar Rai Nwa U401 Phone: 3191]9&7440 Paper 319539-3807 CRY W Iowa CITY WATER DIVISION Mone: 31WW5162 UnN. or Iowa: GEORGE STUMPF Mone. 319n15 -2e14 UTILITY LOCATING CREW 'ONE CALL' Mon.140MU4989 CITY WATER DEPARTMENT Mn: KEVINSLUTTS Made. 3195 5 8-5159 CT' STREETS DIVISION AM'. BROCKHO-UB Made'. 319558-5482 CRY WASTEWATER DIVISION Mn: TM WILKEY ODGE ST CT Mone: 31900 108 CITY TRAFFIC ENGINEERING Ann: GUY IRVIN Made: 319558.8192 CT' PARKS B FORESTRY Ann: 7AC HALL Made: 319558-5107 OAXLAND CEMETERY Alan KURTSCHi Ann: RUSS BUFFINGTON Mone: 3195585105 ®IOWA= ONE CALL 14042924989 i www.lowSonsCClLaom -yam LVOBrJ AO11B,TIRIL �MNrheawaww4weaakeeei r'eaelia.'Iraaslaake. en.4.•r deaeakee I `__-08/16/18 W91�1. SMI 9a A�wYa�IIY� HICKORY HILL PARK FILED 291bAUG2l A 134MPROVEMENTS PROJECT CITY CLERK I 101�lA CITY, 101�A D0l1 IC/`T \/IlAI AIITV NAIAD INDEX OF SHEETS SHEET IHDIEBYYDIRECTUTTl6919AIFPUNG WASM BYMFlXl I I edollo I I wvw I w IAInVI I I nM I PROJECT LOCATION � Q�OF, ..' SCC CIVIL ''.�0 f DR S th DATE rn t( ANT L k _ i ASHBACKER IA; 19713 �f^f AMYLASHSAaM I£ l'• '�: *•-._...� *,psi U�ItSE MUAlF111T13. C MYIICDl9FD RF71EWAl DATE6 DFlSN9B16L>mi 03.00 CEMETERY TRAIL MAP C3.01-03.03 IAGE5 d191FFR COVENEO By TIASFN: ALOO-C4.02 B1.00-81.01 TRAIL RE -SURFACE& NEW TRAIL CROS$SECTIONS z CIVIL DETAILS � o S1.00 NDUBUWE RD 57.01 BRIDGE 4 (WOOD) REPLACEMENT PLAN MU D D 52.00 �W In S2.01 BRIDGE 1 (STEEL) PROPOSED PLAN S2.02 BRIDGE I(STEEL) PROFILE AND DETAILS S2.03 AR IN VE AR INE m 53.01 BRIDGE 3 (STEEL) PROPOSED PLAN S3.O2 BRIDGE 3 (STEEL) PROFILE AND DETAILS 53.03 BRIDGE 3 (STEEL) DETAILS AND SECTIONS F CT z S1 _ SIGN DETAIL SIGN DETAIL L5.03 SIGN LAYOUT L5.04 SIGN LAYOUT G AVE < AROUNE DR PARKING LOT LAYOUT N w ODGE ST CT KIMBALL AVE a < � _ L D .'Yry ff _'i• YI 2 1 F � U > D m y a 8 f EVERGRE SQ' N U O PL re �9p he WOOD 0 do $A U 0 C N N pp DR Q TA CEDA ST A� g vI-i 3=y ISI z & c �i i TUDOR DR %Q m w 9NNDSOR < ppp� Py� 4q TO COUJx9A OR CT h w F a �v�iG N ROCHES i AVE 5 mo P- NT z Ui I� w 5 i ROCHESTER CT Fw� a 120. z Q Q CONCORD ad i zliBµpPO o RIDGEWAY DR �p INDEX OF SHEETS SHEET IHDIEBYYDIRECTUTTl6919AIFPUNG WASM BYMFlXl I I edollo ON AND LAL AND YKAT YU OMELTN 01Ay UCFN�O P ESS /0,71 d ESS I`pA,'o IIbFTSSION.LL MIN Est UNOFA TIE AWS OFTHESTATFOf NAPA ineco Est UNDER Of � Q�OF, ..' SCC CIVIL ''.�0 :1 !. 08.15.2018 S th DATE rn t( ANT L k _ i ASHBACKER IA; 19713 �f^f AMYLASHSAaM I£ l'• '�: *•-._...� *,psi U�ItSE MUAlF111T13. ��99ey�0m�P6- MYIICDl9FD RF71EWAl DATE6 DFlSN9B16L>mi 03.00 CEMETERY TRAIL MAP C3.01-03.03 IAGE5 d191FFR COVENEO By TIASFN: ALOO-C4.02 INDEX OF SHEETS SHEET TITLE I I edollo COVER SHEET A1.00 GENERAL NOTES ,....,•'Wf .ymt S CIVIL CO.0000.02 OVERALL PROJECT MAP I ACCESS B STAGING C1.00 NEW TRAIL ALIGNMENT MAP CIDIC7.03 NEWTRAR ALIGNMENT PLAN& PROFILE C2.00 FIRST AVENUE TRAIL MAP C2.01 -C2.12 FIRST AVENUE TRAIL PLAN B PROFILE 03.00 CEMETERY TRAIL MAP C3.01-03.03 CEMETERY TRAIL PLAN 6 PROFILE B1.00-81.01 TRAIL RE -SURFACE& NEW TRAIL CROS$SECTIONS C4.0D-C4.02 CIVIL DETAILS STRUCTURAL S1.00 BRIDGE 4(WOOD) REPLACEMENT ELEVATION 57.01 BRIDGE 4 (WOOD) REPLACEMENT PLAN S1.02 BRIDGE 4 (WOOD) DETAILS AND SECTIONS 52.00 BRIDGE 1 (STEEL) REMOVALS AND EXISTING COND. S2.01 BRIDGE 1 (STEEL) PROPOSED PLAN S2.02 BRIDGE I(STEEL) PROFILE AND DETAILS S2.03 BRIDGE I(STEEL) DETAILS AND SECTIONS S3.00 BRIDGE 3 (STEEL) REMOVALS AND EXISTING CONDITIONS 53.01 BRIDGE 3 (STEEL) PROPOSED PLAN S3.O2 BRIDGE 3 (STEEL) PROFILE AND DETAILS 53.03 BRIDGE 3 (STEEL) DETAILS AND SECTIONS LANDSCAPE ARCHITECTURAL L5.01 L5.02 _ SIGN DETAIL SIGN DETAIL L5.03 SIGN LAYOUT L5.04 SIGN LAYOUT L5.05 PEDESTRIAN RAMP L5.06 PARKING LOT LAYOUT PROJECT INFORMATION SCOPE OF WORK TRAIL IMPROVEMENTS INCLUDE RE -GRADING ANO RE -SURFACING. AS WELL AS RE-ROUTING A TRAIL AROUND A FLOOD PRONE AREA. BRIDGE WORK INCLUDES FOUR BRIDGES, A TIMBER BRIDGE REPLACEMENT, TWO STEEL BRIDGE REPLACEMENT$ AND TOE PROTECTION FROM EROSION AROUND A TIMBER BRIDGE. WAY FINDING WILL BE IMPROVED ACROSS THE PARK BY MEANS OF ADDITIONAL SIGNAGE. 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS COVER SHEET hbk SNGINSHRING RISK ENGINEERING, LLC 509 5. GILBERT ST. IOWA CITY, IA 62240 PHONE: (319) 338-7657 FAX: (319) 358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO, 00527328 TO BE DETERMINED I hereby cavi that this engineering document was I I edollo propared and the refotetl engineering work was performed by r 11, FESSI Oarft� Q(a re me or under my direct personal supervision aha that I am a duly li ensed P 7essional Engineer under the lows of the ,....,•'Wf .ymt S State di Iowa. ?pry�T Licensed =9,Z 23469 •- 08.152018 =?:Nicholas NI NICHOLAS M MCBRIDE DATE % J•'• McBride ' L *••'-• •*v` Ucense number 23469 e Oorgeiolin My license renewal data is December 31. 2019 in eel°e`er Pages or sheets covered by this sea. SI.00-53.03 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS COVER SHEET hbk SNGINSHRING RISK ENGINEERING, LLC 509 5. GILBERT ST. IOWA CITY, IA 62240 PHONE: (319) 338-7657 FAX: (319) 358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO, 00527328 TO BE DETERMINED CONTACTS TheInYUMrg uMBY oaMMie. m.Y tweh�8ee M povnEY ben w-ject GAS B ELECTRIC MID AMERICAN ENERGY OO. 1030 Laver Mu be Rd. I.. City. b.5 0 GAS AIM: DON MASTON TWA ONE CALL 1-800-292-898101 (5 vvv,,wio,vaolwocall.rR .-a=- VpIOtlPEARCIRB.TWX OIFi: 319341 IYAR,YYKYIMeIYMe�,4tixkY� Moble: 31913300.513 TELEPHONE Aft: DAVID KIRKEBY Y~R.RYxYY„4Rr�xY��x1x�`1 CENTURYLINK Irr ra>m 615 3N Ave, $.E. C� 1,-08/16/18 Cedar RVIds, Iowa 52401 YLLW O.YN ea Phan: 319/399-]"0 I1'xer�gk.w Paper 3191329-M7 CABLE TELEVISION AM: TIM EAGEN 4yrry,�ow0.,e.`� '� MEDIACOM 03.01-C3. 510 Seval. Avenue 81. 81.01 kava CNY, lava 52260 .00-1.02 Pham: 3191351-0408 #N Mw 57.00 Celt 3101!503879 FIBER OPTICS A T e T. P. J. MCDERMOTT TU D OR 1425 Oak Steel N a w D Kamp Cry. MO Ulm C Phan: 8181391-5077 ROCHES AM'. DAVID KIRKEBY CT CENTURYLINK - 615 3N Ave, S.E. 53.01 Cedar PAI byre 52401 S3.02 Pham: 311199-7"0 ROCHESTER CT Peps: 319329-3807 rc Gey W kw. Cky: WATER DIVISION dff M. 3191354k5162 AVE u1 iu Uaiv.olbae: GEORGESTUMPF RIDGEWAY OR c Phone: 319/335-2814 URLITY LOCATING CREW 'ONE CALL' L5.05 M. 1-8WdZ92-8989 CITY WATER DEPARTMENT AM KEVIN SLUTTS Ptah: 31913568169 CITY STREETS DASKIN Aen: BROCK HOLM Phone: 3191358-5482 CRY WASTEWATER DIVISION Mn: TIM WILKEY Ptah: 31918874106 CITY TRAFFIC ENGINEERING AM GUY IRAN Pham: 319135&5192 CITY PARKS 8 FORESTRY AM ZAC HALL Pt.: 319Q568107 OAKLAND CEMETERY AM KURT SCHUTZ AM RUSS BUFFINGTON Pt. 319/1403105 TWA ONE CALL 1-800-292-898101 (5 vvv,,wio,vaolwocall.rR .-a=- VpIOtlPEARCIRB.TWX I HEREBY CERTIFYTHATTHN BIGINEERING OOCUMEW WASPROMED B7' ME CR IYAR,YYKYIMeIYMe�,4tixkY� Or W 1rE Y~R.RYxYY„4Rr�xY��x1x�`1 �s 6uaA Irr ra>m n1.1e1 C� 1,-08/16/18 RO YLLW O.YN ea m a4 r I1'xer�gk.w 14xoe< HICKORY HILL PARK TRAILS, BRIDGES AND SIGNS DR PROJECT VICINITY MAP NDUBUOUE RD INDEX OF SHEETS SHEET I HEREBY CERTIFYTHATTHN BIGINEERING OOCUMEW WASPROMED B7' ME CR mnu» OR F1 �a Es 140,N4�4 vii 3�QQ':- •.V 45 08/16/18 O CEDAR ST W i ASHBACKER y m C w 1, 19713 + AMYL ""RPF. 6' FIRSTAVE TRAIL MAP p A 4yrry,�ow0.,e.`� '� O m 03.01-C3. Z 81. 81.01 TRAIL RESURFACE b NEW TRAIL CROSS-SECTIONS .00-1.02 H- Mw 57.00 I BRIDGE 4WOOD) REPLACEMENT ELEVATION SIO1 BRIDGE 4(WOOD) REPLACEMENT PLAN TU D OR (Ct� N a w D 3 WINDSOR F < 17i i C HC N ROCHES AVE CT BRIDGE 1(STEEL) DETAILS AND SECTIONS - BRIDGE 3 (STEEL) REMOVALS AND EXISTING CONDITIONS 53.01 BRIDGE 3 (STEEL) PROPOSED PLAN S3.02 BRIDGE 3 (STEEL) PROFILE AND DETAILS ROCHESTER CT BRIDGE 3 (STEEL) DETAILS AND SECTIONS rc LANDSCAPE ARCHITECTURAL dff HO AVE u1 iu gEyO u� RIDGEWAY OR c SIGN LAYOUT w €u 0< �� 4 L5.05 INDEX OF SHEETS SHEET I HEREBY CERTIFYTHATTHN BIGINEERING OOCUMEW WASPROMED B7' ME CR mnu» UNDER MYDMECTPERSONALSUPEWMNANOTHATIAMADMYUCIWD �a Es 140,N4�4 PROFESSIONALENGINEEAIINO THE UWSOFTNESTATEOFIOWA 3�QQ':- •.V 45 08/16/18 jowl ANY L t �L SIGNED DATE: W i ASHBACKER NEW TRAIL AUGNME MAP w 1, 19713 + AMYL ""RPF. , n1f FIRSTAVE TRAIL MAP C2.01-2.12 UCENm NUh16ER 19733 4yrry,�ow0.,e.`� '� MYLICENSFD RENEWAL WiTEIS DELEM0FR3L 1119. 03.01-C3. PAGFS Op4E£TScaEAED WTx55EA1: A. R, C SHEETS INDEX OF SHEETS SHEET TITLE COVER SHEET A1.00 GENERAL NOTES - CIVIL C0.00-00.02 OVERALL PROJECT MAP CCESS 8 STAGING C1.00 NEW TRAIL AUGNME MAP CI.01-01.03 NEW TRAIL ALI ENT PLAN 8 PROFILE CZ00 FIRSTAVE TRAIL MAP C2.01-2.12 FIRS NUE TRAIL PLAN S PROFILE (53.00 METERY TRAIL MAP 03.01-C3. CEMETERY TRAIL PLAN 8 PROFILE 81. 81.01 TRAIL RESURFACE b NEW TRAIL CROSS-SECTIONS .00-1.02 CIVIL DETAILS Mw 57.00 I BRIDGE 4WOOD) REPLACEMENT ELEVATION SIO1 BRIDGE 4(WOOD) REPLACEMENT PLAN 51.02 BRIDGE 4 MOOD) DETAILS AND SECTIONS SZOO BRIDGE 1 (STEEL) REMOVALS AND EXISTING GOND. S2.01 BRIDGE 1 (STEEL) PROPOSED PLAN S202 BRIDGE 1 (STEEL) PROFILE AND DETAILS 52.03 BRIDGE 1(STEEL) DETAILS AND SECTIONS 53.00 BRIDGE 3 (STEEL) REMOVALS AND EXISTING CONDITIONS 53.01 BRIDGE 3 (STEEL) PROPOSED PLAN S3.02 BRIDGE 3 (STEEL) PROFILE AND DETAILS 53.03 BRIDGE 3 (STEEL) DETAILS AND SECTIONS LANDSCAPE ARCHITECTURAL L5.01 SIGN DETAIL L5.02 SIGN DETAIL L5.03 SIGN LAYOUT L5.D4 SIGN LAYOUT L5.05 PEDESTRIAN RAMP 1.5.05 PARKING LOT LAYOUT PROJECT INFORMATION S OF WORK TRAIL IM MENTS INCLUDE RE -GRADING AND RESURFACING, ASWELLAS -ROUTING ATRAIL MOUND A FLOOD PRONE AREA. BRIDGE WORK I UDES FOUR BRIDGES, A TIMBER BRIDGE REPLACEMENT, TEEL BRIDGE REPLACEMENTS MO TOE PROTECTION FROM ON MOUND ATIMBER BRIDGE. WAY FINDING WILL BE IMPRO CROSS THE PARK BY MEMS OF I hereby certify that this engineer document was prepared and the related engineenn ark wa performed b me or under m/�direct personal supe ion and that I am a duly Iicensedt Ptp/ession0l Engineer urMer the K. of the State of Iola. �4 08/16/18NICHOLA CBRIDE DATE License number 23469 My license renewal date is December 31, 2019 Pages or sheets covered by this seal: SI.00-53.03 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS COVER SHEET hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CRY, a 52240 PHONE: (319) 338-7667 FAX: (319) 358-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 0527325 ........... DEVSWMR DETERMINED v uTeaeunat MARCH 15.2018 DRAWING LOG t THE LOCATIONR GROUND UTILITIES ARE SHOWN IN OF EXISTING AND HAVE ESANDUNDER AN APPROXIMATE WAY ONLY AND HAVE NOT BEEN R SHALL VERY VERIFIED TION A DEPTH OR ALL STRUCTURES AND THE CONTRACTOR TO SHALL UNG FY THECONST LOCATION AND DEPTH OF ALL STRUCTURES AND UTILITIES PRIOR TO BEGINNING CONSTRUCTION IN ORDER TO PROVIDE FOR NOWINTERRWTION OF SERVICES AND TO ENSURE PROPER CLEARANCES, 2) WHERE THE NEW IMPROVEMENTS ABUT EXISTING IMPROVEMENTS, THE CONTRACTOR SHALL BE RESPONSIBLE FOR MATCHING THE EXISTING ELEVATIONS AND SURFACES OF THE EXISTING IMPROVEMENTS. 3) ALL CONSTRUCTION PREFORMED ON THIS PROJECT SHALL CONFORM TO THE STANDARDS AND SPECIFICATIONS OF SUDAS, AND CITY OF IOWA CITY, A WHERE DISCREPANCIES EXIST BETWEEN THE PROJECT SPECIFICATIONS AND THE CITY STANDARDS, THE CONTRACTOR SHALL ABIDE BY THE GREATER OR MORE RESTRICTIVE REQUIREMENTS. 4) PLACEMENT OF CONCRETE AND REINFORCEMENT SHALL COMPLY WITH THE REQUIRE01ENTSOFACIM1. DETAILINGMDFABRIOATIONORREINFORCEMMTSMU COMPLY WITH THE CRSI MANUPI OF STANDARD PRACTICE, LATEST EDITION. 6) THE CONTRACTOR SHALL BY HISMER OWN INVESTIGATION AND PRIOR TO COMMENCING WORK, SATISFY HIMMERSELF AS TO THE SURFACE AND SUBSURFACE CONDITIONS TO BE ENCOUNTERED. POLLUTION PREVENTION PLAN THEIR OPERATIONS INA 1 ALLCONTRACTORS NIM BCONTONTORSSHALLCONWCT E O MANNER TMINI S dCENTRACTOR SHAD BE ANNE THAT M¢E EROSION AND PREVENTS SE PROJECT LIMITS FOR HAPPY HOLLOW PARK THE MIME CONTRACTOR SHALL E PLAN IMP) M )F FOR COMPLIANCE AND IMPLEMENTATION SI THE POLLUTIONPREVENTION PLANNEDWITH SUBCONTTIRE RACTORS HOSERACT THIS RESPONSIBILITY SHALLTI FURTHER SHARED WITH SUBCONTRACTORS WHOSE WORK IS A SOURCE OF POTENTIAL POLLUTION AS DEFINED IN THIS PER 2) SITEDESCRIPTION: t RIS THE CO RESPONSIBILITY TO N I N SEDIMENTATION CONTRACTORS SITE PONS CONTROL MEASURES AND RS RES ON ARDLESJECT ES.EROSK)NCOTHIS LMEASURESMEREQUIRED SITE AT ALL TIM REGARDLESS OF THE TIME OF YEAR OR SEASON. THIS PIAN MUST BE IMPLEMENTED DURING THE WINTER MONTHS. 2) SILT FENCE AND FIBER ROLLS SHALL BE CLEANED AND REPAIRED WHEN SILT BUILD-UP REACHES In DEVICE HEIGHT. 3) NO VEGETATION OR CONSTRUCTION DEBRIS SHALL BE BURIED ON SITE AND NO BURN PITS SHALL BE PLACED ON SITE. A) THIS POLLUTION PREVENTION PLM (PPP) IS FOR THE CONSTRUCTION OF HAPPY HOLLOW PARK IN IOWA CITY. A. THIS PROJECT INCLUDES CLEARING AND GRUBBING, 4) THE CONTROL MEASURES IDENTIFIED ON THIS PLAN ARE MINIMUM. THE CONTRACTOR GRADING,REMOVAL, RESTORATION AND INSTALLATION OF PAVEMENT AND PARK SHALL PROVIDE ADDITIONAL EROSION AND SEDIMENTATION CONTROL MEASURES AS FACILITY STRUCTURES. NECESSARY TO REQUIREMENT. FULFILL THIS B) THE PORTION OF THE PPP COVERED BY THIS CONTRACT HAS MORE THAN (INE ACRE 5) ALL EXISTING STORM INTAKES WITHIN THE PROJECT AREA MUST BE PROTECTED DISTURBED: THUS AN IDNR GENERAL PERMITNO. 2 HAS BEEN OBTAINED AND SHALL BE THROUGHOUT THE DURATION OF THE PROJECT. AREA INTAKES SHALL BE PROTECTED FOLLOWED. BY INTAKE PROTECTION BAGS OR FILTER SOCKS. THESE PROTECTION MEASURES ARE THIS PPP PROVIDES CONVEYANCE FOR OTHER (NDN -PROJECT RELATED) OPERATIONS. TO REMAIN IN PLACE UNTIL THE SITE HAS BEEN STABILIZED AND APPROVED BY THE C) REFER TO THE PROJECT PLANS FOR LOCATIONS OF TYPICAL SLOPES, DITCH OWNERS REPRESENTATIVE, GRADES, AMC) MAJOR STRUCTURAL AND NONSTRUCTURAL CONTROLS. ACOPY OF FOR STAGED ACCESS SHALL SE SUBMITTED BY THE CONTRACTOR FOR APPROVAL BY THE THESE PLANS WILL BE ON FILE AT THE CLERKS OFFICE OFCITY OF IOWA CITY RUNOFF S) CONTRACTOR SHALL PROVIDE ONE CONTINUOUS BOUNDARY MOUND PROJECT SITE. FROM THIS PROJECT WILL FLOW INTO M EXISTING DETENTION POND WHICH THEN POLLUTANTS RELATED TO SITE-SPECIFIC LAND USES. EXAMPLES ARE: LEADS TO THE STORM SEWER SYSTEM AND EVENTUALLY INTO IOWA RIVER. 7) THE SITE WILL BE A EXCAVATED HOLE, CONTRACTOR MAY REQUEST CITY APPROVAL 5) CONTROLS: FOR OTHER MEMS FOR EROSION CONTROL. 6) ALL AREAS OF THE PROJECT SHALL BE RETURNED TO THEIR ORIGINAL OR 3) POTENTIAL SOURCES OF POL WTION. GENERAL FOUNDATION PRECONSTRUCTIONCONDITION. THIS INCLUDES SIDEWALKS. HUNG, CONCRETE, SITE SOURCES OF POLLUTION GENERATED AS A RESULT OF THIS PARK RELATE TO SILTS 8) STABILIZATION SEEDING SHALL BE COMPLETED AS SOON AS POSSIBLE, BUT NOT MORE UTILITIES. ETC. AND SEDIMENT THAT MAY BE TRANSPORTED AS A RESULT OF A STORM EVENT. HOWEVER THAN 14 DAYS. UPON COMPLETION OF GRADING IN ANY AREA OF GRADING OPERATIONS. 5 LBS PER ACRE THIS PPP PROVIDES CONVEYANCE FOR OTHER (NDN -PROJECT RELATED) OPERATIONS. DISTURBED AREAS SHALL BE KEPT AS SMALL AS POSSIBLE TO PREVENT LARGE SCALE 7) LOCM ACCESSES SHALL REMAIN OPEN TO TRAFFIC WRING CONSTRUCTION. A PLAN THESE OTHER OPERATIONS HAVE STORM WATER RUNOFF, THE REGULATION OF WHICH IS EROSION PROBLEMS. IF THE GRADING CONTRACTOR STOPS GRADING OPERATIONS FOR FOR STAGED ACCESS SHALL SE SUBMITTED BY THE CONTRACTOR FOR APPROVAL BY THE BEYOND THE CONTROL OF THIS PPP. POTENTIALLY THIS RUNOFF CM CONTAIN VARIOUS MORE THAN 14 DAYS, THEN STABUZATION SEEDING SHALL BE DONE ON ALL DISTURBED ENGINEER. POLLUTANTS RELATED TO SITE-SPECIFIC LAND USES. EXAMPLES ARE: AREAS. 8) MY NARK OBVIOUSLY NECESSARY FOR COMPLETION OF THE PROJECT AS DESCRIBED IN 4)COMMERCNLMDINDUSTRIALACTIVITIES: GENERAL FOUNDATION THE CONTRACT DOCUMENTS BUT NOT SPECIFICALLY LISTED SHALL BE CONSIDERED RUNOFF FROM COMMERCIAL,INDUSTRIAL. AND COMMERCE LAND USE MAY CONTAIN WLBS. PER ACRE INCIDENTAL TO THE PROJECT, CONSTITUENTS ASSOCIATED WITH THE SPECIFIC OPERATION. SUCH OPERATIONS ARE 1) THE SOIL SUBGRADE FOR ALL FOOTINGS AND MASS SHALL BE INSPECTED AND 5 LBS PER ACRE SUBJECT TO POTENTIAL LEAKS AND WILLS THAT COULD BE COMMINGLED WITH RUNOFF APPROVED BY A TESTING LABORATORY PRIOR TO PLACING FOUNDATION CONCRETE. GRADING NOTES FROMTHEFACILITY. POLLUTANTS ASSOCIATED WITH COMMERCIAL AND INDUSTRIAL MET DESIGN SOIL PRESSURE FOR SHALLOW FOOTINGS •1500 PSF. 15 LBS PER ACRE ACTIVITIES ME NOT READILY AVAILABLE SINCE THEY ME TYPICALLY PROPRIETARY. 5 LBS PER ACRE I MAXIMUM SLOPE ON CUTS AND HILLS SHALL BE 4% HORIZONTAL TO 1%VERTICIL 2) ALL SLAB SUBGRADE SHALL BE COMPACTED TO A MINIMUM 98%ASTM D 98 DENSITY AT 5) CONTROLS: OPTIMUM MOISTURE CONTENT, ALL BACKFILL BELOW. MOUND AND ABOVE THE 2) NO EXCAVATION SHALL BE ALLOWED WITHIN 2 FEET OF PROPERTY LINES. FOUNDATION ELEMENTS. FOOTINGS. WALLS AND PRS SHALL BE COMPACTED TO N A) AT LOCATIONS WHERE RUNOFF CM MOVE OFFSITE. SILT FENCE SHALL BE PLACED PERCENT OF MAXIMUM DENSITY AT OPTIMUM MOISTURE CONTENT. 3) WHERE HEIGHT OF FILL IS GREATER THAN W FEET. M INTERMEDIATE TERRACE OF AT ALONG THE PERIMETER OF THE AREAS TO BE DISTURBED PRIOR TO BEGINNING LEAST 6 FEET WIDE SHALL BE ESTABLISHED AT MID HEIGHT. SEE TYPICAL FILL SECTION. GRADING, EXCAVATION OR CLEARING AID GRUBBING OPERATIONS. VEGETATION IN 3) ALL ORGANIC ANDAR OTHER UNSUITABLE MATERIALS SHALL BE REMOVED FROM MEM NOT NEEDED FOR CONSTRUCTION SHALL BE PRESERVED. USE SILT FENCE AS SUWRADE AND BACKFILL MEAS AND BACKFILLED WITH ACCEPTABLE GRMUIM FILL, 4) COMPACTION TO BE 95% STANDARD PROCTOR"ME >61 SLOPE. DITCH CHECKS AND TO PROTECT INTAKES. TEMPORARY STABILIZING SEEDING SHALL OR CRUSHED CONCRETE FILL MATERIAL MAXIMUM 9' LIFTS IN LOOSE THICKNESS BE COMPLETED AS THE DISTURBED MEAS ME CONSTRUCTED. IF CONSTRUCTION COMPACTED TO A MINIMUM OF 95% FOR SLABS AND FOOTINGS OF MAXIMUM DENSITY 6) ALL STREET SUBGRADES SHALL BE CONSTRUCTED AND COMPACTED IN ACCORDANCE ACTIVITY IS NOT PLANNED TO OCCUR IN A DISTURBED AREA FOR AT LEAST 21 DAYS. OBTAINED IN ACCORDANCE WITH ASTM STANDARD D4195, STANDARD PROCTOR DENSITY, WITH CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS AND PROCEDURES. THE AREA SHALL BE STABILIZED BY TEMPORARY SEEDING OR MULCHING WITHIN 14 90% TOP LIFTI 05% BELOW. DAYS. OTHER STABILIZING METHODS SHALL BE USED OUTSIDE THE SEEDING PERIOD. 6) STABILIZATION SEEDING SHALL BE COMPLETED AS SOON AS POSSIBLE, BUT NOT MORE 4 N F GRADING IN ANY AREA OF GRADING OPERATIONS. THAN 1 DAYS UPON ALL. BE EP O O G AREA SHALL BE KEPT AS CONTRA TO SABLE TO GRADING LARGE ONSSCALEF DISTURBED S EROSION PROBLEMS. IF THE GRADING CONTRACTOR STOPS GRADING OPERATIONS FOR MORE THAN 14 OAVS, TEN STABILIZATION SEEDING SHALL BE DONE ON ALL DISTURBED MEAD. 1) STABILIZATION SEEDING SHALL BE IN ACCORDANCE WITH I.D.O.T, STANDARD SPECIFICATION SECTION 281H.5 STABILIZING CROP SEEDING AND FERTILIZING. 2) SEED MIXTURES SHALL BE ON OF THE FOLLOWING: SPRING - MARCH i TO MAY 20 WINTER RYE OR OATS 1BUSHE. PER ACRE SUDMGRASS (PIPER) 25 LES. PER ACRE FESCUE, KENTUCKY 31 M FAWN 15 LBS PER ACRE ALFALFA(RANCI OR VERNAL) 5LEIS PER ACRE W MMER - MAY 21 TO JULY W OATS 1 SUSHEL PER ACRE SUDMGRASS(PIPER) WLBS. PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE ALFALFA (RANGER OR VERNAL) 5 LBS PER ACRE FALL - JULY 21 TO SEPTEMBER W WINTER RYE 2BUSHEL PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE ALFALFA (RANGER OR VERNAL) 5 LBS PER ACRE 'AFTER AUGUST 31, HAIRY VETCH SHALL BE SUBSTITUTED FOR ALFALFA AT THE RATE OF 10 LBS PER ACRE 3) FERE LIZER SHALL BE APPLIED AT A RATE OF 450 LBS PER ACRE USING CHEMICALLY COMBINED COMMERCIAL 13-13.13 FERTILIZER. 11 THIS SUBDIVISION FALLS UNDER THE NMES STORM WATER PERMIT REQUIREMENT. 2) THE POLLUTION PREVENTION PLM (PPP) OR EROSION CONTROL PLM SHEET MUST BE KEPT SOMEWHERE ON SITE AT ALL TIME OR AVAILABLE WITHIN 24 HOURS. 3) THE DEVELOPER (OR CONSULTANT) SHALL SUBMIT APPLICATION TO THE IDNR AND THE IDNR SHALL RECEIVE THIS APPLICATION AT LEAST 24 HOURS PRIOR TO THE START OF WORK THIS PERMIT APPLICATION SHALL INCLUDE PROOF OF PUBLIC NOTIFICATION AS WELL AS THE PERMIT FEE. A COPY OF THE PERMIT FROM IDNR SHALL BE SUBMITTED TO THE CITY OF IOWA CITY ENGINEERING DIVISION 4) ONCE WORK IS COMPLETED, A NOTICE OF DISCONTINUATION SHALL BE SUBMITTED TO THE IDNR AND A COPY GIVEN TO THE CITY OF IOWA CITY ENGINEERING DIVISION WITHIN W DAYS AFTER FINAL STABILIZATION. 5) THE PPP SHOULD BE CONSIDERED AN ACTIVE DOCUMENT AND BE REVISED ACCORDING TO REPRESENTATION IN THE FIELD. S) THIS WORK SMALL BE DONE IN ACCORDANCE WITH SECTION 2602 OF THE STANDARD SPECIFICATION. IF THE WORK INVOLVED IS NOT APPLICABLE TO MY CONTRACT ITEMS, THE WORK SHALL BE PAID FOR ACCORDING TO ARTICLE 1IN W PARAGRAPH B. C) AS THE WORK PROGRESSES. ADDITIONAL EROSION CONTROL ITEMS MAY BE REQUIRED M DETERMINED BY THE ENGINEER AFTER FIELD INVESTIGATION. THESE MAY BE ITEMS SUCH M SILT FENCE DITCH CHECKS. MULCH AND OTHER APPROPRIATE MEASURES. WHICH SHALL BE INSTALLED BY THE CONTRACTOR AS DIRECTED BY THE ENGINEER. THE CONTRACTOR WILL COMPLETE THE CONSTRUCTION WITH THE ESTABLISHMENT OF PERMANENT PERENNIAL VEGETATION ON ALL DISTURBED AREAS. 6) OTHER CONTROLS: CONTRACTOR DISPOSAL OF UNUSED CONSTRUCTION MATERIALS AND CONSTRUCTION MATERIAL WASTES SHALL COMPLY WITH APPLICABLE STATE AND LOCAL WASTE DISPOSAL, SANITARY SEWER, OR SEPTIC SYSTEM REGULATIONS. IN THE EVENT OF A CONFLICT WITH OTHER GOVERNMENTAL LAWS, RULES AND REGULATIONS, THE MORE RESTRICTIVE LAWS, RULES OR REGULATIONS SHALL APPLY, 7) APPROVED STATE OR LOCAL PIANS: DURING THE COURSE OF THIS CONSTRUCTION, IT IS POSSIBLE THAT SITUATIONS WALL ARISE WHERE UNKNOWN MATERIALS WILL BE ENCOUNTERED. WHEN SUCH SITWTIONS ME ENCOUNTERED, THEY WILL BE HANDLED ACCORDING TO ALL FEDERAL, STATE, AND LOCAL REGULATIONS IN EFFECT AT THE TIME, B) MAINTENANCE A) ME CONTRACTOR IS REQUIRED TO MAINTAIN ALL TEMPORARY EROSION CONTROL MEASURES IN PROPER NARKING ORDER, INCLUDING CLEANING, REPAIRING OR REPLACING THEM THROUGHOUT THE CONTRACT PERIOD. CLEANING OF SILT CONTROL DEVICES SHALL BEGIN WHEN THE FEATURES HAVE LOST 50% OF THEIR CAPACITY. B) THE CONTRACTOR IS REQUIRED TO CLEAR ADJACENT PARKING LOTS RADAR STREETS OF SOIL DEPOSITED BY CONSTRUCTION TRAFFIC AS REQUIRED TO PREVENT SOIL RUNOFF AND FUGITIVE DUST. 9) INSPECTIONS SHALL BE MADE JOINTLY BY THE CONTRACTOR MD THE CONTRACTING AUTHORITY EVERY SEVEN CALENDAR DAYS. THE CONTRACTOR SHALL IMMEDIATELY BEGIN CORRECTIVE ACTION ON ALL DEFICIENCIES FOUND. THE FINDINGS OF THIS INSPECTION SHALL BE RECORDED IN THE PROJECT DIARY. THIS PPP MAY BE REVISED BASED ON THE FINDINGS OF THE INSPECTION. THECONTRACTORSHALLIMPLEMENTALL REVISIONS. ALL CORRECTIVE ACTIONS SHALL BE COMPLETED WITHIN 3 CALENDAR DAYS OF THE INSPECTION. 10) NONSTORM DISCHARGES INCLUDE SUBSURFACE DRMNS (LE. LONGITUDINAL AND STANDARD SU&DRAINS). SLOPE DRAINS AND BRIDGE END DRAINS. THEVELOGTYOFTHE DISCHARGE FROM THESE FEATURES MAY BE CONTROLLED BY THE USE OF PATIO BLOCKS, CLASS A STONE OR EROSION STONE. 4) FOOTING OR SLABS SHALL NOT BE PLACED INTO OR AGAINST SUBOMDE CONTAINING FREE WATER, FROST OR ICE. SHOULD WATER OR FROST ENTER A FOOTING EXCAVATION AFTER WBGRADE APPROVAL, THE SUBGRADE SHALL BE REINSPECTED BY THE TESTING LABORATORY AFTER REMOVAL OF WATER OR FROST, 5) THE CONTRACTOR SHALL PROVIDE ALL NECESSARY MEASURES TO PREVENT ANY FROST OR ICE FROM PENETRATING ANY FOOTING OR SLAB SUBGRADE BEFORE AND AFTER PLACING OF CONCRETE AND UNTIL SUCH SUBGRADES ARE FULLY PROTECTED BY THE PERMANENT BUILDING STRUCTURE. 6) ALL SLABS-01,14RADE SHALL BE PLACED OVER A MINIMUM OF 4- OF COMPACTED GRANULAR STRUCTURAL FILL. (CLASS C GRAVEL 4120.0VA WT, OR SIMILAR) CONCRETE 1) REINFORCED CONCRETE CONSTRUCTION SHALL CONFORM TO THE REQUIREMENTS OF ACI 318'WILDING CODE REQUIREMENTS FOR REINFORCED CONCRETE' LATEST EDITION. 2) ALL WORK DEALING WITH CONCRETE AND STEEL REINFORCING BARS SHALL FOLLOW ACI AND ASTM STANDARDS. UNLESS OTHERWISE NOTED, CONCRETE WITH COMPRESSIVE STRENGTH OF 4000 PSI AT THE AGE OF M DAYS SHALL BE USED, 3) 4) THE FOUNDATION POUR IS TO BE A CONTINUOUS POUR, UNLESS OTHERWISE NOTED. 5) CLEAR SPACE BETWEEN ALL REBAR AND CONCRETE SURFACES SHALL BE 3' MINIMUM. UNLESS OTHERWISE NOTED. S) BAR SUPPORTS SHALL BE MADE OF DIELECTRIC MATERIAL OR WIRE BAR W PPORTS SHALL BE COATED WITH A DIELECTRIC MATERIAL THAT IS COMPATIBLE WITH CONCRETE (SUCH AS EPDXY OR VINYL). 7) LAP SPUCES. OTHER THAN THOSE SHOWN ON THE DRAWINGS, ARE NOT ALLOWED UNLESS LOCATION IS APPROVED BY THE ENGINEER. 8) DESIGN LIVE LOAD SHALL NOT BE ALLOWED ON THE FOUNDATION FOR 7 DAYS AFTER POURING UNLESS APPROVED BY THE ENGINEER. NO CONSTRUCTION EQUIPMENT SHALL SE ALLOWED ON THE FOUNDATION UNTIL IT HAS REACHED 100%OF THE DESIGN STRENGTH. FALSEWORK IS TO REMAIN IN PLACE UNTIL THE CONCRETE PLACED HAS REACHED 75% OF THE DESIGN STRENGTH. 9) CONCRETE CONTAINING CALCIUM CHLORIDE SHALL NOT BE USED. ALL OTHER ADMIXTURES SHALL BE SUBMITTED TO ENGINEER FOR APPROVAL. 10)DRAWINGS IN THIS DOCUMENT DO NOT REFLECT THE EXACT LENGTH OR QUANTITIES OF STEEL BMS, IT IS THE CONTRACTORS RESPONSIBILITY TO VERIFY THE REQUIRED MOUNTS AND SUBMIT SHOP DETAIL REINFORCING DRAWINGS FOR APPROVAL. 11) ALL RE BAR SHALL BE INSPECTED BY A THIRD PARTY PRIOR TO PLACEMENT OF CONCRETE FOR CONFORMANCE WITH DRAWINGS AND ACNASTM STANDARDS. 12) ALL CONCRETE PLACEMENTS SHALL BE TESTED FOR MR CONTENT AND SLUMP IN ACCORDANCE WITH ASTM C172, MTM C31, AND ACI 31 B. FOR EACH CONCRETE PLACEMENT. CONTRACTOR IS TO TAKE A MINIMUM OF THREE (3) CYLINDERS FOR EACH OF THE FOLLOWING BREAKS 3 DAYS, 7 DAYS, 28 DAYS, AND TWO SPARE CYLINDERS FROM THE FIRST 10 YARDS OF CONCRETE DELIVERED TO THE JOB SITE AND FOR EVERY W YARDS THEREAFTER OR THE LAST TRUCK 1) ALL WOOD FRAME CONSTRUCTION SHALL CONFORM TO THE STANDARDS OF THE INTERNATIONAL BUILDING CODE AND THE NATIONAL FOREST PRODUCTS ASSOCIATION TIATIONAL DESIGN SPECIFICATION FOR WOOD CONSTRUCTION; LATEST EDITION. FRAMING SHALL BE DOUGLAS FIR -LARCH DFL UNLESS WISE NOTED 2 ALL SOLID Y2U L OTHER 1 (DFL) ON THE PLANS. OR APPROVED E OVAL 3) ENGINEERED LUMBER MEMBERS SHALL BE MANUFACTURED UNDER A PROCESS BY THE FARI[RMIIBEB NATIONAL RESEARCH BOARD, EACH PIECE SHALL BEAR A STAMP OR STAMPS NOTING THE NAME AND PLANT NUMBER OF THE MANUFACTURER, THE GRADE, THE NATIONAL 17-0042 RESEARCH BOARD NUMBER, AND THE QUALITY CONTROL AGENCY. ALL LUMBER SWILL BE MANUFACTURED IN ACCORDANCE WITH THE APPROPRIATE NER REPORT AND GLUED WITH A WATERPROOFING ADHESIVE MEETING THE REOUIREMENTS OF ASTM W559 WITH ALL GRAIN PARALLEL WITH THE LENGTH OF THE MEMBER. Frorc<eTlule' LVL F13�26W PSI E=1900 KSI FV=235 PSI HICKORY HILL PARK PSL M =2800 PSI E- 2000 KSI FV790 PSI TRAILS, BRIDGES 8 SIGNS LSL FS=TXIPSI E• KSI FV=395PSI 41 MOISTURE CONTENT OF WOOD AT TIME OF PLACEMENT SHALL NOT EXCEED 18%. 5) ALL WOOD IN DIRECT CONTACT WITH CONCRETE OR MASONRY SHALL BE PRESSURE -TREATED WITH AN APPROVED PRESERVATIVE. GENERAL NOTES 6) ALL WOOD EXPOSED TO WEATHER WITHOUT THE ADEQUATE PROTECTION OF A ROOF OR EAVE SHALL W PRESSURE TREATED OR BE AN APPROVED WOOD OF NATURAL RESISTANCE TO DECAY. 7) ALL WOOD FRAMING DETAILS NOT SHOWN OTHERWISE SHALL BE CONSTRUCTED TO THE MIe4a9t MINIMUM STANDARDS OF THE INTERNATIONAL WILDING CODE. MINIMUM NAILING IUNLESSNATION BUILDING CODE, CONFORM TO THE TABLE 23D4.9.1 OF THE hbk INTERNATIONAL BUILDING CODE. 8) UNLESS OTHERWISE NOTED, ALL NAILS SHALL BE COMMON. 9) ALL BOLTS IN WOOD MEMBERS SHALL CONFORM TO ASTM 307. PROVIDEY'X2'X2' PLATE ENGINEERING WASHERS UNDER THE HEADS AND NUTS OF ALL BOLTS AND IAG SCREWS SEARING ON WOOD, BOLTS IN WOOD SHALL NOT BE LESS THAN 7 BOLT DIAMETERS FROM THE END HBK ENGINEERING, LLC AND 4 BOLT DIAMETERS FROM THE EDGE OF THE MEMBER. $09 S. GILBERT ST. 10) INDIVIDUAL MEMBERS OF BUILT UP POSTS SHALL BE NAILED TO EACH OTHER WITH IOWA CITY, [A 52 ISD NMLS Q S O.C. STAGGERED. PHONE: (1191 338 -7 75 55 57 FAX: 11191750-2917 tt) FLOOR MD ROOF FRAMING: PROVIDE SOLD BLOCKING AT ALL BEARING POINTS. TOENAIL JOISTS TO SUPPORTS WITH TWO (2) ISO NAILS. IOWA DEPARTMENT OF LABOR 12)TIMBER CONNECTORS CALLEDOUT PANY, LETTERS MDNUMBERS SRALLBE REGISTRATION EQUIVALENT BY DEVICES NCOER COMPANY, AS SPECIR IN THEIR SUBSRECENTTITUTED, PROVIDED OVIDEDG. N0. 00527328 EQUIVALENT DEVICES BY OTHER MANUFACTURERS MAYBE SUBSTITUTED PROVIDED THEY HAVE IC BGA PPROVALFORSAS S ORGREATER LOAD CAPACITIES. PROVIDE NUMBER AND SIM OF DIFASTENERSASSPECIFIEDBYMANUFACTURER,CONNECTORS SHALL BE INSTALLED STRAPS DMCECTWITH W M MEMBERS, LAE COMMENDATIONS. ax1sA: "MECONNECTORSIN E TORS STEMS CONNECT TWO MEMBERS, PLACE ONE-HALF OF THE FASTENERS IN EACH MEMBER. HANGERS IN DIRECT CONTACT WITH THE PRESERVATIVE -TREATED WOOD SHALL BE EITHER STAINLESS STEEL OR HOT-0IPPED GALVANIZED. 1 ..irr or sown ten, O x n� �n O� �— cOrnAA ✓' TO BE DETERMINED CEMETERY CONSTRUCTION ENTRANCE. CONTRACTOR TO UTILIZE ,FORAREAS CONTAINED WITHIN SHEETS C1.00 AND C3.00 (SEE C0.02 FOR CEMETERY MAP) CEMETERY TRAIL SHEETS C3,00 -C3.03 ACCESS: BLOOMINGTON PARK ENTRANCE. CONTRACTOR TO UTILIZE FOR BRIDGE REPLACEMENT CONTAINED WITHIN SHEETS S2.00-2.03 SHEETS C2.00 -C2.12 I 1-11 c H I I I R o k t '-',-venth AveI)Lle Entrince �2 e c kD,-:eI Hill BRIDGE 2 (REVETMENT) SHEETS C2.11 AND C4.01 t ACCESS: 7TH AVE ENTRANCE. CONTRACTOR TO UTILIZE FOR AREAS CONTAINED WITHIN SHEETS C2.00. i�-'f BRIDGE i IQT17ELI Ntartoll Vvavt 6 j ]�HEETS S2-00-52.03 Shelter Lal' I I (j t u 1-1 St, I E ut ra n ce 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS OVERALL PROJECT MAP hbk HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, [A 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 ACCESS: CONTRACTOR TO ACCESS VIA HICKORY HEIGHTS LANE EASEMENT (SEE C0.02 FOR EASEMENT MAP) G1 Elft HHP BRIDGE 3 (STEEL) SHEETS S3.00 -S3.03 The7 Ian- vLla I E�E11 Illi St. PItIal-IC& ACCESS: COORDINATE WITH OWNER TO WHICH CONSTRUCTION ACCESS LOCATION TO p c-, I Nim USE. R 6,; t Rol -rn FIRST AVE CONSTRUCTION ENTRANCE. CONTRACTOR TO UTILIZE FOR AREAS CONTAINED WITHIN SHEETS C2.00 Kickory Hilf'PPare NEW TRAIL ALIGNMENT �'BRIDGE P w SHEETS C1.00 -C1.03 4 (WOOD) JF it"s -L SHEFTS S1.00-5.1.02 I L —P Re gli III Flra3ri L 7 -- — — — -- ACCESS: FIRST AVENUE TRAIL CEMETERY CONSTRUCTION ENTRANCE. CONTRACTOR TO UTILIZE ,FORAREAS CONTAINED WITHIN SHEETS C1.00 AND C3.00 (SEE C0.02 FOR CEMETERY MAP) CEMETERY TRAIL SHEETS C3,00 -C3.03 ACCESS: BLOOMINGTON PARK ENTRANCE. CONTRACTOR TO UTILIZE FOR BRIDGE REPLACEMENT CONTAINED WITHIN SHEETS S2.00-2.03 SHEETS C2.00 -C2.12 I 1-11 c H I I I R o k t '-',-venth AveI)Lle Entrince �2 e c kD,-:eI Hill BRIDGE 2 (REVETMENT) SHEETS C2.11 AND C4.01 t ACCESS: 7TH AVE ENTRANCE. CONTRACTOR TO UTILIZE FOR AREAS CONTAINED WITHIN SHEETS C2.00. i�-'f BRIDGE i IQT17ELI Ntartoll Vvavt 6 j ]�HEETS S2-00-52.03 Shelter Lal' I I (j t u 1-1 St, I E ut ra n ce 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS OVERALL PROJECT MAP hbk HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, [A 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 f— — --ACCESS: CONTRACTOR TO ACCESS VIA HICKORY " HEIGHTS LANE EASEMENT w LEGEND (SEE C0.02 FOR EASEMENT MAP) F c _ . _( ,�,` L,I PIIS E I lt. r.'iC t, IHS s, STAGING s ' PROECT NMB i BRIDGE 3 (STEEL) 17-0042 ACCESS ` _ SHEETS S3.00-S3.03 N, / RRORCT NRYE: HICKORY HILL PARK I r I o Tile I a I I s r UTRAILS, BRIDGES &SIGNS :. ,. ACCESSBSTAGING ii St. Entrance � 4 _.I " ACCESS: _..,......... .., COORDINATE WITH OWNER TO WHICH CONSTRUCTION ACCESS LOCATION T"EER: CONS CTI CCES O Parki11Ll, USE hbk C,; t %r} 11 i FIRST AVE CONSTRUCTION ENTRANCE, ENGINEERING CONTRACTOR TO UTILIZE FOR AREAS i• �, , +t a HBK ENGINEERING, LLC CONTAINED WITHIN SHEETS C2.00 509 S. GILBERT ST. 'p "'"'•. 'J IOWA CITY, IA $2240 PHONE: (319) 318-7557 .' .•` > >: 'r. „' : FAX: (319) 358.2937 ` g ' .. .._ ¢ ' icko 96 % s rkh. �— ... _._ .. J IOWA DEPARTMENT . — — — OFLABOR REGISTRATION NEW TRAIL ALIGNMENT YII I NO. 00527328' SHEETSC1.00-C1.03 I I FI' «N�NoroN \ —TIMBER BRIDGE REPLACEMENT �— --�—� SHEETS S1.00-S.1.02 L _IJ Hi= �`*_II `� Hii �t B �il1a prairie w . L---- J ACCESS: CEMETERY CONSTRUCTION f — FIRST AVENUE TRAIL ENTRANCE. CONTRACTOR TO UTILIZE hI( kIIIIE,,Ir SHEETS C2.00-C2.12 EOR AREAS CONTAINED WITHIN SHEETS CI.00AND C3.00 t H.ii-IyE 'r �� ' Fil�ll AVelli Ellilince, r#2 -AT [-I HIck,Iy Hili CEMETERY TRAIL TO BE DETERMINED SHEETS C3.00-C3.03 \ \ 711MC�,�e \ _ \ 1 \ WIECRfAIEU ACCESS: BLOOMINGTON PARK ENTRANCE. CONTRACTOR TO UTILIZE FOR BRIDGE REPLACEMENT CONTAINED WITHIN SHEETS 52.00-2.03 L �/�' -- BLOOMINGTON BRIDGE (STEEL) REPLACEMENT / SHEETS S2.00 -S2.03 !.1Va'vsNc— 41'INltwl B1; 11l,tfl� I'1!) 2, EliTiatl_H ACCES: TRAIL A BROWN STREET ENTRANCE 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS ACCESS MAPS hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 1 i v'PLr1d�1071 Dy i'D�E ERMINED m o SEED EXISTING TRAIL — (FIRST 20' FEET) 1. EXCAVATE FIRST 20' OF EXISTING TRAIL 2. ADD 3' TOPSOIL 3. SEED (IYP.FESCUE BLEND) JDGE 4 (WOOD) (TO BE REPLACED) SHEETS: S1.00S1.02 668— \ice/ Vv+ l SH T CIA IB 7. --------- vu'�'7 -- ----- cq 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS �.UT 111t NEW TRAIL ALIGNMENT MAP hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CRY, IA 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION N0. 0052Te�26� ('1'P/'it IUII —__---" ______695 -7E C-) p�(AQ^^O��`�� —597 T"'�% J TO BE DETERMINED , MARCH 15, 2018 _ —�\ �. ' ` _ _____�� —` � � -• / � 1/ i 1 I ' / l/ i l / r WTE IBBLE9� oe axlrmv rx Tx Ix nsmla6w rx o 1. as 1. GWHICS LE — SEED EXISTING TRAIL (FIRST20'FEET) 1. EXCAVATE FIRST 2(F OF EXISTING TRAIL 2. ADD 3' TOPSOIL ' \ m 3. SEED (TYP.FESCUE BLEND) c //'/ J ' •____.____._691— --- — JDGE 4 (WOOD) (TO BE REPLACED) SHEETS: S1.00S1.02 668— \ice/ Vv+ l SH T CIA IB 7. --------- vu'�'7 -- ----- cq 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS �.UT 111t NEW TRAIL ALIGNMENT MAP hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CRY, IA 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION N0. 0052Te�26� ('1'P/'it IUII —__---" ______695 -7E C-) p�(AQ^^O��`�� —597 T"'�% J TO BE DETERMINED , MARCH 15, 2018 _ —�\ �. ' ` _ _____�� —` � � -• / � 1/ i 1 I ' / l/ i l / r WTE IBBLE9� oe axlrmv rx Tx Ix nsmla6w rx o 1. as 1. GWHICS LE 700 695 �-18Z 685 PROPOSED 6' WIDE CRUSHED STONE TRAIL FIELD ADJYST ALIGNMENT TO AVOID IMPACTS\TO LARGER TREES. (COORDINATE WITH OWNER) \ ♦— — — --- — — — — — — — — — — — - - -- - -- \ a `PROPOSED TRAIL TO BE PLACED ALONG INDICATED NEW ALIGNMENT AND TO FOLLOW EXISTING GRADE AS PRACTICAL. TRAIL TO BE GRADED PER DETAIL ON SHEET 131.00. 0 6 \0 M GgAPH� L-3 �m 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS NEW TRAIL ALIGNMENT PLAN & PROFILE hbk SNGINSSRING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, D1 52240 PHONE: (319) 338.7557 FAX: (319) 358.2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 vnwNaiaxaxernxosa, Mr -n I,u 76 )1 eqw Plecreduolt lm TO BE DETERMINED Em EXISTING GROUND 69: PROPOSED I RAIL CENTERLINE\ 691 I 681 h +nn 2+1710 +RO 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS NEW TRAIL ALIGNMENT PLAN & PROFILE hbk SNGINSSRING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, D1 52240 PHONE: (319) 338.7557 FAX: (319) 358.2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 vnwNaiaxaxernxosa, Mr -n I,u 76 )1 eqw Plecreduolt lm TO BE DETERMINED EXISTING TRAIL I / J PROPOSED 6' WIDE CRUSHED STONE TRAIL C�L FIELD ADJWST ALIGNMENT TO AVOIDi IMPACTS TO LARGER TREES. {COORDINATE WITH OWNER) lk 697---�' G a "PROPOSED TRAIL TO BE PLACED ALONG INDICATED NEW ALIGNMENT AND TO FOLLOW EXISTING GRADE AS PRACTICAL. TRAIL TO BE GRADED PER DETAIL ON SHEET 81.00. 700 695 .•5 MR! GMPH �n n-< �n F- - rn a� 0 EXISTING GROUND PROPOSED 7 RAIL CENTERLINE I m m n� n w rm v, � •- o w� m '� w �i w m ry m m g m00 n m nl +2+ +80 0+ 0 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS NEW TRAIL ALIGNMENT PLAN & PROFILE hbk� HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT I OF LABOR REGISTRATION NO. 00527328 NM.VNFSNONEENN4LW 695 TO BE DETERMINED L-- 690 665 �1 m/ EXISTING TRAIL / \ I 1 x� FIELD ADJUST ALIGNMENT TO AVOID IMPACTS TO LARGER TREES. (COORDINATE WITH OWNER) i I \ \ \ i f1,,fi92'—tel ——___._---695—__________v_____— *PROPOSED TRAIL TO BE PLACED ALONG INDICATED NEW ALIGNMENT AND TO FOLLOW EXISTING GRADE AS PRACTICAL. TRAIL TO BE GRADED PER DETAIL ON SHEET 131.00. m 695 685 700 695 ME 685 m i +00 v n D � n -G �rn E5;* as e OMPHICIC SCALE 1*1 Hm[Cf M119R: 17-0042 rBoecrwle HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS ¢er.mr& NEW TRAIL ALIGNMENT PLAN 8 PROFILE excween hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT 5T. IOWA CT', W 52240 PHONE: (179) 718-7557 FAMP") 858-2977 IOW&aQWARTMENT eOR GISTRATION 527728 Da Clry n, inn � .,,• D.Y¢RFK '.mw mB,B.aBc TO BE DETERMINED uaavw MARCH 75.2018 DRAWING LOG OAIE ImuEO Tpt BB CB awownLawve D Tx M. ow14? f -n eDWlraew Tx Bno sfwT rWBwev rx luo »nn Im®enrc umn� ®oloau Tx luo OHMW NIYLMM Tx MD asu-+s WWI, IBYI®PoRN7lW rx MD eID BIMI Il.f rwemwrwaex A. ASHBACKER STING ROUND \--PROPOSED TRAIL CENTERLI E mp ve r"� � m3 }�� e� ro mi$ TFS 700 695 ME 685 m i +00 v n D � n -G �rn E5;* as e OMPHICIC SCALE 1*1 Hm[Cf M119R: 17-0042 rBoecrwle HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS ¢er.mr& NEW TRAIL ALIGNMENT PLAN 8 PROFILE excween hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT 5T. IOWA CT', W 52240 PHONE: (179) 718-7557 FAMP") 858-2977 IOW&aQWARTMENT eOR GISTRATION 527728 Da Clry n, inn � .,,• D.Y¢RFK '.mw mB,B.aBc TO BE DETERMINED uaavw MARCH 75.2018 DRAWING LOG OAIE ImuEO Tpt BB CB awownLawve D Tx M. ow14? f -n eDWlraew Tx Bno sfwT rWBwev rx luo »nn Im®enrc umn� ®oloau Tx luo OHMW NIYLMM Tx MD asu-+s WWI, IBYI®PoRN7lW rx MD eID BIMI Il.f rwemwrwaex A. ASHBACKER a EXISTING TRAIL 17-0042 \ \ \ \ HICKORY HILL PARK \ TRAILS, BRIDGES d SIGNS \\� EHEErmu:: PROPOSED 6E / NEW TRAIL ALIGNMENT WIDE CRUSHED PLAN&PROFILE STONE TRAIL \ \ ) EN EER. 1 hbk ,,—�\ ,'\, \\ '• E.a ENGINEERING ! 1 •: �• G HBK ENGINEERING, LLC FIELD ADJUST ALIGNMENT TO AVOID I RIDGE 4 (WOOD) O GILBERT ST. IMPACTS TO LARGER TREES. % i 1 (TO BE REPLACED) gc-) c 1 m,usxzao / ! i\ SHEETS: SI.0OSI.02 D�.j G3 P :(3191338-7557 (COORDINATE WITHc OWNE�/ �� N 319)358-2937 �� I WA DEPARTMENT LABOR STRATTON m `/ C�IVn 00527328 \ \ i \ \\ \\ \ \ \ ! I GFRPHIC SCPIE 'PROPOSED TRAIL TO BE PLACED ALONG INDICATED NEW ALIGNMENT AND TO FOLLOW EXISTING GRADE AS PRACTICAL. TRAIL TO BE GRADED PER DETAIL ON SHEET B1.00. 700 r 700 1 �-`S,�•�"." I 695 EXISTING GRO PROPOSED TRAIL CENTERLINE 695 Ml 685 TO BE DETERMINED GENERAL NOTES: 1. HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. 2. INTEGRITY OF TRAIL DAMAGED BY CONSTRUCTION ACTIVITY SHALL BE NOTED AND BECOME THE RESPONSIBILITY OF THE CONTRACTOR. SHEET C2.05 — — — — — — — — — SHEET C2.06 --- I II I \ I / — ----------J \S\ \ A'`---------- L -----------J SHEET C2.08 SHEET C2.02 r-----------� _ SHEET C2.03 SHEET C2.04 r — — — — — — — — — — L----------- I -- - - - - - - - -- I o I --J SHEET C2.09 r------------- SHEET C2.11 SHEET C2.10 IN U IW IW Iu) I SHEET C2.12 J LEGEND Bar EXISTING BRIDGE E� NEW TRAIL ® EXISTING TRAIL ® RE -SURFACE TRAIL BRIDGE 2 REVETMENT (SHEETS C2.11 & 134.01) ACCESS ss so 6RpPNIG5GAI.E 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS FIRST AVENUE TRAIL ALIGNMENT MAP k 508 S. GILBERT ST. IOWA CRY, IA 52210 'HONE: (319) 338-7557 FAX: (319)358-2837 IOWADEPARTMENT OFLABOR REGISTRATION NO. 00527328 �11°I�n a�iun 0 TO BE DETERMINED TRAIL LEGEND: �11111111111lm EXISTING BRIDGE - RECONSTRUCTION -� EXISTING TRAIL j//////�� RE -SURFACE TRAIL S A3� PROTECT LARGE TREE 1¢70 TArolTI:v9IXeUj9C»4 BEGINNING OF INDEX TIES INTO 1ST AVE ENTRANCE I EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR SHALL ENSURE INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. "NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. 0 10 GRAPHIC SfN.E FIRST AVENUE TRAIL PLAN & PROFILE WEEERk ING HBK NEER LLC 599 S. GILBERT ST. IOWA CITY, U1 52249 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 09527328 lA'1'I f'8 �l0❑ 7CffCi1 lull TO BE DETERMINED 17-0042 vws HICKORY HICKORY HILL PARK TRAILS, BRIDGES & SIGNS "NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. 0 10 GRAPHIC SfN.E FIRST AVENUE TRAIL PLAN & PROFILE WEEERk ING HBK NEER LLC 599 S. GILBERT ST. IOWA CITY, U1 52249 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 09527328 lA'1'I f'8 �l0❑ 7CffCi1 lull TO BE DETERMINED LEGEND: 1111I1M EXISTING BRIDGE NEW TRAIL EXISTING TRAIL RE -SURFACE TRAIL RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. REMOVE OVERHANG TREE Y/ y/ (STATION 2-36) 'TRAIL TO BE WIDENED TO 6FT AS SHOWN. EXISTING TRAIL IS NARROW (STATK*1 2-50 - 12-75) enc EXISTING ADS PIPE IN TRAIL (STATK)N 3+27) REMOVE (4) DEAD TREES (NORTH OF TRAIL) (STATION 4.15) 17-0042 IID,C .: HICKORY HILL PARK TRAILS, BRIDGES S SIGNS FIRST AVENUE TRAIL PLAN 8 PROFILE EXOMEER hbk D --i ENG RING C-) -< BK EN INEERING. LLC C-) 509 S. GILBERT ST. IOWA IA 52240 rn NON . ( 1 338-7557 s FAX: 4058-2937 �x IOWA DEPARTMENT fi (V OF LABOR _/ REGISTRATION NO. 00527328 Exa�rEm�o.cu Am - K -1 r mN16.Raeie TO SE DETERMINED 11 2018 LEGEND: Illimmull EXISTING BRIDGE PROTECT EXISTING TREES EXISTING MANHOLE (STATgN Mt)) MH n M lJ' REMOVE (2) DEAD TREES - NEW TRAIL EXISTING TRAIL RE -SURFACE TRAIL 'TRAIL TO BE WIDENED TO 6FT AS SHOWN. EXISTING TRAIL IS NARROW (STATICN2-W.12•75) REMOVE (2) STUMPS PROTECT(2)TREES RE -GRADE TRAIL AND SHOULDER 2-3% THIS Q DIRECTION TO PROMOTE i3 NATURAL WATER FLOW _ AWAY FROM TRAIL. RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW AWAY FROM TRAIL. 0 S 10 M GRAPHIC BCALE 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS FIRST AVENUE TRAIL PLAN 8 PROFILE i� IOWA CITY, IA 52240 H='39191 JJ8-7657 F 19)358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 MY.W)MpAll4VN.00Y ......_... TO BE DETERMINED LEGEND: EXISTING BRIDGE NEW TRAIL EXISTING TRAIL RE—SURFACE TRAIL M N PML(:f 1Y1BE° 'TREES, SHRUBS, AND VEGETATION TO BE REMOVE DYING TREE REMOVED TO OPEN UP AREA NEAR CREEK. 7-OO4Z (STATION 7.NI *SPECIFIC LOCATION TO BE DETERMINED IN ,--- PROTECT SHRUBS PROTECT CLUSTER FIELD BY ENGINEER AND PARK ALONG BOTH SIDES OF TRAIL. 1°O I E PROTECT TREE OF TREES SUPERINTENDENT. TRAILS. BHICKORIDGESBY HILL SIGNS (STAlNN1hIDl II RE -GRADE TRAIL AND SHOULDER 2-3% r THIS DIRECTION TO PROMOTE NATURAL U Q WATER FLOW AWAY FROM TRAIL. r�� p FIRST AVENUE TRAIL jj PLAN 8 PROFILE /4/ 1 E.INII.. m� libk ADJUST TRAIL EZIMEERING FORK TO REMOVE Q �r H13IMEERING, LLC HIGH SPOT so�d�yyP �S P= 319)338-7557 ST. TY, A 52240 Q FIRST 20 FT OF PRIMITIVE O� PFAx: 137 9)338- 37 * Ell7 TRAIL TO BE WIDENED TO 6FT AS SHOWN. *NOTE: HEAVY EQUIPMENT 8— TRAIL TO NORTH TO EXISTING TRAIL 1S NARROW MACHINERY IS PROHIBITED ON RECEIVE LIMESTONE IOWA DEPARTMENT (STATION zsa. 12a5' OF LABOR EXISTING BRIDGES. AGGREGATE SURFACING. o ° zo REGISTRATION NO. 00527328 GRAPHIC SCALE xvw.xw.EwnEourvcc� TO BE DETERMINED LEGEND: 01111111111111111 EXISTING BRIDGE NEW TRAIL F ------] EXISTING TRAIL RE -SURFACE TRAIL y t I L tll�MME , re *TRAIL TO BE WIDENED TO 6FT AS SHOWN. EXISTING TRAIL IS NARROW PROTECT SHRUBS ALONG TRAIL f 0 0 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 6 SIGNS sxarmse FIRST AVENUE TRAIL PLAN 6 PROFILE Tare: hbk ENGINRSRING HBK ENGINEERING, LLC 509 S. GIL13ERT ST. IOWA CITY, U 52240 PHONE: (319)33&7667 FAX: 1319135&2937 IOWA DEPARTMENT OFLABOR REGISTRATION o s 10 m NO. 00527328 G Pmc SCME wxn.ewmxrFx.xa.ca awrn: n� =gym a TO BE DETERMINED LEGEND: EXISTING BRIDGE ® NEW TRAIL --� EXISTING TRAIL RE -SURFACE TRAIL 'TRAIL TO BE WIDENED TO 6FT AS SHOWN. EXISTING TRAIL IS NARROW (STATION 2- W 12-75) PROTECT COTTONWOOD TREE (STATION 11.70) EXISTING MANHOLE (STATION 1H00) MN 'TREES, SHRUBS, AND VEGETATION TO BE REMOVED TO OPEN UP AREA NEAR CREEK. PROTECT 'SPECIFIC LOCATION TO BE DETERMINED IN FIELD BY ENGINEER AND PARK COTTONWOOD TREE SUPERINTENDENT. / PROTECTTREE RE -GRADE TRAIL AND (STATION 12.90) SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW Q TOWARDS RAVINE. f ,A 'CLEAR OUT UNDERBRUSH AND EXTEND NEW TRAIL FURTHER AWAY FROM COTTONWOOD TREE TO THE NORTH IN THIS AREA. DRAIN TILE 'wlri'nal G PROTECT TREES AT THE FORK OF PROTECT ALL TREES IN INTERSECTION ) THIS AREA. REMOVE (1) DEAD TREE BY BENCH. RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. f AMw PROTECT OR REMOVE & REPLACE BENCH 0 e 10 m GRAPHIC SCALE �uer�aao 3 M .M,6TM..OL 17-0042 rwrcrlule: HICKORY HILL PARK TRAILS, BRIDGES & SIGNS elexrTme FIRST AVENUE TRAIL PLAN & PROFILE hbk ENGINEERING HBK ENGINEERING, LLC S09 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319)338-7557 FAX: (319( 358-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 ,......... . {i r wailnn 2018 LEGEND EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR TO ENSURE INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. 70! 70( 69: 69( 68% iwa�ul1llm EXISTING BRIDGE *NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. NO VERTICAL GRADING OR GERMING TO BLOCK NATURAL WATER FLOW TOWARDS CREEK. NEW TRAIL E _ _ EXISTING TRAIL RE -SURFACE TRAIL NORTH & EAST SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET 131.00. RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. WATER BAR TYP. PROTECT EXISTING PVC PIPE---* WATER BAR TYP. I WATER BAR (STATION 15 ) REMOVE EXISTING CULVERT) (11TATION 18420) o e 10 GRAPHIC 6GlE� 0 _. Ul - 4c- <r- rCDr, CD t PROPOSED -_ / /U5 MATCH EXI TING GRAD EXISTING GRAD / I 700 / / PR POSED GRAD INSTALL WATER 3AR, TYP. 695 GRAE I 69C EXISTING RRI. GF 685 +00 15+ml IRann+75 gim-g-i" HICKORY HILL PARK TRAILS, BRIDGES & SIGNS FIRST AVENUE TRAIL PLAN & PROFILE hbkNEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CRY, N1 52240 PHONE: (319) 338-7557 FAX: 13191358-2937 G IOWA DEPARTMENT p� OFLABOR SISTRATION 00527328 � R10.0rne VP11W.51 OII TD W DETERMINED A FAA 71 70 70 1 LEGEND_ Rml EXISTING BRIDGE NEW TRAIL C EXISTING TRAIL � RE -SURFACE TRAIL 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS 7A G —{C7 orvxee: - .r- -� m smx v \I TO BE DETERMINED 1 sNEEFIRST NORTH & EAST SIDE OF TRAIL TO BE REMOVE DEAD TREE AVENUE TRAIL PLAN B PROFILE INSTALLED PER DETAIL ON SHEET 131.00. RE -GRADE TRAIL AND SHOULDER 2.3°/5cx� PROTECT OAK TREE (STATIo 1 55) THIS DIRECTION TO PROMOTE NATURAL (sranDNte+t5) �' `"°"`°` WATER FLOW TOWARDS RAVINE. y N5 (9TgT10N 14 -STATION 1555) I �/ hbk � � ENGIN&BRING PROTECT LARGE HBK ENGINEERING, LLC COTTONWOOD TREES 509 S. GILBERT ST. REMOVE OVERHANG TREE - Iowacln,usuae (STATIN le.le) PROTECT OAK TREE— n PHONE: (819) 058-7567 FAX: (379)858-2937 ISTATON tsw51 £� nn Cl CS IOWA DEPARTMENT a s io azo SOF LAA NQ U5 7J28N 3I 7A G —{C7 orvxee: - .r- -� m smx v \I TO BE DETERMINED LEGEND: 1011111.11111111 EXISTING BRIDGE NEW TRAIL *NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. �— REMOVE (2) DEAD TREES EXISTING TRAIL RE—SURFACE TRAIL — EXISTING BRIDGE SHALL BE \f PROTECTED DURING \ CONSTRUCTION. \ CONTRACTOR SHALL ENSURE µ INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING �~ CONSTRUCTION. POTENTIAL FUTURE DRAINAGE CONCERNS. R MAY BE ADDRESSED AS PART OF THIS ` CONTRACT. NORTH & EAST SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET 61.00. RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL a WATER FLOW TOWARDS RAVINE. iSTATION 20* -STATION 22-30) PROTECT (2) LARGE TREES (STATION 20.95) t 715 715 710 710 EXIST] G TRAIL CENTERI JNE I — 705 i EXISTING BRIDGE 705 I 700 700 Wp (Wpi n N'' 11 mpD, I, O y! N O 19+00 20+00 21+00 21+25 C—) _z �rn O� o e o m GRPPHIC SCALE 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS FIRST AVENJIE TRAIL PLAN & FIROFILE k r�SK ENGINEERING. LLC 509 S. GILBERT ST. MIOWA CITY, IA 52240 ()SHONE: (119( 338-7557 FAX: (319( 358-2537 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 TO BE DETERMINED LEGEND: 1111001111 EXISTING BRIDGE NEW TRAIL EXISTING TRAIL ��111f�f RE -SURFACE TRAIL *NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. NORTH SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET 81.00. RE -GRADE TRAIL AND SHOULDER 2-3°!° THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. j STATION 23+00 - STATION 7A+501 PROTECT(4)TREES (STATION21. STATON23+80, STATION21186) PROTECT (2) HICKORY TREES PROTECT TREE - NORTH SIDE (STATION 23+05) PROTECT LARGE TREE (STATION 2h21) EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR TO ENSURE INTEGRITY 'l( OF BRIDGE IS NOT COMPROMISED �\\ DURING CONSTRUCTION. NORTH SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET 131.00. RE -GRADE TRAIL AND SHOULDER 2-3°!° THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. (STATION 25.0- STATION 26+25) ADJUST TRAIL AROUND THESE TREES TO AVOID TREE REMOVAL. (STATON 23+65 S STATION 23«70 m -4r- .rn �� v ,V 6EE GRAPHIC SCALE 715 715 I I I 710 710 I i EXISTING TRAIL CENTERLINE i 705 705 zzY 700 700 INi I I I i 695 695 21+ 22+00 23+00 23+75 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS FIRST AVENUE TRAIL PLAN & PROFILE ltbk EEERING HB ENGINEERING, LLC 5 ILBERT ST. 10 ,IA 52260 PH(V"19)3384667 FA 9) 358-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 rnvw�enenax�aew.cau �'.11Y',fi�UIL TO BE DETERMINED 7 LEGEND- 11il1ilM EXISTING BRIDGE NEW TRAIL EXISTING TRAIL RESURFACE TRAIL "NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. NORTH SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET 131.00. RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. (STATION 23x00 -STATION NW)) PROTECT TREES NORTH SIDE (STATION 24-91) PROTECT TREES NORTH & SOUTH SIDE (STATION Ux35-24x53) NORTH SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET B1.00. RE -GRADE TRAIL AND SHOULDER 2-3% 4 82 THIS DIRECTION TO PROMOTE NATURAL Ga.ot WATER FLOW TOWARDS RAVINE. (STATION 25 O - STATION 26+25) 1 PROTECT LARGE TREE (STATION2 90) 17-0042 HICKORY HILL PARK TRAILS. BRIDGES & SIGNS FIRST AVENUE TRAIL PLAN & PROFILE ENGEERING O �n EXISTING BRIDGE SHALL BE PROTECTED I HBK GMERING, LLC DURING CONSTRUCTION. 50 .GILBWA IIA 241 --In PHO 91 3 3'8' -7557 CONTRACTOR SHALL ENSURE INTEGRITY OF Gm F .(1 358.2937 PROTECT OR REMOVE BRIDGE IS NOT COMPROMISED DURING e 9 m70 &REINSTALL BENCH CONSTRUCTION.�: OFLABORENT GRAPHIC SOALE REGISTRATION (STAnON 24-25) y NO. 00527328 wnwwwnxmuxac� 710 705 W12 695 E w 23+ caTw 710 705 700 m. +0 +25 t ll'l1Y'li 011 TO BE DETERMINED EXISTING TRAIL CENTERLINE 8 g g gi o 23+ caTw 710 705 700 m. +0 +25 t ll'l1Y'li 011 TO BE DETERMINED EXISTING BRIDGE *NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. PROTECT TREE j NORTH SIDE } �K� Is7AnaN zs.zsl 71; X71[ 70! 701 69 26 NEW TRAIL EXISTING TRAIL I � 1 I I PROTECT LARGE TREE 1 PROTECT TREE {_ 1 NORTH SIDE � 5 STATIM 2 2) y) 1 C? PROTECT ALL TREES IN THIS V AREA, UNLESS NOTED o OTHERWISE. EXISTING BRIDGE SHALL BE rp-R00TEECT TREE BENCH PROTECTED DURING CONSTRUCTION. NORTH SIDE CONTRACTOR TO ENSURE INTEGRITY (STATION 2862) OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. 5 EXIS ING TRAIL CENTERLINE 1 gg . nc r; o n 27..nn o m 77 i 715 710 705 0, 695 60 RE -SURFACE TRAIL END OF INDEX TIES BACK INTO 1ST AVE ENTRANCE GRAPHIC SGIE 17-0042 HICKORY HILL PARK TRAILS, BRIDGES & SIGNS FIRST AVENUE TRAIL PLAN & PROFILE hbk Ufg&NEERING i NEERING,LLC 5 ILBERT ST. 10 ITY, IA 52260 'H 319) 338-7557 F 19)358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 NWww4axaxEEwxGta �rI'ry°a Tnu �=./reuhon TO BE DETERMINED STAGING AREA- -- FOR BRIDGE 1 REPLACEMENT PRIKTNIIYBEM 17-0042 \ STAGING AREA — PR4RETNMR \ FOR CEMET ERY TRAIL MATERIALS HICKORY HILL PARK t, i TRAILS. BRIDGES 8 SIGNS CEMETERY TRAIL MAP hbk d ENGINEERING p H8$09 $ ENGINEERING, ILBERTT ST. IOWA CITY, IA 52240 PHONE: (3191338-7557 FAX: (379) 358-2937 ACCESS IOWA DEPARTMENT O y,%- Vis" CJ OF LABOR �,,,✓✓ %-" REGISTRATION / F , NO. 00527328 ry v,. xwnmP Exaxeoww.cox EN: BRIDGE 1 {STEEL} REPLACEMENT OPEN _v--� *NOTE: HEAVY EQUIPMENT & MACHINERY ! IS PROHIBITED ON EXISTING BRIDGES. TO BE DETERMINED MARCH 15, 2018 ! _.. DRAWING LOG STAGING AREA �1 oN Le W�ONLLL - u, 4 FOR CEMETERY TRAIL MATERIALS ACCESS —J IMF iP.aPHi SCALE p�. K U If ) I ( LEGEND: It 11 ��1 EXISTING BRIDGE WATER BAR 3 1� C4.00 ® NEW TRAIL WATER BAR TYP. EXISTING TRAIL ✓!!!!!%%%%!!/// RE -SURFACE TRAIL WATER BAR TY . o GRPPH' WATER BAR TYP. e W FR CT N1x19ER 17-0042 HICK HICKORY HILL PARK TRAILS, BRIDGES & SIGNS E CEMETERY TRAIL PLAN & PROFILE Ex4NEEA: hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. 750 '- ,750 IOWA CITY, IA 52240 PHONE: (319) 338-7667 FAX: (319)358-2937 IOWA DEPARTMENT OFLABOR MRA T'O PROF OSED WATERBAR Nd. 52 32, wmER: �m 5 745 I. PROPOSED WA ERBAR ,.wv be ,own clrr PROPOSED WATERBAR tt'9FlMER: 740. 740 j O TING GRADE v PROF DSED WATERBAR ' 1 \ i caxrxAcroN: 735 TO BE DETERMINED 735 i PROPOSED GRAD j . , 730 MlE0E11EIX MARCH 15, 2018 730 DRAWING LOG ' DAIS ISSUED FOR De co a+,oNAE scavE j Dixf1T%RENEW TM PPY [41511 95%RENEW Tx MO j _ _ 141]1] NCpFF00 ual.11 DEEIEx D^C. 5 _ Tx MD ' 725 owi-fe EMl ggxs Tx W m.+sfe ewmwasfv rx ww N ^ 6N&D OREA a A 725 e v a ej e a a '' m VRO.SCT WIU4[R 0+00 1+00 2+00 2+AS A.ASHBACKEft Aa91e, 2015 - t2Wpm cNrg9cnt T0pg2dWp 1[U afr+.+,g nw)ICAU1lau+z. fl].i8 aI.AN sET1]OW2 - DESIGNCA9 AW 10, ZDtB-t2W I+FIq%-0l1C 20(allE lfi nI l 7 2 LEGEND: EXISTING BRIDGE WATER BAR a lRsrnu o-,roR 0400 NEW TRAIL - WATER BAR TYP. EXISTING TRAIL RE -SURFACE TRAILGI�J WATER BAR TYP. WATER BAR TYP. y 3 rzw[C+KWBEx: 17-0042 p-- (-- HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS CEMETERY TRAIL PLAN &PROFILE meeR L PROP ED WATERBAR - - - hbk ENGINEERING HBK ENGINEERING, LLC .30 — -- 73C S09 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 338-7557 FAX: (319) 3SO-2937 IOWA DEPARTMENT OF LABOR j - --- - - PROPOSED WATERBAR _ ON NOGI00�31Y88 STINGjGRADE I z awxa: 25 Q PROF DSED WATERBAR 7 2 oB�mBR 20 PROPOSED GRADE i � r /I ISr VL 1 411Y 71 15 I TO BE DETERMINED PROPOSED WATERBAR I � ` 71 10 G2 WP MAR MARCH 15, 2018 DRAWING LOG wm IM�DB R DB CB auow,IacmB oaz�-n cBmn rx MD 70 assn s¢x rx P.iD uoDBeDB aPB 05 tarsi -t 1.14 r oPsoxoxs Tx Mo mai-+e rzwnua T. MD I . i i i . it m-+o-�e BBIIFD PCRBB rx MD osi++e sauBnwBm Rux raa 70 02 Oi N,z N r N m: oil 0 � ry O ,ri i O; b � N m m ni m� V+, of o PIIOCIYW4l11: A. ASHBACKER 2+ 3+00 4+ 5+00 5175 2 AW 10, ZDtB-t2W I+FIq%-0l1C 20(allE lfi nI l 7 2 Aup tb,2018-t0'Ram 1'PmlEcf�t)ODaTM.p lal EreMny%6)+DADti7C 2-&2.18 PLAN SMIAa2-DESIGNdg LEGEND: ®� EXISTING BRIDGE NEW TRAIL EXISTING TRAIL 1�����ME RE -SURFACE TRAIL e 5 10 GRAPHIC SCAE ' 17-0042 WATER BAR TYP.exo.xcrxu�. WATER BAR 3 / ,i \i `\ \ `\ TRAILS, BRIDGES 8 SIGNS ixsr�uurox WATER AR,TYvPGB . . affrrCmEeM WATER BAR P ` ` \ t ETERY TRAIL PLAN 8 PROFILE 710 710 - - E1pMEW: 1 hbk ENGINEERING 705 705 ti '' HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 62240 ,-EXISTING GRADE I PHONE: (179(138-7667 FAX: (319)358-2917 \ n 7 IOWAE�ARTMENr ^� ROPOS D WATERBAR 1 1 reQ"ABOR '<triG1GTRATION O. 00527128 700 \ rn rewwcox x PROPOSED GRAD 695 695( PRPPOSED WATERBAR � I I � I oErEweEa 690 890 II �. 1 �DmmtRDx - PROPC SED WATERBAR TO BE DETERMINED 685 685 i areaareo: \ AUGUST 32018 \ DRAWING LOG DAW ISRMDPo D& CO 680 660 1 1 — aaorw�EcaE cenxn rx RAo \ wsl �� wu uxav rx PAo a-+s-�. ate �vtEv. rx ruo - � I +o.+i.» ewwr�ouoeE +z a4i7-"besmx Docs rx Iuo oral -,s Dwi wws rx eAo UED wx Ew rx x.o W ssDEo wx e,o Iuev Au 675 675 r&oxcTluw,xw o v ml m m'I, pm m n A. ASHBAGKER "C 17 5+75 6+00 7+00 8+00 8+49 .3 Aup tb,2018-t0'Ram 1'PmlEcf�t)ODaTM.p lal EreMny%6)+DADti7C 2-&2.18 PLAN SMIAa2-DESIGNdg NEW & RECONSTRUCTED TRA I L STATI O N I N G 2+50.00 - 5+10.11 6+00.00 - 6+53.08 7+00.00 - 7+75.03 8+90.00 12+76.00 13+44.61 13+93.90 14+34.00 - 16+65.70 NEW TRAIL & TRAIL RECONSTRUCTION RECONSTRUCTION AREAS: CONTRACTOR TO CUT & RE -GRACE SECTIONS OF TRAIL & SHOULDER NECESSARY TO OBTAIN 2% CROSS SLOPE ACROSS TRAIL AND 3% CROSS SLOPE ACROSS SHOULDER. SEE PLAN FOR SPECIFIC LOCATIONS 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS NEW TRAIL CROSS SECTION hbk HNGINEERING, LLC S. GILBERT ST. A CITY, IA 52240 PE:(01 7557 �. :I319I - 77 ODEP NT (") ,LA OR :„+ -RGI TIO, N :005 _ ream (t1 �,,xr n@ Itrr0.. r•..Ti r! I; & "-0'• SHOULD H /,j - EX6TMG� 6'-0" NEW OR RECONSTRUCTED TRAIL I 2% TRAIL I II i 1 -0" SHOULDER 2--3% r/ ROSS Sl0(E --- - - \� � TO BE OETEFMINED XX��� p;; /,�CONTRACTOR TO REMOVE EXISTING & INSTALLeCRUSHED LIMESTONE <a" AGGREGATE TRAIL 0 2"DEPTH m RECONSTRUCTED TRAIL CROSS SECTION (NTSI INSTALL COMPACTED, 1" ROADSTONE GRAVEL SUB -BASE 3-4" LANDSCAPE FABRIC TRAIL RE -SURFACING STATIONING 2+00.00 - 2+39.90 5+10.16- 6+00.00 6+53.08 - 7+00.00 7+75.03 - 8+27.90 8+46.00 - 8+90.00 12+76.00 - 13+25.05 16+65.70- 18+00.00 20+58.37 - 22+29.81 23+00.00 - 26+24.82 TRAIL RE -SURFACE CONTRACTOR TO CUT B RE -GRADE SECTIONS OF TRAIL & SHOULDER NECESSARY TO OBTAIN 2% CROSS SLOPE ACROSS TRAIL AND 3% CROSS SLOPE ACROSS SHOULDER. SEE PLAN FOR SPECIFIC LDCATIONS 2% TRAIL CROSS SLOPE EASnNG I 2-3x GRADE r // // /// // RE -SURFACED TRAIL CROSS SECTION e"sl B1.01 V -O" 2-3x X Ey"STTNG G_ CONTRACTOR TO REMOVE EXISTING k INSTALL CRUSHED UMESTONE GI}' AGGREGATE TRAIL 0 2" DEPTH "NOTE: IF EXISTING TRAIL MATERIAL IS EXISTING COMPACTED SUB -BASE GREATER THAN 2-3" DEPTH, CONTRACTOR TO INSTALL COMPACTED 1" ROADSTONE ON EXISTING SUB -BASE TO BRING UP TRAIL GRADE. 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS TRAIL RESURFACE CROSS SECTION ICI ITd 1(111 ............. TO BE DETERMINED hbk GINEERING ENGINEERING, LLC O X09 S. GGAW.%T ST. ' t jFA F u i EF We X: lN9 WT n N ZONA DEP NT OF .� GIST ATI 0.005 ICI ITd 1(111 ............. TO BE DETERMINED TEES 6" PERFORATED GRAIN LINES. � EXISTING TRAIL / PROFILE PROPOSED PROFILE AFTER If r�) WATERBAR / WATERBAR INSTALLATION DIRECTION OF FLOW,..�- _ EXTEND WATERBAR INTO AREA WHERE I; WATER CAN SHEET f PAST THE TRAIL. ) INSTALL 6" 45' BENDS ,WATER FLOW DRAIN TILE (TYP.) .� • ( ) "-.� DAYLIGHT TO CREEK AND INSTALL RODENT GUARD WATERBAR MIN. 8" DIAMETER LOG AT END OF PIPE. I BENCH DRAIN TILE PLAN (NTS) LOCATION: SHEET C2.06, STATION: 13.50 C4.00 New 6" Trail Engineering Fabr Porous Backfill Material 6" Perforated Pipe with Sock TRAIL SECTION @ DRAIN TILES (NTS) LOCATION. SHEET C2.06, STATION: 13.50 (4) NOTES: 1. INSTALL WATERBAR AT 45'-60' SKEW TO TRAIL CENTER LINE 2. WATERBAR TO EXTEND BEYOND EITHER SIDE OF TRAIL BY A MINIMUM OF 2'-0" 3. CONTRACTOR TO FURNISH WATERBAR FROM REMOVED TREES IF DESIRED/POSSIBLE. CONTRACTOR TO FINISH 8" LOGS IF REMOVED TREES DO NOT FIT THE REQUIRED DIMENSIONS. COORDINATE WITH PARK SUPERINTENDENT. WATER BAR TYPICAL DETAIL (NTS) LOCATION: SEE PLAN C4,OO PLAN EXISTING TREE 4'-0" HIGH ORANGE PLASTIC CONSTRUCTION FENCE WITH 2X4 TOP AND BOTTOM RAIL. STEEL FENCE POSTS AT 6'-0" OC MINIMUM (FENCE LOCATION WILL BE DETERMINED IN THE FIELD BY THE OWNER). TYPICAL ALL TREES INSIDE WORK AREA. WOODEN 2X4 CONTINUOUS TOP AND BOTTOM RAILS (SECURE FABRIC TO RAIL) (3) TIES PER POST CONCRETE BASE TO BE USED ON PAVED AREAS TREE PROTECTION DETAIL (NTS) LOCATION: BEE PLAN C4.00 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS FIRST AVENUE TRAIL DRAINAGE 8 WATER BAR hbk- r1��EaaNGINEERING VNK ENGINEERING, LLC Z;;09 S. GILBERT ST. y�WA C(TniS' 2240 NE: (71 B-7637 G5AX:(31%.i 2977 OF lu�etwithult TO BE DETERMINED SEE SHEE DETAIL r n O z I O z co m ;7 o EXISTING BRIDGE C7 I 2 I SEE DETAIL ON .fpr SHEET G.02® BRIDGE TOE PROTECTION (pi (NiS) LOCATION: SHEET 02.11. STAnON 25M0 .F- -------------- - — ti, w---------- BRIDGE PROFILE z NOT TO SCALE 04.01 SEE DETAIL ON SHEET G02® ` SEE DETAIL ON SHEET C402 aWK ENGINEERING, LLC .p509 S @n RT ST. QOWACITr,�52240 (plIONE: (6"38-7557 f JAX: (31 y9"5e-2937 orr Ax IOWA DI�RijMENT OF �4�Q2 SREGISON _ NO.O 27 9 Y r ✓kms C� O M TREE REMOVAL: ANY TREE WITHIN 5 FEET OF THE BACK OF BANK SHALL BE REMOVED. 17-0042 HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS BRIDGE REVETMENT `yam aWK ENGINEERING, LLC .p509 S @n RT ST. QOWACITr,�52240 (plIONE: (6"38-7557 f JAX: (31 y9"5e-2937 orr Ax IOWA DI�RijMENT OF �4�Q2 SREGISON _ NO.O 27 9 RIP -RAP REVETMENT STONE (OLIN WENDLING QUARRY OR EQUAL) "MUST BE NATURAL STONE COLOR NOTE: EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR SHALL ENSURE INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. U'iTP,i3.�(1T1 l l'I�PCi111 U 11 TO BE DETERMINED Edge Lap Edge Lap `1 Secure blanket to ground according to manufacturer's recommended anchoring pattern and minimum shown in Table 1. U Backfill ANCHOR TRENCH (12" min. anchor spacing) I Soil Anchor Trench 17-0042 _ t i v v �. N(0.1FEt NNIF. W HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS �, 6NEEi iliLE: BRIDGE REVETMENT I•.liP)1G © EDGE LAP (4'-0" min. anchor spacing) TABLE 1 Max. slope Min. anchors 5 3:1 1.5/yd2 tNJIN®1 2/yd2 1:1 labk. End Splice o IN )NG INGINE;t LLCGIL6nT. , n I& CITY40 PMME: (31 338-7887 - FAX: (319) 37 rM / OFLANO$JNT IM MW AAI" 'C4GIST RATION y pW•88527323 I•.liP)1G © EDGE LAP (4'-0" min. anchor spacing) TABLE 1 Max. slope Min. anchors 5 3:1 1.5/yd2 2:1 2/yd2 1:1 2.5/yd2 ROLLED EROSION CONTROVf t� NOT TO SCALE �2 END SPLICE (18" min. anchor spacing) NOTE EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR SHALL ENSURE INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. f:f'.1"i:iA�011 (D�n1�s�;fl U'.CP( ii :1111! TO BE DETERMINED 2 FINISH CONCRETE ABUTMENTS AND WANG WALLS SEE DETAIL 4/S1.02 FOR REINFORCING INFORMATION. HELICAL PILE 10 KIP MIN. CAPACITY. INSTALL DEPTH TO BE MIN. 5FT BELOW FOOTING, (TYP.) 4X4 POST 0 4'-0" O.C. RAIL (TIP.) THRESHOLD Q G a T N TREATED 2X12 N BLOCKING STAGGERED ap CONTRACTOR TO COORDINATE BRIDGE PLACEMENT IN FIELD WITH PARK SUPERINTENDENT SUCH THAT THE SPAN DOES NOT EXCEED 18FT. DO NOT SLOT STRINGER RIGID CONNECTION DESIRED ° \ ll\ /I I1 lik / ° Ix /I \ /N rl 4 \ AT 11 I\ JI \ /R /I I\ VIVI IVIV IVH 3 -1/2" X 14" PSL VIVI li VIVI IVH V I V I I V I V AIAI IAIA HAI STRINGER . AIAI AIAI II AIAI IAIA I VI 11 I/ IIr l It 1I (PARALLAM) I %IJ V / q/ 11 11 \I J 4r U II ql I u Q G a T N TREATED 2X12 N BLOCKING STAGGERED ap CONTRACTOR TO COORDINATE BRIDGE PLACEMENT IN FIELD WITH PARK SUPERINTENDENT SUCH THAT THE SPAN DOES NOT EXCEED 18FT. DO NOT SLOT STRINGER RIGID CONNECTION DESIRED 4 x RIGID CONNECTION (Nrs) 51.00 f DIAMETER GALVANIZED TiRU BOLT GALVANIZED L4X4XJ" 03" LONG. BOTH SIDES OF STRINGER TYP. 2) - }"XB" TITEN HD Q . ATTACH STRINGERS TO ABUTMENT W/ <a 14 STRINGER) " L3X3Xa X 4" LONG STEEL ANGLES. (2 EACH STRINGER) USING t"m X 6" TITAN HD ANCHOR BOLTS. (TYP.) - a n 4 T. - PAN BRIDGE 4 (WOOD) ELEVATION (NTS) LOCATION: SHEETC1.03 Si.Oo FABRICATE STRINGER TO PROVIDE SLOTTED CONNECTION FOR BRIDGE TO MOVE. }" DIAMETER GALVANIZED THRU BOLT n a o a GALVANIZED L4X4Xj" j - 03" LONG. BOTH SIDES a OF STRINGER TYP. e n Al (2) - 4"X8" TITEN SLOTTED CONNECTION (s� (NTS) 4 17-0042 .M,BIMYE HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS BRIDGE 4 (WOOD) REPLACEMENT ELEVATION [NES�&R'��ING GINEEA, LLC . GILGiAF6T. cITYIIM R 33&8-758765 7 00527328 E Tt (la �IUTI TO BE DETERMINED `1 4 v li a 4 . O 4 x RIGID CONNECTION (Nrs) 51.00 f DIAMETER GALVANIZED TiRU BOLT GALVANIZED L4X4XJ" 03" LONG. BOTH SIDES OF STRINGER TYP. 2) - }"XB" TITEN HD Q . ATTACH STRINGERS TO ABUTMENT W/ <a 14 STRINGER) " L3X3Xa X 4" LONG STEEL ANGLES. (2 EACH STRINGER) USING t"m X 6" TITAN HD ANCHOR BOLTS. (TYP.) - a n 4 T. - PAN BRIDGE 4 (WOOD) ELEVATION (NTS) LOCATION: SHEETC1.03 Si.Oo FABRICATE STRINGER TO PROVIDE SLOTTED CONNECTION FOR BRIDGE TO MOVE. }" DIAMETER GALVANIZED THRU BOLT n a o a GALVANIZED L4X4Xj" j - 03" LONG. BOTH SIDES a OF STRINGER TYP. e n Al (2) - 4"X8" TITEN SLOTTED CONNECTION (s� (NTS) 4 17-0042 .M,BIMYE HICKORY HILL PARK TRAILS, BRIDGES 8 SIGNS BRIDGE 4 (WOOD) REPLACEMENT ELEVATION [NES�&R'��ING GINEEA, LLC . GILGiAF6T. cITYIIM R 33&8-758765 7 00527328 E Tt (la �IUTI TO BE DETERMINED Prepared by. Jason Retcharl, Public Works, 410 E. Washington St, Iowa City, IA 52240, (319)356-5416 Resolution No. 18-245 Resolution setting a public hearing on September 4, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Hickory Hill Park Improvements 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 the Hickory Hill Park & Trail Redesign & Development account # R4224. 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 4'h day of September, 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 21st day of August 2018 Ma or ,Aqroved by Attest 1 k - / )-- I F City Clerk City Attorney's Office It was moved by Mims and seconded by Cole the Resolution be adopted, and upon roll call there were Ayes: Nays: Absent: X Vacant — Botchway seat x Cole % Mims % Salih x Taylor % Thomas x Throgmorton PCffi ed is PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWACITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn an oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0003127138 8/29/18 08/29/18 $37.46 Copy of Advertisement Exhibit "A" aKY n�u` t AOTARk op Op 1`I INj ns G AO A.rG t,4 n �G� Subscribed and sworn to be ore me by said affiant this 29th day of August. 2018 lotary Pu! 14 �-[(-)/1 Commission expires 'AXPAVEFtS bF ' IOWA CITY, TO OTHER D PERSONS: a hereby given that cil of the City, of ,a, will con -duet a ng on plans, norm of contract cost for the the Hickory Hill Bridges and Signs city at 7:00 p.m. on F September, 2018, to be held in the at Hall in the City ashington Street in if said meeting is he nest meeting of icil thereafter as y Clerk. :nudes clearing and oval, replacement of secondary >, stormwater and 1 improvements, of three new plans, specifications, form of act and estimated cost are on file in the office of the City in the City Hall in Iowa City, and. may be inspected by a persons may meeting of the City purpose of making and comments said plans contract or the cosi rr of the of Iowa law. CITY Prepared by: Jason Reicharl, Public Works, 410 E. Washington St., Iowa City, IA 52240,(319)356-5416 Resolution No. 18-264 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Hickory Hill Park Improvements 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 Hickory Hill Park & Trail Redesign & Development account # R4224. 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 2:00 p.m. on the 27' day of September, 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 2"d day of October, 2018, or at a special meeting called for that purpose. Passed and approved this 4th day of September , 2018. Ma or p roved� City Clerk City Attorney's Office Resolution No. 18-264 Page 2 It was moved by Mims and seconded by Thomas- the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Vacant - Botchway Seat x Cole x Mims x Salih x Taylor x Thomas x Throgmorton 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 - Hickory Hill Park Improvements Project Classified ID: 112728 A printed copy of which is attached and made part of this certificate, provided on 09/05/2018 to be posted on the Iowa League of Cities' internet site on the following date: September 5 , 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 9/5/2018 0,0" wWLY:5p Alan Kemp, Executive Director NOTICE TO BIDDERS HICKORY HILL PARK IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 27 day of September, 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 2 day of October, 2018, or at special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 11:00 AM local time on Wednesday, September 18, 2018 in the Hickory Hill Park shelter, located at Hickory Hill Park, at the intersection of East Davenport Street and East Bloomington Street, Iowa City, Iowa. The Project will involve: remove and replace aggregate trail, relocate aggregate trail, install water bars to improve site drainage, install trench drains and subdrains, construct three new pedestrian bridges and associated abutments, stabilization of secondary bridge revetment, install PCC trailhead walk, replace PCC ADA curb ramps (3), fabricate and install park identification signs (3), fabricate and install primary trail mark signs (4), fabricate and install secondary trail marker signs (8), fabricate and install interpretive marker sign (1), remove existing vegetation (including some trees), furnish and install seed, fertilizer, and mulch throughout project to provide restoration, other work associated with parks and trails reconstruction. All work is to be done in strict compliance with the plans and specifications prepared by RDG Planning & Design, & HBK Engineering, of Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hun- dred 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 AF -1 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: • Working Days: 120 • Substantial Completion Date: June 1, 2019 • Final Completion Date: June 15, 2019 • Specified Start Date: October 8, 2018 The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproduction, Iowa City, Iowa, by bona fide bidders. Contact Jill Chambers to order 319-354-5950 orjillc@rapidserpro.com A $50.00 deposit or current MBI/ABC Plans Request Card, made payable to (Owner or architect/engineer name) is required. A second , nonrefundable check for $30.00 payable to Rapids Reproductions shall be included if shipping is desired. Mail Deposit and Shipping and handling to: Rapids Reproductions 415 Highland Ave Ste 100 Iowa City, Iowa 52240 Deposit will be refunded if Bid Documents are returned complete, undamaged, unmarked and reusable, within 14 days of award of the project by City Council in re- usable condition. Failure to comply will result in forfeiture of deposit. Electronic bidding documents will be available online at: www.ral)idsrepro.com 1. Go to www.rapidsreproplanroom.com 2. Lag in or: 3. Click on "go" next to Register Now 4. Direct any questions to: 1-800-383-1223. 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 AF -2 waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK AF -3 Julie Voparil From: Kelsey Hutchison <khutchison@mbionline.com> Sent: Thursday, September 06, 2018 10:43 AM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 9.6.18 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 Hickory Hill Park Improvements Project in Iowa City, Iowa 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): September 6, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. September 6, 2018 [�� Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 [d] 515.657.4381 • [o] 515.288.8904 • [f] 515.288.2617 [e)khutchisonfa mbionline.com • [w] hftp:/hvww.mbionline.com/ Stay Connected 'f • i n NOTICE TO BIDDERS RECEIVED HICKORY HILL PARK SEP 0 5 2016 IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 27 day of September, 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 2 day of October, 2018, or at special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 11:00 AM local time on Wednesday, September 18, 2018 in the Hickory HIII Park shelter, located at Hickory Hill Park, at the intersection of East Davenport Street and East Bloomington Street, Iowa City, Iowa. The Project will involve: remove and replace aggregate trail, relocate aggregate trail, install water bars to improve site drainage, install trench drains and subdrains, construct three new pedestrian bridges and associated abutments, stabilization of secondary bridge revetment, install PCC trailhead walk, replace PCC ADA curb ramps (3), fabricate and install park Identification signs (3), fabricate and install primary trail mark signs (4), fabricate and install secondary trail marker signs (8), fabricate and install interpretive marker sign (1), remove existing vegetation (including some trees), furnish and install seed, fertilizer, and mulch throughout project to provide restoration, other work associated with parks and trails reconstruction. All work is to be done in strict compliance with the plans and specifications prepared by RDG Planning & Design, & HBK Engineering, of Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this noticeand 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 hun- dred 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 AF -1 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: • Working Days: 120 • Substantial Completion Date: June 1, 2019 • Final Completion Date: June 15, 2019 • Specified Start Date: October 8, 2018 The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproduction, Iowa City, Iowa, by bona fide bidders. Contact Jill Chambers to order 319-354-5950 or jillc@rapidserpro.com A $50.00 deposit or current MBI/ABC Plans Request Card, made payable to (Owner or architect/engineer name) is required. A second , nonrefundable. check for $30.00 payable to Rapids Reproductions shall be included if shipping is desired. Mail Deposit and Shipping and handling to: Rapids Reproductions 415 Highland Ave Ste 100 Iowa City, Iowa 52240 Deposit will be refunded if Bid Documents are returned complete, undamaged, unmarked and reusable, within 14 days of award of the project by City Council in re- usable condition. Failure to comply will result in forfeiture of deposit. Electronic bidding documents will be available online at: www.rapidsrepro.com 1. Go to www.rai)idsreproplanroom.com 2. Log in or: 3. Click on "go" next to Register Now 4. Direct any questions to: 1-800-383-1223. 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 AF -2 waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK AF -3 Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5416 Resolution No. 18-2 Resolution rejecting bids received on September 27, 2018 for the Hickory Hill Park Improvements Project Whereas, two (2) bids were received on September 27, 2018 for the Hickory Hill Park Improvements Project and the low bid exceeded the Engineer's Estimate by 47%; and Whereas, the Department of Public Works recommends that the Council reject all bids. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that all bids received on September 27, 2018 for the Hickory Hill Park Improvements Project are rejected. Passed and approved this 2nd day of October , 2018 4/�� /4;gz— M or /-� prove by Attest City Clerk City Attorney's Office It was moved by Salih and seconded by trims the Resolution be adopted, and upon roll call there were: Ayes: X X X X X X Nays: Absent:. Vacant - Botchway seat Cole Mims Salih Taylor Thomas Throgmorton rMl � � 1 tZ"I4p a Coat IOWA CITY A UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE HICKORY HILL PARK � 1 IMPROVEMENTS in PROJECT - PHASE 1 sl IOWA CITY, IOWA n ` N OCTOBER 30, 2018 Hickory Hill Park Phase 1 Improvements Project— Phase 1 0005— Page 1 of 2 0005 CERTIFICATIONS PAGE \F •ESS 1 p����iG�G Z' • • AMY L. • ••: c� �ASH BAC KER;�_ o �•. 19713NO 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. 10.30.18 Date License Number: 19713 My license renewal date is December 31, 2019 Pages or sheets covered by this seal: N G Hickory Hill Park Phase 1 Improvements Project — Phase 1 0005 — Page 2 of 2 N Hickory Hill Park Phase 1 Improvements Project — Phase 1 0005 — Page 2 of 2 0010 TABLE OF CONTENTS 'PROJECT MANUAL D005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS 01025 MEASUREMENT & PAYMENT 0311 13 CONCRETE FORMWORK 03 20 00 CONCRETE REINFORCEMENT 03 30 00 CAST -IN-PLACE CONCRETE 10 14 23 SIGNAGE 31 66 00 HELICAL PIER 32 34 00 PEDESTRIAN & LIGHT VEHICLE BRIDGES Hickory Hill Park Phase 1 Improvements Project — Phase 1 0010 —Page 1 of 1 FILED 2018 NOV -5 Ali II : 21 CITY CLERK 10 ",/A CITY, 10; Y z Q J m F W W J } J J Q z O z w z_ cn w a a y 2 H 0100 NOTICE TO BIDDERS HICKORY HILL PARK IMPROVEMENTS PROJECT- PHASE 1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the:tolh day of December 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 uq"bn by. the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on,the 18th day of December, 2018, or at special meeting called for that purpose. A public hearing will, be held during this meeting. The Project will involve the following: Remove and replace aggregate trail, install water bars to improve site drainage, install drain tile and subdrains. construct (1) new pedestrian bridge (steel) and associated abutments/revetment, fabrication and installation of park trail and interpretive signs, and associated restoration. All work is to be done in strict compliance with the Project Manual prepared by RDG Planning & Design. & HBK Engineering, of Iowa, which has 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 security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, 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 U year(s) from and after its completion and formal acceptance by the City Council. Hickory Hill Park Phase 1 Improvements Project— Phase 1 0100 —Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: January 2, 2019 Substantial Completion: June 1, 2019 Final Completion: June 15, 2019 Liquidated Damages: $500/day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms 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. A $40.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the 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 list on the Contract its 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 t"aive technicalities and irregularities. o Posted upon order of the City Council of Iowa City, Iowa.'— r KELLIE FRUEHLING, CITY CLERK r– ('n N Hickory Hill Park Phase 1 Improvements Project – Phase 1 0100 – Page 2 of 2 Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Hickory Hill Park Improvements Project — Phase 1 in said city at 7:00 p.m. on the 20th day of November, 2018, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes Remove and replace aggregate trail, install water bars to improve site drainage, install drain tile and subdrains, construct (1) new pedestrian bridge (steel) and associated abutments/revetment, fabrication and installation of park trail and interpretive signs and associated restoration. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual 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 K. Fruehling, City Clerk Hickory Hill Park Phase 1 Improvements Project — Phase 1 0110 — Page 1 of 1 a, N 0110 NOTICE OF PUBLIC HEARING .. J NOTICE OF PUBLIC HEARING ON PROJECT MANUAL i > C-, AND ESTIMATED COST FOR THE HICKORY HILL PARK IMPROVEMENTS PROJECT— PHASE 1 IN THE CITY OF c IOWA CITY, IOWA N TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Hickory Hill Park Improvements Project — Phase 1 in said city at 7:00 p.m. on the 20th day of November, 2018, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes Remove and replace aggregate trail, install water bars to improve site drainage, install drain tile and subdrains, construct (1) new pedestrian bridge (steel) and associated abutments/revetment, fabrication and installation of park trail and interpretive signs and associated restoration. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual 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 K. Fruehling, City Clerk Hickory Hill Park Phase 1 Improvements Project — Phase 1 0110 — Page 1 of 1 THIS PAGE IN INTENTIONALLY LEFT BLANK N 0 o m =icy cn 'gym sa I o� `- ry 0200 INSTRUCTIONS TO BIDDERS HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASE 1 Bid Submittals: a Time, Date and Location December 10, 2018 @ 3:00 pm City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 2. Bidder Status a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 1567( 3A), found at the following website: httt)s://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 3. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 4. Progress and Schedule: a. Contract Times: Specified Start Date: January 2, 2019 Substantial Completion: June 1, 2019 Final Completion: June 15, 2019 Liquidated Damages: $500/day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. C. Community Events: i. No work shall occur on University of Iowa Home Football game days. 5. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one Hickory Hill Park Phase 1 Improvements Project — Phase 1 0200 — Page 1 of 2 hundred percent (100%) of the contract price for a period of five (5) year(s) after its completion and formal acceptance by the City. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 6. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 7. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020 1.08 of the Supplemental Specifications. 8. Contract Compliance: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 9. Wage Theft Policy: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. 10. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) 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 based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. R Q 7-Z: M ca cs — C-) cn =<I m r y tD a Hickory Hill Park Phase 1 Improvements Project — Phase 1 0200 — Page 2 of 2 0400 PROPOSAL HICKORY HILL PARK IMPROVEMENTS PROJECT — PHASE 1 CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda and and to do all work at the prices set forth herein. The undersigned bidder further proposes 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. 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 and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Hickory Hill Park Phase 1 Improvements Project — Phase 1 0400 — Page 1 of 5 C` c=> cr+ Hickory Hill Park Phase 1 Improvements Project — Phase 1 0400 — Page 1 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1. Mobilization LS 1 Removal, Existing 2. Aggregate Trail SY 1,350 Reconstruct Limestone 3. Aggregate Trail TONS 98 Resurface Limestone 4. Aggregate Trail TONS 54 5. Roadstone Subbase, 1" TONS 226 6. Perforated Drain Tile LF 75 7. Water Bars EA 4 Large Tree & 8. Underbrush Removal EA 40 9. Demolition, Bridge LS 1 10. Excavation, Class 10 CY 150 11. Helical Piers EA 12 ^may 12. Structural Concrete CY 13 ='� +c Pedestrian Bridge, � r-- 13. Steel, 40'LX10'W EA 1 QD 14. Subdrain LF 100 15. Revetment, Class E TONS 90 Hickory Hill Park Phase 1 Improvements Project— Phase 1 0400— Page 2 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 16. Erosion Control LS 1 17. PCC Bridge Approach SY 22 18. Restoration LS 1 19. Construction Surveys LS 1 Park Identification 20. Sign EA 3 21. Park Large Markers EA 3 22. Park Small Markers EA 8 23. Interpretive Sign EA 1 r� c! TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Hickory Hill Park Phase 1 Improvements Project — Phase 1 0400 — Page 3 of 5 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Hickory Hill Park Phase 1 Improvements Project — Phase 1 0400 — Page 4 of 5 NOTE: All subcontractors are subject to approval by City of Iowa City. o :> • rn a ;57 N Hickory Hill Park Phase 1 Improvements Project — Phase 1 0400 — Page 4 of 5 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code n Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Hickory Hill Park Phase 1 Improvements Project — Phase 1 0400 — Page 5 of 5 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine ifyour company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ 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 non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates to Address: (mm/ddlyyyy) City, State, Zip Code: Dates to Address: (mnvaWlyyyy) City, State, Zip Code: Dates to Address: u (mmldd/yyyy) City, State, Zip Code: _ You may attach additional sheet(s) if needed. "rI To be completed by non-resident bidders �2' cn ""' Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: _< r+1 S r & 2. Does your company's home state or foreign country offer preference to bidders who are residents? P8 Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: Hickory Hill Park Phase 1 Improvements Project— Phase 1 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has notfiled articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. co ! p 1.0_ 1 Hickory Hill Park Phase 1 improvements Project — Phase 1 0405 — Page 2 of 2 FILED 1818 NIOV -5 Ml 11: 21 CITY CLERK CITY "'' 0410 BID BOND FORM HICKORY HILL PARK IMPROVEMENTS PROJECT — PHASE i CITY OF IOWA CITY , 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 amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Hickory Hill Park Improvements Project — Phase 1. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security 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 security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security 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 doe$ -hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this of , A.D., 20_ Witness r� N Witness M Principal Surety By: (Attorney-in-fact) Attach Power-of-Attomey, if applicable _ day (Seal) (Title) (Seal) Hickory Hill Park Phase 1 Improvements Project — Phase 1 0410 — Page 1 of 1 FILED 2818 NOV -5 Ail 11: 22 CITY CLERK =0;'!A CITY, 101 Y z Q J m H LL W J J J Q z O H z LU _z z_ LU O Q a U) x 0500 CONTRACT HICKORY HILL PARK IMPROVEMENTS PROJECT — PHASE 1 CITY OF IOWA CITY THIS CONTRACT 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 30th day of October, 2018, for the Hickory Hill Park Improvements Project — Phase 1 ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, attached hereto The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. Hickory Hill Park Phase 1 Improvements Project — Phase 1 0500 — Page 1 of 2 Ln C' eo _— c.00 cv Hickory Hill Park Phase 1 Improvements Project — Phase 1 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRICE TOTAL AMOUNT DATED this day of Cit By: City Official ATTEST: By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office 20 Contractor ATTEST: (Company Official) N O_ u� R7 0 ::4 c L r <m a N N Hickory Hill Park Phase 1 Improvements Project — Phase 1 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND HICKORY HILL PARK IMPROVEMENTS PROJECT — PHASE 1 CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS That we, as Principal (hereinafter the "Contractor" or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Remove and replace aggregate trail, install water bars to improve site drainage, install drain tile and subdrains, construct (1) new pedestrian bridge (steel) and associated abutments/revetment, fabrication and installation of park trail and interpretive signs, and associated restoration. and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. Provided, however, that one year after the date of acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall continue in force but the penal sum for maintenance shall be reduced to the sum of DOLLARS ($ ), which is the cost associated with those items in the Contract that require a maintenance bond period in excess of one year. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials Hickory Hill Park Phase 1 Improvements Project — Phase 1 0510 —Page 1 of 4 for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be rA� eased as to such excess increase; and C. To consent without notice that this Bond shall remain in full forcd. qq efWCt until the Contract is completed, whether completed within the specifiedjico rac3�period,J within an extension thereof, or within a period of time after the cow pegod hs ed elapsed and the liquidated damage penalty is being chargraga%bt t Contractor. m t J D. That no provision of this Bond or of any other contract shall be va-fx£Eiatinits less that five years after the acceptance of the work under the Coritraofthe•—right to sue on this Bond. 1`11.) E. That as used herein, the phrase "all outlay and expense" is not to be limiteWin any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in Hickory Hill Park Phase 1 Improvements Project — Phase 1 0510 — Page 2 of 4 approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction :, will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. ;In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the jurisdiction whole for all such outlay and expense, provided that the Surety's obligation °`under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. Hickory Hill Park Phase 1 Improvements Project — Phase 1 0510 — Page 3 of 4 PRINCIPAL: Contractor By Signature Title FORM APPROVED BY: City Attorney's Office SURETY: Lzz Surety Company Signature Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name Company Address City, State, Zip Code Company Telephone Number NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. , b o m' N N Hickory Hill Park Phase 1 Improvements Project— Phase 1 0510 — Page 4 of 4 co N -- 0520 -- CONTRACT COMPLIANCE WI SECTION I - GENERAL POLICY STATEMENT _t " tt'is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them_ to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. Hickory Hill Park Phase 1 Improvements Project — Phase 1 0520 — Page 1 of 6 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 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? Hickory Hill Park Phase 1 Improvements Project — Phase 1 0520 — Page 2 of 6 N 4. What is the name, telephone number and address of your business' Equal EmployniieAt Opportunity Officer? -< r M (Please print) N N Phone Number Street Address City, State, Zip Code Hickory Hill Park Phase 1 Improvements Project — Phase 1 0520 — Page 2 of 6 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. 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 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date CC E`.3 Hickory Hill Park Phase 1 Improvements Project — Phase 1 0520 — Page 3 of 6 0 CV Hickory Hill Park Phase 1 Improvements Project — Phase 1 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your EgaabEnMoym Opportunity program. All employees authorized to hire, supervise, promofe,^or tftscha 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 Hickory Hill Park Phase 1 Improvements Project— Phase 1 0520 — Page 4 of 6 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. 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 can be found at: hfto://www.sterlinacodifiers.com/codebook/index.phr)?book id=953. 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. Hickory Hill Park Phase 1 Improvements Project — Phase 1 0520 — Page 5 of 6 fKJ N e g � Ln L I L' 0 N Hickory Hill Park Phase 1 Improvements Project — Phase 1 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: 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. Hickory Hill Park Phase 1 Improvements Project— Phase 1 0520 — Page 6 of 6 N —t w r- �rn J :rte N N Hickory Hill Park Phase 1 Improvements Project— Phase 1 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") 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 eptity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrafive proceeding of committing a repeated or willful violation of the Iowa Wage Payment Cogection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) Year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. Hickory Hill Park Phase 1 Improvements Project - Phase 1 0530 - Page 1 of 3 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. Hickory Hill Park Phase 1 Improvements Project — Phase 1 0530 — Page 2 of 3 N d n 0 `gym x+ N N Hickory Hill Park Phase 1 Improvements Project — Phase 1 0530 — Page 2 of 3 STATE OF WAGE THEFT AFFIDAVIT COUNTY ss: upon being duly sworn, state as follows: I am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in anyjudicial or administrative proceeding of committing a repeated or willful violation of.fhe Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. rea 4 =- -- Signature N This instrument was acknowledged before me by on 20_ Notary Public in and for the State of Hickory Hill Park Phase 1 Improvements Project — Phase 1 0530 — Page 3 of 3 2010 MOV -5 A1111 * 22 CITY CLERK 10 A CITY, IOWA SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: http://www.iowasudas.ora/manuals/manual.cfm?manual=specifications. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: http://www.iowasudas.ora/manuals/specs/archived fioures/ArchivedFioures.cfm. Hickory Hill Park Phase 1 Improvements Project— Phase 1 Page 1 of 1 r- cw: c._l _ o r- �a o o a N Hickory Hill Park Phase 1 Improvements Project— Phase 1 Page 1 of 1 FILED 2010 P,0ll -5 AN I1: 22 CITY CLERK 10'!7A CITY,101;'A Y z Q J Do H LL W J J J Q z O H z LU z_ z_ LU 0 Q a w x GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: hftp://www.iowasudas.org/manuals/specs/ supplemental spec/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Hickory Hill Park Phase 1 Improvements Project — Phase 1 Page 1 of 1 Y z Q J m H LL W J J J Q z O H z LU z_ z_ LU c7 CL U) F- FILED 2918 NOV -5 AN 11: 22 CITY CLERK !MVA CITY.I©UTA SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2018 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: the City Engineering Division Office. Hickory Hill Park Phase 1 Improvements Project— Phase 1 Page 1 of 1 co N b -J J Ln C-) 1 U e s CL7 U co __ 0 N Hickory Hill Park Phase 1 Improvements Project— Phase 1 Page 1 of 1 Y z Q J m H LL W J } J J Q z O H z LU z_ z_ LU C7 Q a cn x F- FILED 2018 HOV -5 All If: 23 CITY CLERli I0',^lA CITY. I n,',vA SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.6, for details on preparing a computer-generated unit price attachment. Hickory Hill Park Phase 1 Improvements Project— Phase 1 Page 1 of 1 co N Co 0 N Hickory Hill Park Phase 1 Improvements Project— Phase 1 Page 1 of 1 FILE 2016 VON' —5 All 11.23 CITY CL.EM 10 i7 CITY.101".'A Y z Q J m H U - LU J J J Q z O H z LU z_ z_ LU c� Q a U) SECTION 01025 MEASUREMENT AND PAYMENT PT 1 rtoENERAL 1,.01` S&rMAP-r L A Procedures and submittal payment, and unit prices. h' requirements for schedule of values, applications for 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 -PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: A GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless if is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling ater, installation of all necessary sheeting, bracing and temporary fencing aroundgg open excavations and supply, placement and compaction of specified backfill. o The prices for those items which involve surface removal adjacent -to buildgs or vaults shall include compensation to protect exposed surfaces frc!q ater which may leak or seep into vaults and/or basements. �, T:: All labor, materials and equipment required to bring surfaces to the proper el S* ation and density including loading, hauling, and disposal of unsuitable material,c4Nelow grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OFPROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off 01025-2 adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS 1. Mobilization (LS) The unit price for this item (LUMP SUM) shall include all costs associated � with preparatory work and operations for all items under the contract; including, but not limited to those necessary for the movement of personnel, t :,Z equipment, supplies, and incidentals to and from the project site; bonds and L! �� - insurance; permits and all other overhead expenses. This item shall also J - �; Lo c.-);— include all efforts necessary for multiple mobilizations and demobilization. CD H— = n Removal, Existing Aggregate Trail (SY) o -- The unit price for this item (SQUARE YARDS) shall constitute full payment for furnishing all equipment, labor, and materials to excavate granular material to grades shown on the plans. Any excess aggregate material not re -used on the project shall be removed from site and disposed of at contractor's expense. Suitable excess material may be utilized for restoration in disturbed areas. 3. Reconstruct Limestone Aggregate Trail (TON) The unit price for this item will be paid based on the scale tickets for material delivered and incorporated into the project. The unit price for this item (TONS) shall constitute full payment for furnishing all equipment, labor, and materials to construct rock surface to specified widths and thicknesses and includes: supply and placement of specified fabric, limestone rock, finish grading and compaction of surface and backfilling along edges. 4. Re -surface Limestone Aggregate Trail (TON) The unit price for this item will be paid based on the scale tickets for material delivered and incorporated into the project. The unit price for this item (TONS) shall constitute full payment for furnishing all equipment, labor, and materials to construct rock surface to specified widths and thicknesses and includes supply and placement of specified limestone rock, finish grading and compaction of surface and backfilling along edges. 5. Roadstone Subbase, 1" (TON) The unit price for this item will be paid based on the scale tickets for material delivered and incorporated into the project. The unit price for this item (TONS) shall constitute full payment for furnishing all equipment, labor, and materials to construct roadstone subbase to specified widths and thicknesses and includes subgrade preparation and compaction. 6. Perforated Drain Tile (LF) The unit price for this item (LINEAR FEET) will be measured between the longitudinal ends of the perforated drain tile along the profile and shall include all fittings and protective grates as shown on the plans. Trenching, media and filter fabric shall be inclusive with the LF pricing. Payment includes all shipping, delivery, and installation of said item. 01025-3 Water Bars (EA) The unit price for this item (EACH) will be paid based on the individual number of water bars that are installed per the final plan pages. This item includes all work to excavate and install each individual bar assembly including all associate materials, anchorage, and affiliated compaction and reshaping work. 8. Large Tree & Underbrush Removal, (EA) The unit price for this item (EACH) includes all work required to cut, remove and dispose of trees and understory shrubs, stumps, and roots within the limits of construction as directed by the engineer. Clearing and grubbing debris may be mulched and spread on-site at Engineer - approved locations. Includes tree protection measure per plan details at locations specified by engineer. 9. Demolition Bridge, (LS) The unit price for this item (LUMP SUMP) shall constitute full payment for furnishing all necessary labor, materials and equipment for a complete removal of existing bridges and associated abutments and soils at project locations on plans. Includes hauling and disposal off-site. 10. Class 10 Excavation, (CY) The unit price for this item (CUBIC YARDS) shall constitute full payment for furnishing all equipment, labor, and materials to excavate along trails and within stream bed and banks and shown on plans. Includes any required filling and compaction as required. Any spoils not re -used on the project shall be spread and leveled on-site in such a manner as to not create drainage problems or disrupt wooded areas outside of grading limits, and suitable spoils may be utilized for restoration. 11. Helical Piers (EA) Unit price for this item (EACH) will be based on the complete installation of each individual anchor as shown on the plans. All anchors shall meet the design loading requirements and shall be priced at 3 helices 8" 10" 12" @ 25' long, 1-1/2" square. Price shall include all necessary shipping, hauling, and placement hardware. No payment will be made for rejected piers, piers installed out of place, imperfect piers, or piers damaged during installing or handling. Soil borings will be required to be obtained by Contractor at each bridge location. Third party testing will be required at one pier per abutment at each bridge to verify pier capacity at contractor's expense. 12. Structural Concrete ICY) , The unit price will be paid based on the total cubic yards of Portland CF#nent Concrete placed for the bridge abutments, wingwalls, and footings as,,, shown on the plans. Item includes associated excavation, subjrade'a compaction and preparation work, formwork installation, reinforcing supply -- and placement, and final form removal and backfill associated with specified areas. IJ _ W 01025-4 13. Pedestrian Bridge, Steel, 40'L x 10'W (EA) The unit price for this item (EACH) shall constitute full payment for manufacturing, delivering, erecting, and assembling the pedestrian bridge as shown in the plans. Also includes all bearing plates, pads, bolts, anchor bolts, decking, railing, and any other materials, labor, and equipment necessary to complete the bridge in place. cr; (t P z Subdrain (LF) The unit price for this item (LINEAR FEET) shall constitute full payment for —m �t furnishing all equipment, labor, and materials to construct subdrain and t r—r appurtenances as shown on the plans or as directed by the Engineer. Also includes trenching, disposal of excess excavated material, furnishing and placing blind ends, elbows, tees, and C.M.P. outlets, including outlet coverings and rodent guards, grouted joints, special connections, drilling or forming into drainage facilities, furnishing and placing porous backfill, and finishing the surface as directed by the Engineer. 15. Revetment, Class E (TONS) The unit price for this Rem will be paid based on the scale tickets for material delivered and incorporated into the project. The unit price for this item (TONS) shall constitute full payment for furnishing all equipment, labor, and materials to place specified stone to thicknesses and grades shown on the plans and directed by the Engineer. Also includes subgrade preparation and shaping, placement, and compaction of rock, and provisions to keep rock from being contaminated with soil during subsequent construction activities. No engineering fabric shall be installed prior to the installation of revetment. 16. Erosion Control (LS) The square yard price for this item will be paid in full upon completion of all work on the project required by the Contract. The unit price for this item (LUMP SUM) shall constitute full payment for furnishing, installing, maintaining, monitoring, and removing all erosion control devices installed at locations indicated on the plans or as directed by the Engineer. Erosion control for areas disturbed by careless actions of the Contractor shall be restored at the Contractor's expense. 17. PCC Bridge Approach (SY) The unit price for this item (SQUARE YARDS) shall constitute full payment for furnishing all equipment, labor, and materials to construct Portland Cement Concrete sidewalk constructed at specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps per Section 03350, curing, jointing and joint sealing, and backfilling at form lines. Includes bridge approach pavement as shown on plans. 18. Restoration (LS) Access routes damaged by construction activities, and areas adjacent to trails in the work zone shall be restored to pre -construction condition, which will be documented prior to construction by Owner. The bid item (LUMP SUM) includes materials, labor, and equipment necessary for full and complete restoration. Suitable spoils from excavation and trail removal may be utilized for restoration. 01025-5 19. Construction Surveys (LS) The progress payment made for this item (LUMP SUM) will be proportionate with the completion of the services required to complete the staking as set forth in the Contract Documents. Additional surveying and/or re -work of construction due to incorrect or insufficient construction surveys performed by the Contractor are incidental. Contractor will be responsible for verifying any existing control and establishing new control as required. Electronic drawings will be provided for reference by Engineer following contract award. 20. Permanent Signs — Park Identification Signs (EA) The unit price for these items (EACH) shall constitute full payment for manufacturing, delivering, erecting, and assembling the park identification signs as shown in the plans. Also includes all, footings, aluminum plates, fasteners, art work, and any other materials, labor, and equipment necessary to complete the sign in place. 21. Permanent Signs — Park Large Markers (EA) The unit price for these items (EACH) shall constitute full payment for manufacturing, delivering, erecting, and assembling the park large marker as shown in the plans. Also includes all, footings, aluminum plates, fasteners, art panels, art work, and any other materials, labor, and equipment necessary to complete the sign in place. 22. Permanent Signs — Park Small Markers (EA) The unit price for these items (EACH) shall constitute full payment for manufacturing, delivering, erecting, and assembling the park small marker as shown in the plans. Also includes all, footings, aluminum plates, fasteners, art work, and any other materials, labor, and equipment necessary to complete the sign in place. 23. Permanent Signs — Interpretive Sign (EA) The unit price is for this item (EACH) shall constitute full payment for manufacturing, delivering, erecting, and assembling the interpretive sign as shown in the plans. Also includes all, footings, aluminum plates, fasteners, art panels, art work, and any other materials, labor, and equipment necessary to complete the sign in place. C � q W cn E N W 01025-6 SECTION 03 11 13 CONCRETE FORMWORK PART 1 — GENERAL 1.1 �UMMARY -A. i =This Section includes form materials, water stops, and accessories required to I j if .fprm cast -in-place concrete and maintain structural integrity until stripping. y Lr)— P.2 'RELATED SECTIONS A --A. c—lection 03 20 00 - Concrete Reinforcing "B. Section 03 30 00 — Cast -In -Place Concrete 1.3 REFERENCES A. American Concrete Institute 1. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 318 - Building Code Requirements for Structural Concrete. 4. ACI 347 - Guide to Formwork for Concrete. B. American Forest and Paper Association: 1. AF&PA - National Design Specifications for Wood Construction. C. State of Iowa - Statewide Urban Design and Specifications latest edition. 1.4 QUALITYASSURANCE A. Perform work in accordance with ACI 301, ACI 318, and ACI 347. For wood products furnished for work of this Section, comply with AF&PA. C. Design, engineer, and construct formwork, shoring, and bracing to meet code requirements so that resultant concrete conforms to required shapes, lines, and dimensions. PART 2 — PRODUCTS 2.1 FORM MATERIALS A. Forms where concrete is exposed to view after construction: 1. Plywood: Smooth finish exterior grade at least 5/8 -inch thick. CONCRETE FORMWORK 031113-1 2. Glass Fiber Fabric -Reinforced Plastic Forms: Matched, tight -fitting, and stiffened to support the weight of concrete without deflection detrimental to tolerances and with the appearance of a finished concrete surface. 3. Steel: Minimum 16 gauge, well matched, tight -fitting, and stiffened to support the weight of concrete without deflection detrimental to tolerances and with the appearance of finished surfaces. B. Forms where concrete is not exposed to view after construction: 1. Plywood: Exterior grade plywood at least 5/8 -inch thick. 2. Steel: Minimum 16 gauge, well matched, tight -fitting, and stiffened to support the weight of concrete without deflection detrimental to tolerances. 2.2 FORMWORK A A. Form Ties: Snap -off metal of adjustable length, cone type, and free of defects that will leave holes no larger than 1 inch in diameter in the concrete surface. B. Form Release Agent: Colorless material which will not stain concrete, absorb moisture, or impair natural bonding. C. Chamfered Strips: Wood strips having 3/4 -inch by 3/4 -inch cross-sectional dimensions. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines, levels, and centers before proceeding with formwork. Verify dimensions agree with Contract Drawings. B. Verify that dowel reinforcement extending into new concrete will fit properly in new formwork. If dowels will not fit properly, request instructions from the Design Professional. 3.2 FORMWORK CONSTRUCTION _ A. Construct all formwork in accordance with ACI 301 and ACI 347. B. Formwork shall be constructed to correct shape and dimensions asJhdio'ted. 4 C. All formwork shall be mortar -tight, braced, and of sufficient stren mj ntairl i shape and position during concrete placement operations. 70 s D. Camber forms to compensate for fresh -concrete weight deflectioAs durira concrete placement. W E. Construct formwork to allow proper erection sequence and to facilitate dismantling without damage to concrete surfaces. CONCRETE FORMWORK 031113-2 cru Install chamfer strips on all external corners exposed to view. Provide temporary openings in formwork to facilitate cleaning and inspection. Farm Ties: J Use sufficient strength and quantity to prevent spreading of forms during (L o concrete placement. m � Space ties equidistant, symmetrical, and aligned vertically and r - horizontally. N Earth Forms: 1. Unless otherwise approved by the Design Professional, use of earth forms shall be limited to grade beam construction. 2. Cut earth forms neatly and accurately. 3. Earth form widths shall be nominally 2 inches wider than widths indicated. 4. In locations where earth form trenching results in excessive side sloughing, install plywood side forms. Use plywood or steel forms for concrete surfaces that are to be damp proofed. 3.3 FORM CLEANING A. Clean forms as the erection of formwork proceeds. B. Flush with water or use compressed air to remove all foreign matter. C. In cold weather conditions, remove snow and ice from form surfaces. 3.4 FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces are indicated to receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. D. Keep form release agent from entering any freshwater source. 3.5 FORMED OPENINGS A. Install formed openings to dimensions as indicated. B. Provide other formed openings as required for coordination with work of other sections. CONCRETE FORMWORK 031113-3 3.6 INSERTS AND EMBEDDED ITEMS A. Install inserts and embedded items level and plumb. B. Secure inserts and embedded items from movement during concrete placement. C. Anchor bolts: 1. Install to dimensions as indicated with tolerance of ±11/8 inch. 2. Secure as required. Under no circumstances shall anchor bolts be welded to adjacent reinforcing bars. D. Install inserts and embedded items as required for coordination with work of other sections. Do not embed wood or uncoated aluminum in concrete. 3.7 PRE -CONCRETE PLACEMENT A. Prior to concrete placement, perform a formwork checkout as follows: 1. Verify horizontal and vertical positions of formwork. 2. Correct misaligned or misplaced forms. 3. Verify forms are properly supported. 4. Install support wedging and bracing as needed. B. Prior to placement, perform a formwork cleanout as follows: 1. Clean forms of all chips, sawdust, and other debris. 2. Thoroughly blow out forms with compressed air just prior to concrete placement. 3.8 FORM REMOVAL N J A. Do not remove forms or form bracing until concrete has achieved time inwace per Item B. o _ B. Unless otherwise specified or unless a concrete break showing 190 0 f cr; designed strength, forms shall remain in place in accordance withip ollowing: F . m v Member Description Time In Place Duration o Slab Shoring 7 days y N Slab Forms 5 days Wall or Column Forms 3 days where "Time in Place Duration" is defined as the period of time after placement during which the temperature of the concrete surface is above 50 degrees F. C. Loosen forms carefully. Minimize damage to all concrete surfaces not exposed to view. D. For form removal on exposed -to -view concrete, do not use pry bars, hammers, or other tools that will result in damage to concrete surfaces. If exposed -to -view CONCRETE FORMWORK 031113-4 concrete is damaged by form removal, the Contractor shall repair it at his expense. 3.9 FORM RE -USE A. Thoroughly clean all forms that are to be re -used. Inspect for damage B. - Do not re -use wood formwork more than two times for concrete surfaces exposed to view. Ci` Do not re -use formwork having damaged faces or edges for concrete surfaces exposed to view. 3.10 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. B. Tolerances: Construct formwork to produce completed concrete surfaces within construction tolerances specified in ACI 117. 3.11 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Notify Design Professional after placement of reinforcing steel in forms, but prior to placing concrete. C. Schedule concrete placement to permit formwork inspection before placing concrete. END OF SECTION CONCRETE FORMWORK 031113-5 I ILED 2013 NVI -5 AN If: 24 ("A CITY. 1O !n,V;A SECTION 03 20 00 CONCRETE REINFORCEMENT PART 1, — GENERAL L ' 1.1 SUMMARY A. This Section includes reinforcing steel and required supports for cast -in-place concrete. 1.2 :RELATED SECTIONS A. Section 03 11 13 — Concrete Formwork B. Section 03 30 00 — Cast -in -Place Concrete 1.3 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 315 - Details and Detailing of Concrete Reinforcement. 3. ACI 318 - Building Code Requirements for Structural Concrete. B. ASTM International 1. ASTM A497 - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 2. ASTM A615 - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. C. American Welding Society: 1. AWS D1.4 - Structural Welding Code - Reinforcing Steel. D. Concrete Reinforcing Steel Institute: 1. CRSI - Manual of Standard Practice. 2. CRSI - Placing Reinforcing Bars. 1.4 SUBMITTALS A. Section 01 33 23 - Submittals Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel and welded wire fabric, bending and cutting schedules, and supporting and spacing devices. C. Certificates: Submit AWS qualification certificate for welders employed on the work. 1.5 QUALITYASSURANCE A. Perform work in accordance with CRSI - Manual of Standard Practice, B. Conform to ACI 301 and ACI 315. CONCRETE REINFORCEMENT 032000-1 PART 2 - PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: Unless otherwise specified, ASTM A615, 60-ksi yield grade; deformed billet steel bars, unfinished. B. Welded Steel Wire Fabric: ASTM A497 Deformed Type; in flat sheets; unfinished. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 -gauge annealed type. B. Chairs, bolsters, bar supports, and spacers shall be sized and shaped for strength and support of reinforcement during placement of concrete. C. Chairs, bolsters, and spacers shall be bright basic finish, except finish shall be plastic protected for exposed surfaces. 2.3 FABRICATION A. Fabricate concrete reinforcement in accordance with CRSI Manual of Practice, ACI 315, and ACI 318. B. Fabricate as required to achieve concrete cover as specified. C. Unless otherwise indicated, minimum reinforcing splice lengths (in inches) shall be as follows: Bar Size Toa Bar Other Bar #3 25 19 #4 33 25 0 #5 41 #6 49 31 37 w o #7 71 54=� �' e #8 81 62 #9 91 70 #10 102 79 y" #11 113 87 „ "t N where a top bar is defined as any horizontal bar having more than 12 inches of concrete under the bar. D. Locate reinforcing splices not indicated on the Contract Drawings at points of minimum stress. Indicate location of splices on the shop drawings. PART 3 - EXECUTION 3.1 PLACEMENT A. Place, support, and secure reinforcement against displacement in accordance with CRSI - Placing Reinforcing Bars. CONCRETE REINFORCEMENT 032000-2 B. Do not displace or damage vapor retarders. C. Accommodate placement of formed openings. D. Maintain concrete cover around reinforcement as follows: Item Cover Beams 1-1/2 inches Supported Slabs and Joists 3/4 inch Column Ties 1-1/2 inches Walls (Exposed to Weather or 2 inches Backfill) Concrete Formed Against Earth 3 inches E. Bond and ground reinforcement in accordance with requirements of NEC most recent edition. END OF SECTION r N m N CONCRETE REINFORCEMENT 032000-3 FILED 201811M -5 AN 11: 24 CITY CLERIC 1MM CITY, IO N Lu w- �t j u-, C-) i ; -*MT 1�GEtE*AL 1.1 38JMMARY CV �yXy110]M1140110111 CAST -IN-PLACE CONCRETE A. This Section includes cast -in-place for foundations, walls, and slabs. 1.2 RELATED SECTIONS A. Section 03 11 13 - Concrete Formwork B. Section 03 20 00 - Concrete Reinforcement 1.3 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 304 - Guide for Measuring, Mixing, Transporting and Placing Concrete. 3. ACI 305 - Hot Weather Concreting. 4. ACI 309 - Guide for Consolidation of Concrete. 5. ACI 318 - Building Code Requirements for Structural Concrete. B. ASTM International: 1. ASTM C31 - Making and Curing Concrete Compression and Flexure Test Specimens in the Field. 2. ASTM C33 - Standard Specification for Concrete Aggregates. 3. ASTM C94 - Standard Specification for Ready -Mixed Concrete. 4. ASTM C150 - Standard Specification for Portland Cement. 5. ASTM C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 6. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 7. ASTM C494 - Standard Specification for Chemical Admixtures for Concrete. 8. ASTM D1752 - Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 1.4 SUBMITTALS A. Section 01 33 23 - Submittal Procedures: Submittal procedures. B. Submit product data for specified products. C. Submit manufacturers' installation instructions for specked products. CAST -IN-PLACE CONCRETE 033000-1 D. Mix Design: 1. Submit concrete mix design for each concrete mix to be used. Submit separate mix designs when admixtures are required for the following: a. Hot and cold weather concrete work. b. Air -entrained concrete work. C. Super plasticizer. 2. Identify mix ingredients and proportions, including admixtures. E. Concrete placement plans. 1.5 QUALITY ASSURANCE A. Perform work in accordance with ACI 301 and ACI 318. B. To prevent concrete inconsistency due to material source differences, acquire cement materials and aggregate materials from same sources throughout the project duration. 1.6 CONCRETE PLACEMENT PLANS A. Contractor shall prepare and submit for review a Concrete Placement Plan for major concrete pours. B. Each Concrete Placement Plan shall address the following: 1. Contingency for concrete delivery in the event of batch plant failure, roadway blockage, or other interruption. 2. Schedule including date of placement, estimated duration of placement, and number of workers for each craft. 3. Contingency for equipment failure (i.e. vibrators, pumping trucks, etc.) C. Contractor shall submit all Concrete Placement Plans at least two weeks prior to the scheduled pours. No major pours shall be performed without an approved Concrete Placement Plan. CAST -IN-PLACE CONCRETE 033000-2 N O PART 2 - PRODUCTS o c= -.c n ES 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type V - Sulfate Resistant Portland type. m B. Fine and Coarse Aggregates: ASTM C33. —� C. Water: Clean and not detrimental to concrete. N 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494 Type A - Water Reducing. C. Other admixtures as approved by the Design Professional. CAST -IN-PLACE CONCRETE 033000-2 2.3 OTHER MATERIALS A. Bonding Agent: Five Star Bonding Adhesive (Five Star Products Inc.) or Weld - Crete (Larsen Products Corporation). B. Dowel Epoxy: Five Star RS Anchor Gel (Five Star Products Inc.) or Sikadur Epoxy Adhesive (Sika Corporation). C. Curing Agent: ESTM C309, Type 1. For hot weather conditions, use ASTM C309, Type 2, as approved by the Design Professional. D. Expansion Joint Filler: ASTM D1572, pre -molded cork. E. Expansion Joint Sealant: Sikaflex-1c SL (Sika Corporation) or approved equal. F. Dampproofing: Dehydratine 4 (Tamms Industries Inc.) or approved equal. 2.4 CONCRETE MIX REQUIREMENTS I A. Mix 1 Requirements: 12 1. _ Compressive Strength (28 Day): 4,000 psi. 2.-1 Maximum Coarse Aggregate: 1 inch. Minimum Coarse Aggregate: No. 4. g'..' Slump: 1-4" S°3 5:-- Maximum Water -Cement Ratio: 0.45. 6. Air Entrainment: 6 percent, ±1 percent. B. Proportion concrete mixes in accordance with ACI 318, Chapter 5. C. If mix proportions are to be determined by trial mixture methods, cylinder testing shall be performed by an accredited testing laboratory. D. Submit all proposed mix designs for Design Professional review at least 48 hours prior to first concrete placement. No concrete shall be placed without Design Professional review. E. Admixtures: 1. Retarding admixtures may be used in hot weather conditions, but only when approved by the Design Professional. PART 3 EXECUTION 3.1 EXAMINATION A. Verify requirements for concrete cover over reinforcement. See Section 03200 - Concrete Reinforcement. B. Verify anchors, seats, plates, reinforcement, and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere with placing concrete. CAST -IN-PLACE CONCRETE 033000-3 3.2 MIXING AND DELIVERY A. Mix and deliver concrete in accordance with ASTM C94 and ACI 304. Proportions shall be in accordance with concrete mix design. B. Water added to concrete having a slump below the specked minimum shall be done so at the Contractor's risk. If additional water results in concrete slump above the specified maximum, concrete shall be rejected. 3.3 PRE -CONCRETE PLACEMENT A. Prepare formwork in accordance with Section 03100 - Concrete Forms and Accessories prior to concrete placement. B. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. C. In locations where new concrete is doweled to existing, drill holes in existing concrete, and install dowels using dowel epoxy. D. If concrete is to be poured against earth, earth shall be unfrozen, dewatered, and otherwise properly prepared. E. Slab Screeds: 1. Set screeds to correct elevation for concrete slabs and levels for finish on slabs. 2. Screeds shall be set as required for slope to floor drains or as indicated. 3. If screeds are disturbed during concrete placement, re-establish correct screed elevations. 4. Set screeds so that surface flatness is less than 1/4 inch in 10 feet. F. Screed Supports. 1. For concrete over vapor retarder, use cradles, pads, or other screed supports to prevent puncture of the vapor retarder. 2. Staking through the vapor retarder is not permitted. 3.4 PLACING CONCRETE A. Place concrete in accordance with ACI 301 and ACI 304. B. Notify Design Professional minimum 24 hours prior to all concrete placements. . cn C. Ensure reinforcement, inserts, embedded parts, and formed expFii6n and contraction joints are not disturbed during concrete placement. rTJ '7u - = D. Maintain reinforcing steel cover per Section 03200 - Concrete Reinforced ent. E. Place concrete continuously between pre -determined control and construction joints. F. Do not interrupt successive placement; do not permit cold joints to occur. CAST -IN-PLACE CONCRETE 033000-4 G. Consolidate all concrete by vibration, spading, rodding, or forking. Consolidation shall be performed in conformance with ACI 309. H. Perform hot weather concrete placement in accordance with ACI 305. Perform cold weather concrete placement in accordance with ACI 306. J. Provide 1/2 -inch thick expansion joint fillers at all locations where slabs -on grade meet other vertical concrete surfaces. Filler shall extend from bottom of slab to within 1/2 inch of finished slab elevation. K. Saw cut joints within 12 hours after placing. Use 3/16 -inch thick blade, cut into 1/4 depth of slab thickness or 1/2 inch maximum. 3.5 FINISHING OF FORMED SURFACES r - A. All formed concrete surfaces not exposed to view shall have rough -form finish �]B.:- All formed concrete surfaces exposed to view shall have smooth -form finish. _ rC. Rough -Form Finish: Patch tie holes and defects. Chip or rub off fins exceeding 1/2 inch in height. Leave surfaces with texture imparted by the forms. Lim— D. Smooth -Form Finish: Patch tie holes and defects. Remove all fins exceeding 1/8 inch in height. Leave surfaces with texture imparted by the forms. 3.6 FINISHING OF UNFORMED SURFACES A. All interior slabs shall have a troweled finish. B. All exterior slabs shall have a broom finish. C. All equipment foundation top surfaces shall have a floated finish in areas between anchor bolts and broom finish in areas outside of anchor bolts. D. Floated Finish: 1. Place, consolidate, strike off, and level concrete eliminating high spots and low spots. 2. After bleed water sheen has disappeared and surface has stiffened, begin floating with hand float, bladed power float, or powered disk float. 3. Re -float slab as required to obtain uniform texture. E. Troweled Finish: 1. Float finish surface. 2. Power trowel surface. 3. Hand trowel until trowel produces a ringing sound during strokes Broom Finish: 1. Float finish surface. 2. Strike surface with coarse broom transverse to traffic direction for the slab. 3. Trowel slab edges to width of 4 inches. CAST -IN-PLACE CONCRETE 033000-5 3.7 3.8 G. Surface flatness for all unformed surfaces shall be 1/4 inch in 10 feet. CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Cure concrete in conformance with one of the following methods: 1. Moist Formwork: Leave forms in place for seven days. Keep formwork moist during this time. 2. Moist Surface: Maintain concrete surface moisture by spraying, soaker hoses, sprinklers, or saturated mats for seven consecutive days. 3. Curing Agent: Apply agent to concrete immediately after forms are removed. For slabs, apply when slab has obtained sufficient set to allow foot traffic. D. If hot weather or cold weather conditions exist during concrete placement, special efforts shall be made to assure adequate concrete curing. These efforts shall be performed in conformance with ACI 305 and ACI 306. E. Protect finished work under provisions of Section 01700 - Execution Requirements. FIELD QUALITY CONTROL A. Field testing will be performed in accordance with ACI 301 B. Provide free access to work and cooperate with testing agency. C. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. - -` N D. Prepare six test cylinders for every 75 or less cubic yards of concrete placil each day. Cylinders shall be prepared in accordance with ASTM C31. = 0 M E. One slump test shall be taken for each set of test cylinders taken. n 3.9 PATCHING M A. Allow Design Professional to inspect concrete surfaces immediately d on removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Design Professional upon discovery. C. Patch imperfections in accordance with ACI 301. CAST -IN-PLACE CONCRETE 033000-6 3.10 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances, or specified requirements. Repair or replace defective concrete in accordance with ACI 301. 3.11 DAMPPROOFING CAST -IN-PLACE CONCRETE 033000-7 A. Apply in accordance with manufacturer's recommendations. B. Apply to following surfaces: 1. Underground vaults and manholes. END OF SECTION r— N J r u1LL} U T F" U o O 0 N CAST -IN-PLACE CONCRETE 033000-7 SECTION 10 14 23 - SIGNAGE PART1-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. Sign Types — Exterior Identification Signs and Trail Markings a. Park Identification Signs (Al) — Quantity Three b. Park Interpretive Sign (Cl) — Quantity One C. Park Marker (131) — Quantity 4 d. Park Marker (132) — Quantity 8 1.3 COORDINATION A. Furnish templates for placement of sign -anchorage devices embedded in permanent construction by other installers. B. Furnish templates for placement of electrical service embedded in permanent construction by other installers. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For signs and graphics. 1. Include fabrication and installation details and attachments to other work. 2. Show sign mounting heights, locations of supplementary supports to be provided by others, and accessories. 3. Show message list, typestyles, graphic elements and layout for each sign at least half size. 4. Show locations C. Samples for Initial Selection: For each type of sign assembly, exposed component, and exposed finish. 1. Include representative Samples of available typestyles and graphic symbols. D. Sign Schedule: Use same designations specified or indicated on Drawings , E. Delegated -Design Submittal: For [signs indicated in 'Performance Requirements" ;Article] <Insert sign designations>. L- 1. Include structural analysis calculations for signs indicated to comply Kith—desiloads; ; signed and sealed by the qualified professional engineer resp&�sitile or their preparation. _ 3 1.5 INFORMATIONAL SUBMITTALS„ (� A. Qualification Data: For [Installer] [and] [manufacturer]. - B. Sample Warranty: For special warranty. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For signs to include in maintenance manuals. HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-1 1.7 QUALITY ASSURANCE A. Installer Qualifications: [Manufacturer of products] [An entity that employs installers and supervisors who are trained and approved by manufacturer]. 1.8 FIELD CONDITIONS A. Field Measurements: Verify locations of anchorage devices] embedded in permanent construction by other installers by field measurements before fabrication, and indicate measurements on Shop Drawings. 1.9 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Deterioration of finishes beyond normal weathering. b. Deterioration of embedded graphic image. C. Separation or delamination of sheet materials and components. 2. Warranty Period: 10 years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 PANEL SIGNS, GENERAL Regional Materials: Panel signs shall be manufactured within 1000 miles of Project site. 2.2 PERFORMANCE REQUIREMENTS Lr) A. Accessibility Standard: Comply with applicable provisions in [the U.S. Architectural & Tr ar+sportation Barriers Compliance Board's ADA -ABA Accessibility Guidelines for Buildings an&Facilfties] [and] [ICC A117.1] for signs. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2.3 SIGNS A. Park Identification Sian (A1-3): Sign with smooth, uniform surfaces; with message and characters having uniform double face, sharp corners, and precisely formed lines and profiles; and as follows: 1. Basis -of -Design Product: Drawing Sheet L05.01 a. / Aluminum solid panel with % inch mounting plate. b. Powder Coated Brown to match existing park identification signs. 2. Solid -Sheet Sign Aluminum sheet with finish specked in "Surface Finish and Applied Graphics" Subparagraph below and as follows: a. Thickness: As indicated. b. Surface -Applied Graphics: Applied powder coat surface with applied graphics 3. Sign -Panel Perimeter: Finish edges smooth. a. Edge Condition Bullnosed 4. Surface Finish and Applied Graphics: a. Powder -Coat Finish and Graphics: Manufacturers standard, in matching Architect's sample. 5. Text and Typeface: typeface matching Architect's sample. 6. Flatness Tolerance: Sign panel shall remain flat under installed conditions as indicated and within a tolerance of plus or minus 1116 inch (i measured diagonally from comer to corner. 7. Mounting: Drawing Sheet L05.01 HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-2 B. Trail Marker Sign: Larne Marker (131) : Sign with smooth, uniform surfaces; with message and characters having uniform single face, sharp corners, and precisely formed lines and profiles; and as follows: 1. Basis -of -Design Product: Drawing Sheet L05.01 a. /2 Aluminum solid panel with % inch mounting plate. b. Powder Coated Brown to match existing park identification signs. 2. Solid -Sheet Sign Aluminum sheet with finish specked in "Surface Finish and Applied Graphics" Subparagraph below and as follows: a. Thickness: Drawing Sheet L05.01 b. Surface -Applied Graphics: Applied powder coat surface with applied graphics 3. Sign -Panel Perimeter: Finish edges smooth. a. Edge Condition Bullnosed 4. Surface Finish and Applied Graphics: a. Powder -Coat Finish and Graphics: Manufacturer's standard, in matching Architect's sample. 5. Text and Typeface: typeface matching Architect's sample 6. Flatness Tolerance: Sign panel shall remain flat under installed conditions as indicated and within a tolerance of plus or minus 1/16 inch 6-0" measured diagonally from comer to corner. 7. Mounting: Drawing Sheet L05.01 C. Trail Marker Sign: Small Marker (132) : Sign with smooth, uniform surfaces; with message and characters having uniform double face, sharp corners, and precisely formed lines and profiles; and as follows: 1. Basis -of -Design Product: Drawing Sheet L05.02 a. %Aluminum solid panel with % inch mounting plate. b. Powder Coated Brown to match existing park identification signs. 2. Solid -Sheet Sign Aluminum sheet with finish specked in "Surface Finish and Applied Graphics" Subparagraph below and as follows: a. Thickness: Drawing Sheet L05.02 b. Surface -Applied Graphics: Applied powder coat surface with applied graphics 3. Sign -Panel Perimeter: Finish edges smooth. a. Edge Condition Bullnosed 4. Surface Finish and Applied Graphics: a. Powder -Coat Finish and Graphics: Manufacturer's standard, in matching Architect's sample. 5. Text and Typeface: typeface matching Architect's sample 6. Flatness Tolerance: Sign panel shall remain flat under installed conditions as indicated and within a tolerance of plus or minus 1116 inch 6-0" measured diagonally from comer to corner. 7. Mounting: Drawing Sheet L05.02 D. Interpretive Sian: (C1) : Sign with smooth, uniform surfaces; with message and characters having uniform single face, sharp corners, and precisely formed lines andgrofiles; and as follows: -- 1. Basis -of -Design Product: Drawing Sheet L05.02 y o a. / Aluminum solid panel with % inch mounting plate. —i i �— b. Powder Coated Brown to match existing park identification signs. 4 c- 2. Solid -Sheet Sign Aluminum sheet with finish specified in "Surface Fiais"nd.ApplieiTil Graphics" Subparagraph below and as follows: — r i -:1 a. Thickness: Drawing Sheet L05.02 �" . —" —� -7 b. Surface -Applied Graphics: Applied powder coat surface with applied grap'i,s 3. Sign -Panel Perimeter: Finish edges smooth. r a. Edge Condition Bullnosed 4. Surface Finish and Applied Graphics: a. Powder -Coat Finish and Graphics: Manufacturer's standard, in matching Architect's sample. 5. Text and Typeface: typeface matching Architect's sample HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-3 2.4 6. Flatness Tolerance: Sign panel shall remain flat under installed conditions as indicated and within a tolerance of plus or minus 1/16 inch 6-0° measured diagonally from comer to comer. 7. Mounting: Drawing Sheet L05.02 E. Custom Exterior Grade High Pressure Laminate for Large Marker and Interpretive Sign: Custom Hght Pressure Laminate materials composed of required layer of FSC certified phenolic resin impregnated craft filler paper to produce '/:° thickness surfaced by a layer of melamine overlay, graphics imaged on saturated grade paper with UV resistant pigment based process color inks and with an optically clear UV overlay that will resist 99% of all sunlight and UV rays, as well as provides a graffiti resistant surface that allows for remova.: 1. '/z thick Custom High Pressure Laminate material with a 10 year warranty. 2. Exterior Grade Mat Finish 3. Mounting — see detail A. ACCESSORIES Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of signage, noncorrosive and compatible with each material joined, and complying with the following: 1. For exterior exposure, furnish stainless-steel devices unless otherwise indicated. 2. Exposed Metal -Fastener Components, General: a. Fastener Heads: For connections, screws and bolts with tamper-resistant. 3. Graphic Mounting Fasteners for the Large Marker and Interpretive Signs: a. Through Fasteners: Exposed metal fasteners matching sign finish, with type of cJ = head indicated. F/t RIICATION �Gejiei i Provide manufacturer's standard sign assemblies according to requirements indicated. 1. �— feassemble signs and assemblies in the shop to greatest extent possible. All aspect of _the sign shall be assembled and painted by manufacturer in the shop. -GENERAL FINISH REQUIREMENTS CJ A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. C. Directional Finishes: Run grain with long dimension of each piece and perpendicular to long dimension of finished trim or border surface unless otherwise indicated. D. Organic, Anodic, and Chemically Produced Finishes: Apply to formed metal after fabrication but before applying contrasting polished finishes on raised features unless otherwise indicated. 2.7 ALUMINUM FINISHES A. Powder -Coat Finish: AAMA 2603 except with a minimum dry film thickness of 1.5 mils. Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of signage work. HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-4 B. Verify that sign -support surfaces are within tolerances to accommodate signs without gaps or irregularities between backs of signs and support surfaces unless otherwise indicated. C. Verify that anchor inserts are correctly sized and located to accommodate signs. D. Verify that electrical service is correctly sized and located to accommodate signs. E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: Install signs using mounting methods indicated and according to manufacturer's written instructions. 1. Install signs level, plumb, true to line, and at locations and heights indicated, with sign surfaces free of distortion and other defects in appearance. 2. Install signs so they do not protrude or obstruct according to the accessibility standard. 3. Before installation, verify that sign surfaces are clean and free of materials or debris that would impair installation. 4. Corrosion Protection: Coat concealed surfaces of exterior aluminum in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. 3.3 ADJUSTING AND CLEANING A. Remove and replace damaged or deformed signs and signs that do not comply with specified requirements. Replace signs with damaged or deteriorated finishes or components that cannot be successfully repaired by finish touchup or similar minor repair procedures. B. Remove temporary protective coverings and strippable films as signs are installed. C. On completion of installation, clean exposed surfaces of signs according to manufacturer's written instructions, and touch up minor nicks and abrasions in finish. Maintain signs in a clean condition during construction and protect from damage until acceptance by Owner. END OF SECTION 1014 23 HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-5 v 0 O m � _ n Cl1 HICKORY HILL PARK: IMPROVEMENTS SIGNAGE RDG#3001.774.00 101423-5 SECTION 316600 HELICAL PIER PART1-GENERAL 1.1 SUMMARY A. Section includes helical piers. 1. The work covered by this section includes the furnishing of all labor, materials, equipment, and incidentals for the construction and inspection of the helical piers/anchors as shown on the Contract Drawings and construction specifications. The work included in this section includes but is not limited to, thefollowing: 2. Furnishing and placement of test helical piers/anchors if necessary 3. Completion and reporting on load test of helical piers/anchors if necessary 4. Furnishing and placement of production helicalpiers/anchors 5. Furnishing and placement of termination 6. Furnishing report confirming torque capacities of installed helical piers/anchors 1.2 RELATED SECTIONS 1.3 A. General: All helical piers/anchors must be designed in consultation with a qualified civil engineer, in accordance with established geotechnical procedures, structural codes, and in accordance with all jurisdictional regulations. B. American Society of Testing and Materials 1. ASTM A29/A29M Steel Bars, Carbon and Alloy, Hot -Wrought and Cold Finished 2. ASTM A36/A36M Structural Steel 3. ASTM A53 Pipe, Steel, Black and Hot -Dipped, Zinc -Coated Welded and Seamless 4. ASTM A153 Zinc Coating (Hot Dip) on Iron and Steel Hardware 5. ASTM A252 Welded and Seamless Steel Pipe Piles 6. ASTM A193/A193M Alloy -Steel and Stainless -Steel Bolting Materials for High Temperature Service 7. ASTM A320/A320M Alloy -Steel Bolting Materials for Low Temperature Service 8. ASTM A325 Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi N Minimum Tensile Strength 9; --ASTM A500 Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in �] r_ ounds and Shapes t 'L 10;- STM A513 Standard Specification for Electric Resistance Welded Carbon and Alloy Steel ►r tn hanical Tubing 11.�{iN A536 Standard Specifications for Ductile Iron Castings HELICAL PIER 31 66 00 -1 12. ASTM A618 Hot -Formed Welded and Seamless High -Strength Low -Alloy Structural Tubing 13. ASTM A656 Hot -Rolled Structural Steel, High -Strength Low -Alloy Plate with Improved Formability 14. ASTM A958 Standard Specification for Steel Castings, Carbon, and Alloy, with Tensile Requirements, Chemical Requirements Similar to WroughtGrades 15. ASTM A1018 Steel, Sheet and Strip, Heavy Thickness Coils, Hot Rolled, Carbon, Structural, High -Strength Low -Alloy, Columbium or Vanadium, and High -Strength Low -Alloy with Improved Formability 16. ASTM D1143 Method of Testing Piles Under Static Axial Compressive Load C. American Welding Society (AWS): 1. AWS D1.1 Structural Welding Code —Steel 2. AWS D1.2 Structural Welding Code —Reinforcing Steel D. American Society of Civil Engineers (ASCE): 1. ASCE 20-96 Standard Guidelines for the Design and Installation of Pile Foundations E. Deep Foundations Institute(DFI): 1. Guide to Drafting a Specification for High Capacity Drilled and Grouted Micropiles for Structural Support, 1st Edition, Copyright 2001 by the Deep Foundation Institute (DFI) 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Site specific shop drawings sealed by a registered professional engineer. Shop drawings to include: 1. Helical Pier/Anchor number, location, and pattern by assigned identification number 2. Helical Pier/Anchor design load 3. Type and Size of Helical Pier/Anchor shaft 4. Helical configuration (number and diameter of helical plates) 5. Minimum effective torque requirement 6. Inclination of Helical pier/anchor 7. Connection details C. Qualification Data: For qualified Installer and testing agency if testing is required. N D. If required, the Contractor shall submit certified mill test reports for the central steel sNt to the Owner for record purposes. The ultimate strength, yield strength, % elongation, anddemistry composition shall be provided. `i E. Calibration reports for installation equipment utilized on the project. The calibration test4all have been completed within one year of the date submitted. r,, i N HELICAL PIER 31 66 00-2 F. Static Pier/Anchor Test Reports if required: Submit within three days of completing each test. G. Helical Pile Installation Records: Submit within three days of installing each pile. H. Field quality -control reports. I. After completion of the installation of the helical piers/anchors, the Contractor shall provide the Owner with a report of all helical piers/anchors installed on the project certifying the ultimate load capacity of the piers/anchors installed sealed by a professional engineer registered in the State of the project. 1.5 QUALITY ASSURANCE A. Helical Pier/Anchor Manufacturer Qualifications: 1. Design of helical piers/anchors shall be performed by a professional engineer licensed in the State of the project in accordance with existing local code requirements. B. Installer Qualifications: The Helical Pile Contractor shall have a minimum of 5 years of similar experience in performing design and construction of Helical Piles and shall furnish all materials, labor, and supervision to perform the work. The Helical Pile Contractor shall not sublet the whole or any part of the contract without the express written permission of the Owner. C. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated if required. 1.6 DELIVERY, STORAGE, AND HANDLING A. Comply with all manufacturer's ordering instructions and lead-time requirements to avoid construction delays. B. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers packaging with identification labels intact. 1. Coordinate delivery and helical pier/anchor construction schedule to minimize interference with normal use of buildings adjacent to the project. 2. Unload units at job site in such a manner that no damage occurs to the product. r— N Ir - (-" -;,.- Lr) c� n O a N HELICAL PIER 31 66 00 -3 1.7 PROJECT CONDITIONS A. Protect structures, underground utilities, and other construction from damage caused by pier/anchor installation. B. Preconstruction Photographs: Inventory and record the condition of adjacent structures, underground utilities, and other construction. Provide photographs or video of conditions that might be misconstrued as damage caused by pile driving. Comply with Division 01 Section "Photographic Documentation." C. Do not install helical piers/anchors during heavy rain or heavy snowfall. PART 2 -EXECUTION 2.1 EXAMINATION A. Site Conditions: Do not start driving operations until earthwork fills have been completed or excavations have reached an elevation of 6 to 12 inches (152 to 305 mm) above bottom of footing or pile cap. B. Acceptance of Site Verification of Conditions: 1. General Contractor shall inspect, accept and certify in writing to the helical pier/anchor subcontractor that site conditions meet specifications for the following items prior to installation of the helical piers/anchors. a. Verify sub -grade preparation and elevations conform to the specified requirement. b. Verify location, alignment, and elevations of helical piers/anchors. c. Verify location, alignment, and elevations of any services within workarea. d. The Contractor shall verify that all helical pier/anchors may be installed in accordance with all pertinent codes and regulations regarding such items as underground obstructions, right-of-way limitations, utilities, etc. e. In the event of a discrepancy, the Contractor shall notify the Owner. The Contractor shall not proceed with helical pier/anchor installation in areas of discrepancies until said discrepancies have been resolved. All costs associated with unresolved discrepancies shall be the responsibility of the Owner. C. Do not proceed with installation of helical piers/anchors until sub -grade soil conditions are corrected by the General Contractor or designated subcontractor. :F Fri -1 c'y cn r— - N CA HELICAL PIER 31 6600-4 2.2 PREPARATION A. The General Contractor shall retain a Geotechnical Engineer to oversee all aspects of installation of the helical piers/anchors. The items to inspect include, but are not limited to the following: 1. Verify type of helical pier/anchor being installed is as specified on the Shop Drawings. 2. Verify length of helical pier/anchor installed. 3. Verify torque readings as specified on the Shop Drawings. B. Installation equipment shall be rotary type, hydraulic power -driven torque motor with clockwise % d counter -clockwise rotation capabilities. The torque motor shall be capable of continuous adjustrt;9nt to revolutions per minute (RPM'S) during installation. Percussion drilling equipment sh1all �6C be permitted. The torque motor shall have torque capacity 15% greater than the �I i f6sional'pfrength rating of the central steel shaft to be installed. In? tallatior tooling shall consist of a Kelly Bar Adapter (KBA) and Type SS or RS drive tools as manufactured by helical pier/anchor manufacturer and used in accordance with the 6 rrianufacturers written installation instructions. D. A torque indicator shall be used during helical pier/anchor installation. The torque indicator can be an integral part of the installation equipment or externally mounted in- line with the installation tooling. Torque indicators shall meet requirements set forth by helical pier/anchor manufacturer. 2.3 INSTALLATION A. The helical pier/anchor installation technique shall be such that it is consistent with the geotechnical, logistical, environmental, and load carrying conditions ofthe project. B. The lead section shall be positioned at the location as shown on the working drawings. Battered helical piers/anchors can be positioned perpendicular to the ground to assist in initial advancement into the soil before the required batter angle shall beestablished. C. The helical piers/anchor sections shall be engaged and advanced into the soil in a smooth, continuous manner at a rate of rotation of 5 to 20 RPM's. Extension sections shall be provided to obtain the required minimum overall length and installation torque as shown on the working drawings. Connect sections together using coupling bolt(s) and nut torqued to 40 ft -Ib. D. Sufficient down pressure shall be applied to uniformly advance the helical pier/anchor sections approximately 3 inches per revolution. The rate of rotation and magnitude of down pressure shall be adjusted for different soil conditions and depths. E. The torque as measured during the installation shall not exceed the torsional strength rating of the central steel shaft and shall be recorded at 300 mm (one foot) increments. HELICAL PIER 31 66 00 -5 F. The minimum installation torque per helical pier manufacturers guidelines to achieve load capacity and minimum overall length criteria as shown on the working drawings shall be satisfied prior to terminating the helical pier/anchor installation. G. If the torsional strength rating of the central steel shaft and/or installation equipment has been reached prior to achieving the minimum overall length required, the Contractor shall have the following options: 1. Terminate the installation at the depth obtained subject to the review and acceptance of the engineer, or: 2. Remove the existing helical pier/anchor and install a new one with fewer and/or smaller diameter helix plates. The new helix configuration shall be subject to review and acceptance of the Owner. If re -installing in the same location, the top -most helix of the new helical pier shall be terminated at least (3) three feet beyond the terminating depth of the original helical pier/anchor. H. If the minimum installation torque as shown on the working drawings is not achieved at the minimum overall length, and there is no maximum length constraint, the Contractor shall have the following options: 1. Install the helical pier/anchor deeper using additional extension sections, or: 2. Remove the existing helical pier/anchor and install a new one with additional and/or larger diameter helix plates. The new helix configuration shall be subject to review and acceptance of the Owner. If re -installing in the same location, the top- most helix of the new helical pier/anchor shall be terminated at least (3) three feet beyond the terminating depth of the original helical pier. 3. De -rate the load capacity of the helical pier/anchor and install additional helical piers/anchors. The de -rated capacity and additional helical piers/anchors location shall be subject to the review and acceptance of the engineer. I. If the helical pier/anchor is refused or deflected by a subsurface obstruction, the installation shall be terminated, and the pile removed. The obstruction shall be removed, if feasible, and the helical pier/anchor re -installed. If the obstruction can't be removed, the helical pier/anchor shall be installed at an adjacent location, subject to review and acceptance of the engineer. J. If the torsional strength rating of the central steel shaft and/or installation equipment has been reached prior to proper positioning of the last plain extension section relative to the final elevation, the Contractor may remove the last plain extension and replace it with a shorter length extension. If it is not feasible to remove the last plain extension, the Contractor may cut said extension shaft to the correct elevation. The Contractor shall not reverse (backout) the helical pier/anchor to facilitate extension removal. K. The average torque for the last three feet of penetration shall be used as the basig-bf cgTparisorw, with the minimum installation torque as shown on the working drawings for cdrnpressron (pi I applications and average torque for the last five feet of penetration shall b�lf -d for ten (anchor) applications. The average torque shall be defined as the averag€he�st th ee readings recorded at one -foot intervals. L. The Contractor shall record the torque values for each individual helical pier/ancliof at -1 -foot (9gd mm) increments during installation. These records shall be available to the Owrw at their request. CF) HELICAL PIER 31 6600-6 M. Load test shall be completed according to ASTM D1143 Quick Test Method if required. crit N. Ne -Driving Records: Maintain accurate driving records for each pile. Include the following data: L� t zc� 1. r Project name and number. 2. Name of Contractor. ---1 3.; Rile location in pile group and designation of pile group. 4.[_ Ground elevation. 5.: Elevation of tips after driving. E- 6. Final tip and cutoff elevations of piles after driving pilegroup. N 7. Records of redriving. 8. Time, pile -tip elevation, and reason for interruptions. 9. Pile deviations from location and plumb. 10. Unusual occurrences during pile driving. 2.4 PILE TESTS A. General: If the rated design torque is not achieved, a Static pile test will be used to verify driving criteria and pile lengths and to confirm allowable load of piles. B. Pile Tests: Arrange and perform the one of the following piletests: 1. Axial Compressive Static Load Test: ASTM D 1143. C. Equip each test pile with two telltale rods, according to ASTM D 1143, for measuring deformation during load test. D. Provide pile reaction frame, anchor piles, equipment, and instrumentation with sufficient reaction capacity to perform tests. Notify Engineer at least 48 hours in advance of performing tests. On completion of testing, remove testing structure, anchor piles, equipment, and instrumentation. 1. Number of Test Piles: one pile per bridge. E. Driving Test Piles: Drive test piles at locations indicated to the minimum penetration or driving resistance indicated. Use test piles identical to those required for Project and drive with appropriate pile riving equipment operating at rated driving energy to be used in driving permanent piles. 1. Maximum Pile Design Load: 25 kips down load F. Approval Criteria: Allowable load shall be the load acting on the test pile when the lesser of the following criteria are met using a factor of safety of 2.0: 1. Net settlement, after deducting rebound, of not more than 0.01 inchtton (0.25 mm1907 kg) of test load. 2. Total settlement exceeds the pile elastic compression by 0.15 inch (4 mm), plus 1.0 percent of the tip diagonal dimension. 3. A plunging failure or sharp break in the load settlement curve. HELICAL PIER 31 66 00 -7 G. Test Pile -Driving Records: Prepare driving records for each test pile. Include same data as required for driving records of permanent piles. H. Test piles that comply with requirements, including location tolerances, may be used on Project. 2.5 FIELD QUALITY CONTROL A. Special Inspections: Owner will engage a qualified special inspector to perform the following special inspections: 1. Pile foundations. B. Testing Agency: Contractor will engage a qualified independent testing agency to perform tests and inspections. C. Tolerances: The tolerances quoted in this section are suggested maximums. The actual values established for a particular project will depend on the structural application. 1. Centerfine of helical pier/anchor shall not be more than 3 inches (75 mm) from indicated plan location. 2. Helical pier/anchor plumbness shall be within 20 of design alignment. 3. Top elevation of helical pier/anchor shall be within +1 inch (+25 mm) to -2 inches (– 50 mm) of the design vertical elevation. 2.6 DISPOSAL A. Remove withdrawn piles and cutoff sections of piles from site and legally dispose of them off Owner's property. END OF SECTION HELICAL PIER 316600-8 N O A C) , 1 : i Ul r o7. — Q r N rn HELICAL PIER 316600-8 SECTION 32 34 00 PEDESTRIAN and LIGHT VEHICLE BRIDGES PART1-GENERAL 1.1 RELATED DOCUMENTS n A. "The following is a list of specifications which MAY be related to this section: Section 03 11 13: Concrete Formwork 2. Section 03 20 00: Concrete Reinforcement 3. 84ction 03 30 00: Cast -in -Place Concrete The following is a list of standards which MAY be referenced in this section: AISC: American Institute of Steel Construction 2. ASTM: ASTM Intemational a. A36/A36M: Standard Specification for Carbon Structural Steel b. A242: Standard Specification for High -Strength Low -Alloy Structural Steel C. A307: Standard Specification for Carbon Steel Bolts and Studs, 60,OOOpsi Tensile Strength d. A325: Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105ksi Minimum Tensile Strength e. A490: Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150ksi Minimum Tensile Strength f. A588/A588M: Standard Specification for High -Strength Low -Alloy Structural Steel, up to 50ksi (345 MPa) Minimum Yield Point, with Atmospheric Carbon Resistance g. A606: Standard Specification for Steel, Sheet and Strip, High -Strength, Low -Alloy, Hot -Rolled and Cold -Rolled, with Improved Atmospheric Corrosion Resistance 3. AWPA: American Wood Preservers Association a. P5: Standard for Waterbome Preservatives 4. AWS: American Welding Society a. D1.101.1 M: Structural Welding Code — Steel PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-1 5. SSPC: Society for Protective Coatings a. SP6: Commercial Blast Cleaning 6. UBC: Uniform Building Code 7. IBC: International Building Code 8. AASHTO: American Association of State Highway Transportation Officials 1.2 SUMMARY A. Section Includes: This section contains requirements for a fully engineered clear span bridge and shall be the minimum standards for design and construction. Clear span length, width, and composition of the bridge are shown on the plan pages. This item shall be a performance-based specification. Loading and parameters are provided and contractor may submit products which meet these requirements as well as the requirements laid out in these specifications. 1.3 ACTION SUBMITTALS A. Submit signed and sealed shop drawings by a licensed engineer in the state of Iowa to Engineer and Owner for review and approval with final reactions of bridge posted on plan. B. Submit signed and sealed calculations by a licensed engineer in the state of Iowa to Engineer and Owner for review and approval C. Submit manufacturer's certification of compliance with referenced standards and City warranty on company letterhead. 1.4 INFORMATIONAL SUBMITTALS A. Material Certificates: For deck planking manufactured with preservative-treatefvood A. None required 1.7 QUALITY ASSURANCE PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-2 1. Indicate type of preservative used and net amount of preservative retaing. --,I L 1.5 CLOSEOUT SUBMITTALS �� jr— a M _m A. Maintenance Data: n/a ::u �. — 1713 N m 1.6 MAINTENANCE MATERIAL SUBMITTALS A. None required 1.7 QUALITY ASSURANCE PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-2 A. Bridge design shall be signed and sealed by a Registered State of Iowa Engineer. 1.8 DELIVERY, STORAGE and HANDLING A. Contractor to coordinate delivery requirements with the manufacturer and coordinate ,with Owner personnel. c .! B. :Comply with manufacturer's requirements for unloading, lifting, and placement. i C. Contractor is responsible for all labor and material costs for delivering bridge(s) to the Pite and installing as indicated on the plans. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Materials, equipment and accessories specified in this section shall be products of any manufacturer that can provide signed and sealed drawings and calculations by licensed structural engineer in the state of Iowa. 2.2 DESIGN REQUIREMENTS A. General Bridge shall meet the referenced standards as detailed. 2. All allowable design stresses shall be in compliance with the specifications of the design, fabrication, and erection of structural steel for structures as indicated in the AISC, IBC and AASHTO. 3. Mounting plates and hardware shall allow for thermal expansion. B. Loading Requirements Uniform live load of 90psf. 2. Concentrated live load of 10,000lbs vehicle weight on bridge plus 30% impact. 3. Minimum wind -load of 25psf, as if enclosed. 4. Railing load per IBC 1607.8. PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-3 5. Horizontal pressure considered same as an enclosed surface. C. Dimensional Requirements Length: As indicated on drawings 2. Width: As indicated on drawings. Interior clear -span should be clear/unobstructed. 3. Height: Minimum height of forty-eight inches (4'-0") as measured to the top of the chord on the upper truss unless shown otherwise. 4. Openings: Maximum horizontal opening on the railing of nine inches (0'-9") unless shown otherwise. 5. Camber: 5% of % of span unless shown otherwise 6. Abutments: As indicated on drawings with additional expansion space as noted. If bridge manufacturer feels additional expansion space is warranted they shall notify Owner and Engineer is writing and requestchanges/cladfication. 7. Decking: Secured to the bridge members along centerline and edges of width - profile with a minimum of two (2) bolts per location (6 minimum per plank) unless indicated otherwise. All bolts shall be stainless steel (304 or 316SS) or zinc -dip galvanized with mushroom -type rounded head to reduce risk of damage. Heads to be installed with slight depression into wood without breaking the surface. 8. Rub Rails: Nominal 2 x 6" wood mounted to inside face of bridge at a height of 32" (2'-6") as measured from the top of the wooden deck, unless otherwise indicated. Railings to be mounted with same hardware requirements as the decking with attachments at end-points and centers of individual pieces but in no case less than every 4'-0" on center or engineer approved substitution. D. Materials N Metal Fabrication: a. Material thickness and design of member shall be fully engineered for the, length and style of each bridge requirement specified. -- b. Bridge shall be fabricated from high strength low -alloy atmospheric CA corrosion -resistant ASTM A606, Type 4 steel, self -weathering, ASTM A242, or ASTM A588/A588M structural steel shapes and tubing (50,OOOpsi.) C. Bolts and nuts shall be in accordance with specifications for structr ,, I joints using ASTM A325 or ASTM A490 bolts. Anchor bolts shall be ASTM A307 or ASTM A36/A36M. d. Welding: use E8018 -series electrodes 2. Wood Fabrication: a. Decking Dimension: should be nominal 3" x 12" planks unless otherwise noted or engineer approved substitution. PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-4 b. Species/Grade: Select Structural Fir (fa=1,400psi minimum) N _ or Southern Yellow Pine (fe=1,300psi minimum.) Decking ® = = = shall be treated to AWPA P5 or equal. Preservatives utilized LU z� shall be Chromated Copper Arsenate (CCA) or Ammoniacal —'� Copper Arsenate (ACA) or engineer approved substitution. 1- 1 L2.30 RICAT/ON S!e Workmanship, fabrication and shop connections shall be in accordance with N AWS and AISC specifications. B. All welding shall be completed by welders certified for AWS D1.1/D1.1 M structural welding requirements. C. Electrodes for Self-Weathering/Corrosion-Resistant Steel: E5018 D. Remove mill scale according to SSPC SP6 for all major -exposed members. PART 3 - EXECUTION 3.1 INSTALLATION A. Install bridge and decking per manufacturer's recommendations. Wood decking shall be free of movement and rattle. Warping shall not be present upon installation. B. Contractor to verify final abutment spacing as -built requirements prior to bridge installation. C. "Field Fit" bridge prior to final placement to verify fit and dimensions. D. Ensure bridge abutments have reached full strength and are backfilled prior to placement of bridge. PEDESTRIAN and LIGHT VEHICLE BRIDGES 323400-5 CONTACTS TNM follkaeu, NIIM cow,..., hew ReiRt. In poxinn 10 Me PmlMa: IANOSCAPEARCHOECNIUI isgaA�wrw,.ei. m'w-ewm GAS &ELECTRIC MID AMERICAN ENERGY CO. �� *ems IWO Lower MusraOne Rd. e �ecN-% Iowa Cry, Iowa 52240 r rr 4r4r GAB PROJECT LOCATION TM: DON WSTON FIRST AVENUE TRAI L MAP OR :31a/34144W air Mods: 3194330-0747 P,p DR ELECTRIC STRUCTURAL AM DICKBGCK WANG WALL DETAIL OBKe: 31073411466 BRIDGE 3 (STEEL) REMOVALS AND EXISTING CONDITIONS Mods: 31813360543 TELEPHONE Ann: DAVIOKIRKEBY BRIDGE 3 (STEEL) PROFILE AND DETAILS CENRIRYUNK BRIDGE 3 (STEEL) DETAILS AND SECTIONS 6153N Aw, S.E. LANDSCAPE ARCHITECTURAL Ceder Rapics. Iowa 52401 SIGN DETAIL Phone 318n89.7w0 SIGN DETAIL Pager: 31013363&07 CABLE TELEVISION Aft TIM EAGEN SIGN LAYOUT MEDUCOM 54BBONIgau,Awnue Tawe Cay. Wee 52240 Phone: 3191351-04087234 Celt 31MSO-3679 FIBER OPTICS AT&T: PJ. MCDERMOTT 1435 Oak dried Kansas Cay, MO 64108 Phone: 6181391-5077 Ann DAVID KIRKEBY CENTURYLINK 615 3N Aw, SE, Cher Roche. baa 52401 C Phone: 31913967"0 Pagx 319/1 Cay alma Cay WATER DIVISION Phone: 3101356-5162 UMV.01. GEORGESTUMPF Phone: 31013342814 UTILITY LOCATING CREW 'ONE CALL" Phone: l-800.292-3069 CITY WATER DEPARTMENT Ann: KEVIN SLUITS Phone: 31813565168 CITY STREETS DIVISION Atln: BROCK HOLUB Phone: 31&13565482 CITY WASTEWATER DIVISION Ann: TIM WILKEY Phone: 31 M74106 CITY TRAFFIC ENGINEERING AN KEVIN KEATING Phone: 31913565192 CITY PARKS & FORESTRY Ann: UC HALL Phone: 3191356-5107 OAKLAND CEMETERY A. KURTSCHULT2 AM: RUMBUFFINOTCH SZ �., Phone: 31 R/ 1565105 ®�WCAU 1.800.292-89891 WWYYJ.WUoneeall.cem -� HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASE I DDn ICrT X/11"WITV &AAD PAGE50R SHEETS CDVERFD IWTI6l7Ala AI.00-04.02 INDEX OF SHEETS SHEET I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OIL IANOSCAPEARCHOECNIUI isgaA�wrw,.ei. m'w-ewm \1W WIYIII 1 HI¢ �yU y 7w,rarwp b s �� *ems r r....r�..er e �ecN-% wr..rr .rr r rr 4r4r 3�wj9T0501i PROJECT LOCATION 4GPT1lV�"""�10/29/18 FIRST AVENUE TRAI L MAP Mraaaa 4rnla4r u rw..rrwrr air Nor P,p DR /�w/4arrplll�inlPlpROeY�s`\ STRUCTURAL 57.02 WANG WALL DETAIL 53.00 BRIDGE 3 (STEEL) REMOVALS AND EXISTING CONDITIONS S3.01 BRIDGE 3 (STEEL) PROPOSED PLAN 53.02 BRIDGE 3 (STEEL) PROFILE AND DETAILS 53.03 BRIDGE 3 (STEEL) DETAILS AND SECTIONS LANDSCAPE ARCHITECTURAL L5.01 SIGN DETAIL L5.02 SIGN DETAIL L5.03 SIGN LAYOUT oy F4 SIGN LAYOUT h NDUBUWE RD Z MU C V AR NFAVE ARWNE m z � F CT O 2 G AVE a AROUNE SZ �., IN F DR O� 2 9L� �i COQ N KIMBALL ODGE ST CT u AVE FK ` 3 on Y z sr QPI VI x xy >> 5 on N y m((nN z EVERGR pL N U O Z WODD 4\R u• 4y g N y� z0L r KN A ty U 6 O ty on OR w CEDAR I Lu y i=y 2 0 1sl z F £W TUDOR DR a'La.� w < WINDSOR F a - 5� 1in C�� on CT Z r in Xa 4'P�TO DR a �ik N ROCHESTE AVE u o F MT z z m i i s ROCHESTER CT rc gK< a. �U Ai �R- CONCORD HOR AVE ` w� RIDGEWAY DR o �� �a T a0 PAGE50R SHEETS CDVERFD IWTI6l7Ala AI.00-04.02 INDEX OF SHEETS SHEET I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OIL IANOSCAPEARCHOECNIUI isgaA�wrw,.ei. m'w-ewm \1W WIYIII 1 HI¢ �yU y 7w,rarwp b s �� *ems u -al. 1-.. . e �ecN-% :H! AIYL'F ciR5 7 1-F 3�wj9T0501i AMYLASN IUFSP.E. 4GPT1lV�"""�10/29/18 FIRST AVENUE TRAI L MAP Mraaaa 4rnla4r u rw..rrwrr air Nor mRY11YWN^" PAGE50R SHEETS CDVERFD IWTI6l7Ala AI.00-04.02 INDEX OF SHEETS SHEET I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OIL ra11, UNDER MY DIRECT PERSONAL SUIERVISION AND THAT I AM A DULY UCENSED WWpwuryr/ �o�E$$ID ; PROFESSORIAL ENGIN EER UN DER FIE LAWS OF THE STATE OF IOWA En a 10.29.2018 :H! AIYL'F ciR5 5—': OME 3�wj9T0501i AMYLASN IUFSP.E. ��*��I*"`: FIRST AVENUE TRAI L MAP C2.01 -C2.12 U6lI5E NUMBER 19713. 10 WAMw wIRI1R,� MY LICENSED RENEWAL DATES DOMM2D3L 2012 PAGE50R SHEETS CDVERFD IWTI6l7Ala AI.00-04.02 INDEX OF SHEETS SHEET TITLE ra11, COVER SHEET A1.00 GENERAL NOTES Qg••, .,, W / ! �� CML BLOB -87.01 TRAIL RESURFACE& NEW TRAIL CROSS-SECTIONS C0,00 PROJECT MAP 7 ACCESS & STAGING C2.00 FIRST AVENUE TRAI L MAP C2.01 -C2.12 FIRST AVENUE TRAIL PLAN & FROM LE C4.00G4.02 CIVIL DETAILS /�w/4arrplll�inlPlpROeY�s`\ STRUCTURAL 57.02 WANG WALL DETAIL 53.00 BRIDGE 3 (STEEL) REMOVALS AND EXISTING CONDITIONS S3.01 BRIDGE 3 (STEEL) PROPOSED PLAN 53.02 BRIDGE 3 (STEEL) PROFILE AND DETAILS 53.03 BRIDGE 3 (STEEL) DETAILS AND SECTIONS LANDSCAPE ARCHITECTURAL L5.01 SIGN DETAIL L5.02 SIGN DETAIL L5.03 SIGN LAYOUT 15.04 SIGN LAYOUT PROJECT INFORMATION SCOPE OF WORK THIS PROJECT INCLUDES THE REMOVAL AND REPLACEMENT OF AGGREGATE TRAIL, INSTALL WATER BARS TO IMPROVE SITE DRAINAGE, INSTALL DRAIN TILE AND SUBDRAINS. CONSTRUCT (1) NEW PEDESTRIAN BRIDGE (STEEL) AND ASSOCIATED ABUTMEN-EV REVETMENT, FABRICATION AND INSTALLATION OF PARK TRAIL AND INTERPRETIVE SIGNS AND ASSOCIATED RESTORATION. 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI COVER SHEET hbk SNGINRRRING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 336-7567 FAX: (319)356-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 ............ TO BE DETERMINED L C-? Mal rI=I `eai& 1 hereby certify that this engineering document was ra11, prepared and the related engineering work was pertormed I �\A, VIESSI me or under my direct personal supervision and that 1 am Qg••, .,, W / ! �� a duly licensed P�ssional Engineer under the laws of IN State Licensed I- of Iowa. _w; 23469 = f 3 10292018 0 -_:Nicholas M.m= NICHOLAS CBRIDE DATE MC6fi License number 23469 '!*•'• *� /�w/4arrplll�inlPlpROeY�s`\ My license renewal data is December 31, 2019 Pages or sheets covered by this seal: S7.02-53.03 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI COVER SHEET hbk SNGINRRRING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 336-7567 FAX: (319)356-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 ............ TO BE DETERMINED L C-? Mal rI=I `eai& GENERALNOTES 1) THE LOCATION OF EXISTING STRUCTURES AND UNDERGROUND UTILITIES ARE SHOWN IN AN APPROXIMATE WAY ONLY AND HAVE NOT BEEN INDEPENDENTLY VERIFIED BY THE OWNERORITSREPRESENTATIVE. THE CONTRACTOR SHALL VERIFY THE LOCATION AND DEPTH OF ALL STRUCTURES AND UTILITIES PRIOR TO BEGINNING CONSTRUCTION IN ORDER TO PROVIDE FOR NONINTERRUPTION OF SERVICES AND TO ENSURE PROPER CLEARANCES. 2) WHERE THE NEW IMPROVEMENTS ABUT EXISTING IMPROVEMENTS, THE CONTRACTOR SHALL BE RESPONSIBLE FOR MATCHING THE EXISTING ELEVATIONS AND SURFACES OF THE EXISTING IMPROVEMENTS. 3) ALL CONSTRUCTION PREFORMED ON THIS PROJECT SHALL CONFORM TO THE STANDARDS AND SPECIFICATIONS OF SURAS AND CITY OF IOWA CITY, IA. WHERE DISCREPANCIES EXIST BETWEEN THE PROJECT SPECIFICATIONS AND THE CITY STANDARDS, THE CONTRACTOR SHALL ABIDE BY THE GREATER OR MORE RESTRICTNE REQUIREMENTS. 4) PLACEMENT OF CONCRETE AND REINFORCEMENT SHALL COMPLY WITH THE REQUIREMENTS OF ACI 301. DETAILING AND FABRICATION OR REINFORCEMENT SHALL COMPLY W TH THE CRSI MANUAL OF STANDARD PRACTICE, LATEST EDITION. 5) THE CONTRACTOR SHALL BY HI&HER OWN INVESTIGATION AND PRIOR TO COMMENCING WORK SATISFY HRWHERSELF AS TO THE SURFACE AND SUBSURFACE CONDITIONS TO BE ENCOUNTERED. 6) ALL AREAS OF THE PROJECT SHALL BE RETURNED TO THEIR ORIGINAL OR PRE-CONSTRUCTON CONDITION. THIS INCLUDES SIDEWALKS, RAILING, CONCRETE, UTILITIES ETC. LOCAL ACCESSES SHALL REMAIN OPEN TO TRAFFIC DURING CONSTRUCTION. N APLAN FOR STAGED ACCESS SHALL BE SUBMITTED BY THE CONTRACTOR FOR APPROVAL BY THE ENGINEER. POLLUTION PREVENTION PLAN I ALL CONTRACTORS I SUBCONTRACTORS SHALL CONDUCT THEIR OPERATIONS INA MANNER THAT MINIMIZES EROSION AND PREVENTS SEDIMENTS FROM LEAVING THE PROJECT LIMITS FOR HAPPY HOLLOW PARK THE PRIME CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLIANCE AND IMPLEMENTATION OF THE POLLUTION PREVENTION PIAN (PPP) FOR THEIR ENTIRE CONTRACT. THIS RESPONSIBILITY SHALL BE FURTHER SHARED WITH SUBCONTRACTORS WHOSE WORK IS A SOURCE OF POTENTIAL POLLUTION AS DEFINED IN THIS PER 2) SITE DESCRIPTION: A) THIS POLLUTION PREVENTION PLAN (PPP) IS FOR THE CONSTRUCTION OF HAPPY HOLLOW PARK IN IOWA CITY, N. THIS PROJECT INCLUDES CLEARING AND GRUBBING, GRADING, REMOVAL, RESTORATION AND INSTALLATION OF PAVEMENT AND PARK FACILITY STRUCTURES. EROSIONCONTROLNOTES 1) IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTROL EROSION AND SEDIMENTATION ON THE PROJECT SITE AT ALL TIMES. EROSION CONTROL MEASURES ARE REQUIRED REGARDLESS OF THE TIME OF YEAR OR SEASON. THIS PLAN MUST BE IMPLEMENTED DURING THE WINTER MONTHS. 2) SILT FENCE AND FIBER ROLLS SHALL BE CLEANED AND REPAIRED WHEN SILT BUILDUP REACHES IQ DEVICE HEIGHT, 3) NO VEGETATION OR CONSTRUCTION DEBRIS SHALL BE BURIED ON SITE AND NO BURN PITS SHALL BE PLACED ON SITE. 4) THE CONTROL MEASURES IDENTIFIED ON THIS PLAN ARE MINIMUM. THE CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION AND SEDIMENTATION CONTROL MEASURES AS NECESSARY TO FULFILL THIS REQUIREMENT B) THE PORTION OF THE PPP COVERED BY THIS CONTRACT HAS MORE THAN ONE ACRE 5) ALL EXISTING STORM INTAKES WITHIN THE PROJECT AREA MUST BE PROTECTED DISTURBED: THUS, AN (DNR GENERAL PERMIT NO. 2 HAS BEEN OBTAINED AND SHALL BE THROUGHOUT THE DURATION OF THE PROJECT. AREA INTAKES SHALL BE PROTECTED FOLLOWED. BY INTAKE PROTECTION BAGS OR FILTER SOCKS. THESE PROTECTION MEASURES ARE TO REMAIN IN PLACE UNTIL THE SITE HAS BEEN STABILIZED AND APPROVED BY THE C) REFER TO THE PROJECT PUNS FOR LOCATIONS OF TYPICAL SLOPES, DITCH GRADES, AND MAJOR STRUCTURAL AND NONSTRUCTURAL CONTROLS. ACOPY OF THESE PLANS WILL BE ON FILE AT THE CLERKS OFFICE OF CITY OF IOWA CITY. RUNOFF FROM THIS PROJECT W LL FLOW INTO AN EXISTING DETENTION POND WMICH THEN LEADS TO THE STORM SEWER SYSTEM AND EVENTUALLY INTO IOWA RIVER. OWNER'S REPRESENTATIVE. 6) CONTRACTOR SHALL PROVIDE ONE CONTINUOUS BOUNDARY AROUND PROJECT SITE. 7) THE SITE WILL BE A EXCAVATED HOLE, CONTRACTOR MAY REQUEST CITY APPROVAL FOR OTHER MEANS FOR EROSION CONTROL 3) POTENTIAL SOURCES OF POLLUTION. SITE SOURCES OF POLLUTION GENERATED AS A RESULT OF THIS WORK RELATE TO SILTS AND SEDIMENTTHAT MAYBE TRANSPORTED ASA RESULT OF A STORM EVENT, HOWEVER, THIS PPP PROVIDES CONVEYANCE FOR OTHER (NONPROJECTRELATED) OPERATIONS. THESE OTHER OPERATIONS HAVE STORM WATER RUNOFF, THE REGULATION OF WHICH IS BEYOND THE CONTROL OF THIS PPP. POTENTIALLY THIS RUNOFF CAN CONTAIN VARIOUS POLLUTANTS RELATEDTOSITE-SPECIFICLAND USES. EXAMPLESARE: 8) ANY WORK OBVIOUSLY NECESSARY FOR COMPLETION OF THE PROJECT AS DESCRIBED IN 4) COMMERCIAL AND INDUSTRIAL ACTIVITIES: THE CONTRACT DOCUMENTS BUT NOT SPECIFICALLY USTED SHALL BE CONSIDERED RUNOFF FROM COMMERCIAL, INDUSTRIAL, AND COMMERCE LAND USE MAY CONTAIN INCIDENTAL TO THE PROJECT. CONSTITUENTS ASSOCIATED WITH THE SPECIFIC OPERATION. SUCH OPERATIONS ARE 1BUSHEL PER ACRE SUBJECT TO POTENTUIL LEAKS AND SPILLS THAT COULD BE COMMINGLED WITH RUNOFF GRADING NOTES FROM THE FACILITY. POLLUTANTS ASSOCIATED MIR COMMERCIAL AND INDUSTRIAL 15 LBS PER ACRE ACT MES ARE NOT READILY AVAILABLE SINCE THEY ARE TYPICALLY PROPRIETARY. 1) MAXIMUM SLOPE ON CUTSAND FILLS SHALL BE4%HORIZONTALTO 1% VERTICAL, SUMMER - MAY 21 TO JULY 20 5) CONTROLS: 2) NO EXCAVATION SHALL BE ALLOWED WITHIN 2 FEETOF PROPERTY USES. 3) WHERE HEIGHT OF FILL IS GREATER THAN W FEET, AN INTERMEDIATE TERRACE OF AT LEAST B FEET NIDE SHALL BE ESTABLISHED AT MID HEIGHT. SEE TYPICAL FILL SECTION, 4) COMPACTION TO BE 95% STANDARD PROCTOR MERE> 61 SLOPE. 5) ALL STREET SUBGRADES SHALL BE CONSTRUCTED AND COMPACTED IN ACCORDANCE WITH CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS AND PROCEDURES. 6) STABILIZATION SEEDING SHALL BE COMPLETED AS SOON A3 POSSIBLE, BUT NOT MORE THAN 14 DAYS, UPON COMPLETION OF GRADING IN ANY AREA OF GRADING OPERATIONS. DISTURBED AREAS SHALL BE KEPT AS SMALL AS POSSIBLE TO PREVENT URGE SCALE EROSION PROBLEMS. IF THE GRADING CONTRACTOR STOPS GRADING OPERATIONS FOR MORE THAN 14 DAYS, THEN STABIUZATION SEEDING SHALL BE DONE ON ALLDISTURBED AREAS. 1) STABILIZATION SEEDING SHALL BE IN ACCORDANCE WITH LOO.T. STANDARD SPECIFICATION SECTION 2601.5 STABIUZING CROP SEEDING AND FERTILIZING. 2) SEED MIXTURES SHALL BE ON OF THE FOLLOWING: SPRING- MARCH 1 TO MAY 20 WINTER RYE OR OATS 1BUSHEL PER ACRE SUDANGRASS(PIPER) 25 LBS. PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE AUALFA(RANGER OR VERNAL) 5LBS PER ACRE SUMMER - MAY 21 TO JULY 20 OATS 1 BUSHEL PER ACRE SUDANGRASS (PIPER) 35 LBS. PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE ALFALFA (RANGER OR VERNAL) 5LBS PER ACRE FALL- JULY 21 TO SEPTEMBER 30 WINTER RYE 2 BUSHEL PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE ALFALFA (RANGER OR VERNAL) 5 LBS PER ACRE 'AFTER AUGUST 31, HAIRY VETCH SHALL BE SUBSTITUTED FOR ALFALFA AT THE RATE OF 10 LBS PER ACRE 3) FERTILIZER SHALL BE APPLIED AT A RATE OF 450 LBB PER ACRE USING CHEMICALLY COMBINED COMMERCIAL 13.1313 FERTILIZER. NPDES STORM WATER CONSTRUCTION PERMIT 1) THIS SUBDIVISION FALLS UNDER THE NPDES STORM WATER PERMIT REQUIREMENT. 2) THE POLLUTION PREVENTION PLAN (PPP) OR EROSION CONTROL PLAN SHEET MUST BE KEPT SOMEWHERE ON SITE AT ALL TIME OR AVAILABLE WITHIN 24 HOURS. 3) THE DEVELOPER (OR CONSULTANID SHALL SUBMIT APPLICATION TO THE IDNR AND THE IDNR SHALL RECEIVE THIS APPLICATION AT LEAST 24 HOURS PRIOR TO THE START OF WORK THIS PERMIT APPLICATION SHALL INCLUDE PROOF OF PUBLIC NOTIFICATION AS WELL AS THE PERMIT FEE. A COPY OF THE PERMIT FROM IDNR SHALL BE SUBMITTED TO THE CITY OF IOWA CITY ENGINEERING DIVISION. 4) ONCE WORK IS COMPLETED, A NOTICE OF DISCONTINUATION SHALL BE SUBMITTED TO THE IDNR AND A COPY GIVEN TO THE CITY OF IOWA CITY ENGINEERING DIVISION WTHIN 30 DAYS AFTER FINAL STABIUZATION. 5) THE PPP SHOULD BE CONSIDERED AN ACTIVE DOCUMENT AND BE REVISED ACCORDING TO REPRESENTATION IN THE FIELD. A) AT LOCATIONS WHERE RUNOFF CAN MOVE OFFSITE, SILT FENCE SHALL BE PLACED ALONG THE PERIMETER OF THE AREAS TO BE DISTURBED PRIOR TO BEGINNING GRADING, EXCAVATION OR CLEARING AND GRUBBING OPERATIONS. VEGETATION IN AREAS HOT NEEDED FOR CONSTRUCTION SHALL BE PRESERVED. USE SILT FENCE AS DITCH CHECKS ANDTO PROTECT INTAKES. TEMPORARY STABILIZING SEEDING SHALL BE COMPLETED AS THE DISTURBED AREAS ARE CONSTRUCTED. IF CONSTRUCTION ACTIVITY IS NOT PUNNED TO OCCUR IN A DISTURBED AREA FOR AT LEAST 21 DAYS, THE AREA SHALL BE STABIUZED BY TEMPORARY SEEDING OR MULCHING WITHIN 14 DAYS. OTHER STABILIZING METHODS SHALL BE USED OUTSIDE THE SEEDING PERIOD. B) THIS WORK SHALL BE DONE IN ACCORDANCE WITH SECTION X02 OF THE STANDARD SPECIFICATION. IF THE WORK INVOLVED 13 HOT APPLICABLE TO ANY CONTRACT ITEMS, THE WORK SHALL BE PAID FOR ACCORDING TO ARTICLE 1109.03 PARAGRAPH B. C) AS THE WORK PROGRESSES, ADDITIONAL EROSION CONTROL ITEMS MAY BE REQUIRED AS DETERMINED BY THE ENGINEER AFTER FIELD INVESTIGATION. THESE MAY BE ITEMS SUCH AS SILT FENCE DITCH CHECKS, MULCH AND OTHER APPROPRIATE MEASURES, WMICH SHALL BE INSTALLED BY THE CONTRACTOR AS DIRECTED BY THE ENGINEER. THE CONTRACTOR WILL COMPLETE THE CONSTRUCTION WITH THE ESTABUSHMENT OF PERMANENT FERENNW. VEGETATION ON ALL DISTURBED AREAS. 6) OTHERCONTROLS: CONTRACTOR DISPOSAL OF UNUSED CONSTRUCTION MATERIALS AND CONSTRUCTION MATERIAL WASTES SHALL COMPLY WITH APPLICABLE STATE AND LOCAL WASTE DISPOSAL, SANITARY SEWER, OR SEPTIC SYSTEM REGULATIONS. IN THE EVENT OF A CONFLICT WITH OTHER GOVERNMENTAL LAWS, RULES AND REGULATIONS, THE MORE RESTRICTIVE LAWS, RULES OR REGULATIONS SHALL APPLY. 7) APPROVED STATE OR LOCAL PUNS: DURING THE COURSE OF THIS CONSTRUCTION, IT IS POSSIBLE THAT SITUATIONS WILL ARISE MERE UNKNOWN MATERIALS WILL BE ENCOUNTERED. MEN SUCH SITUATIONS ARE ENCOUNTERED, THEY WALL BE HANDLED ACCORDING TO ALL FEDERAL, STATE, AND LOCAL REGULATIONS IN EFFECT AT THE TIME 8) STABILIZATION SEEDING SHALL BE COMPLETED AS SOON AS POSSIBLE, BUT NOT MORE THAN 14 DAYS. UPON COMPLETION OF GRADING IN ANY AREA OF GRADING OPERATIONS. DISTURBED AREAS SHALL BE KEPT AS SMALL AS POSSIBLE TO PREVENT URGE SCALE EROSION PROBLEMS. IF THE GRADING CONTRACTOR STOPS GRADING OPERATIONS FOR MORE THAN 14 DAYS, THEN STABILIZATION SEEDING SHALL BE DONE ON ALL DISTURBED AREAS. GENERAL FOUNDATION 1) THE SOIL SUBGRADE FOR ALL FOOTINGS AND SLABS SHALL BE INSPECTED AND APPROVED BY A TESTING LABORATORY PRIOR TO PLACING FOUNDATION CONCRETE. NET DESIGN SOIL PRESSURE FOR SHALLOW FOOTINGS =1500 PER 2) ALL SLAB SUBGRADE SHALL BE COMPACTED TO A MINIMUM N% ASTM D S DENSITY AT OPTIMUM MOISTURE CONTENT ALL BACKFILL BELOW, AROUND AND ABOVE THE FOUNDATION ELEMENTS, FOOTINGS, WALLS AND PITS SHALL BE COMPACTED TO SB PERCENT OF MAXIMUM DENSITY AT OPTIMUM MOISTURE CONTENT. 3) ALL ORGANIC AND/OR OTHER UNSUITABLE MATERIALS SHALL BE REMOVED FROM SUBGRADE AND BACKFILL AREAS AND BACKHLLED WITH ACCEPTABLE GRANULAR FILL, OR CRUSHED CONCRETE FILL MATERIAL MAXIMUM 9- UFTS IN LOOSE THICKNESS COMPACTED TO A MINIMUM OF 98% FOR SLABS AND FOOTINGS OF MAXIMUM DENSITY OBTAINED IN ACCORDANCE WITH ASTM STANDARD D-698, STANDARD PROCTOR DENSITY, 98% TOP LIFT/ 95% BELOW. 4) FOOTING OR SUBS SHALL NOT BE PLACED IMO OR AGAINST SUBGRADE CONTAINING FREE WATER, FROST OR ICE. SHOULD WATER OR FROST ENTER A FOOTING EXCAVATION AFTER SUBGRADE APPROVAL, THE SUBGRADE SHALL BE REINSPECTED BY THE TESTING LABORATORY AFTER REMOVAL OF WATER OR FROST. 5) THE CONTRACTOR SHALL PROVIDE ALL NECESSARY MEASURES TO PREVENTANY FROST OR ICE FROM PENETRATING ANY FOOTING OR SUB SUBGRADE BEFOREAND AFTER PLACING OF CONCRETE AND UNTIL SUCH SUBGRADES ARE FULLY PROTECTED BY THE PERMANENT BUIIDING STRUCTURE. 6) ALL SUBSON-GRADE SHALL BE PLACED OVER A MINIMUM OF 4' OF COMPACTED GRANULAR STRUCTURAL FILL (CUSS O GRAVEL 4120.03 -IA DOT, OR SIMILAR) CONCRETE 1) REINFORCED CONCRETE CONSTRUCTION SHALL CONFORM TO THE REQUIREMENTS OF ACI 318 'BUILDING CODE REQUIREMENTS FOR REINFORCED CONCRETE," LATEST EDITION, 2) ALL WORK DEALING WITH CONCRETE AND STEEL REINFORCING BARS SHALL FOLLOW ACI AND ASTM STANDARDS, UNLESS OTHERWISE NOTED. CONCRETE WITH COMPRESSIVE STRENGTH OF 4000 PSI AT THE AGE OF 28 DAYS SHALL BE USED. 3) 4) THE FOUNDATION POOR IS TO BE A CONTINUOUS POUR, UNLESS OTHERWISE NOTED. WOOD FRAMING NOTES 1) ALL WOOD FRAME CONSTRUCTION SHALL CONFORM TO THE STANDARDS OF THE INTERNATIONAL BUI MING CODE AND THE NATIONAL FOREST PRODUCTS ASSOCIATION 'NATIONAL DESIGN SPECIFICATION FOR WOOD CONSTRUCTION;' LATEST EDITION. 2) ALL SOLID FRAMING SHALL BE DOUGLAS FIR-URCH(OFL):Y2 UNLESS OTHERWISE NOTED ON THE PUNS, OR APPROVED EQUAL. 3) ENGINEERED LUMBER MEMBERS SHALL BE MANUFACTURED UNDER A PROCESS BY THE NATIONAL RESEARCH BOARD. EACH PIECE SHALL BEAR A STAMP OR STAMPS NOTING THE NAME AND PLANT NUMBER OF THE MANUFACTURER, THE GRADE, THE NATIONAL RESEARCH BOARD NUMBER, AND THE QUALITY CONTROL AGENCY. ALL LUMBER SHALL BE MANUFACTURED IN ACCORDANCE WITH THE APPROPRIATE DER REPORT AND GLUED WITH A WATERPROOFING ADHESIVE MEETING THE REQUIREMENTS OF ASTM M559 WITH ALL GRAIN PARALLEL WITH THE LENGTH OF THE MEMBER. LVL FB=2600 PSI E=1900 KSI FV=285 PSI PSL FB =2800 PSI E= 2000 KSI FV=290 PSI _Sl_ FB=700 PSI E=600 KSI FV=395 PSI 4) MOISTURE CONTENT OF MOD AT TIME OF PLACEMENT SHALL NOT EXCEED 19%. 5) ALL WOOD IN DIRECT CONTACT WRH CONCRETE OR MASONRY SHALL BE PRESSURE -TREATED WITH AN APPROVED PRESERVATIVE. 6) ALL WOOD EXPOSED TO WEATHER WITHOUT THE ADEQUATE PROTECTION OF A ROOF OR EAVE SHALL BE PRESSURE TREATED OR BE AN APPROVED WOOD OF NATURAL RESISTANCE TO DECAY. 7) ALL MOD FRAMING DETAILS NOT SHOWN OTHERWISE SHALL BE CONSTRUCTED TO THE MINIMUM STANDARDS OF THE INTERNATIONAL BUILDING CODE. MINIMUM NAILING, UNLESS OTHERWISE NOTED, SHALL CONFORM TO THE TABLE 2304.9.1 OF THE INTERNATIONAL BUILDING CODE. B) UNLESS OTHERWISE NOTED, ALL NAILS SHALL BE COMMON. 9) ALL BOLTS IN WOOD MEMBERS SHALL CONFORM TO ASTM 3W. PROVIDE X"X2-X2-PLATE WASHERS UNDER THE HEADS AND NUTS OF ALL BOLTS AND UG SCREWS BEARING ON WOOD. BOLTS IN WOOD SHALL NOT BE LESS THAN 7 BOLT DIAMETERS FROM THE END AND 4 SOFT DIAMETERS FROM THE EDGE OF THE MEMBER. 10) INDIVIDUAL MEMBERS OF BUILT UP POSTS SHALL BE NAILED TO EACH OTHER MH 16D NAILS ® T O.C. STAGGERED. 11) FLOOR AND ROOF FRAMING: PROVIDE SOLID BLOCKING AT ALL BEARING POINTS. TOENAIL JOISTS TO SUPPORTS WITH TWO (2) 16D NAILS. 12)TIMBER CONNECTORS CALLED OUT BY LETTERS AND NUMBERS SHALL BE "STRONG -TIE' BY SIMPSON COMPANY, AS SPECIFIED IN THEIR MOST RECENT CATALOG. EQUIVALENT DEVICES BY OTHER MANUFACTURERS MAY BE SUBSTITUTED, PROVIDED THEY HAVE ICBG APPROVAL FOR EQUAL OR GREATER LOAD CAPACITIES. PROM BE NUMBER AND SIZE OF FASTENERS AS SPECIFIED BY MANUFACTURER. CONNECTORS SHALL BE INSTALLED IN ACCORDANCE WITH MANUFACTURERS RECOMMENDATIONS. WHERE CONNECTORS STRAPS CONNECT TWO MEMBERS, PUCE ONE-HALF OF THE FASTENERS IN EACH MEMBER. HANGERS IN DIRECT CONTACT WITH THE PRESERVATIVE -TREATED WOOD SHALL BE EITHER STAINLESS STEEL OR HOT -DIPPED GALVANIZED. 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT-PHASEI GENERALNOTES hbk HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52200 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 �l ............. B) MAINTENANCE 5) CLEAR SPACE BETWEEN ALL REBAR AND CONCRETE SURFACES SHALL BE 3'MINIMUM,I TO BE DETERMI NED D. UNLESS OTHERWISE NOTE A) THE CONTRACTOR IS REQUIRED TO MAINTAIN ALL TEMPORARY EROSION CONTROL MEASURES IN PROPER WORKING ORDER, INCLUDING CLEANING, REPAIRING OR REPLACING THEM THROUGHOUT THE CONTRACT PERIOD. CLEANING OF SILT CONTROL DEVICES SHALL BEGIN WHEN THE FEATURES HAVE LOST 50% OF THEIR CAPACITY. B) THE CONTRACTOR IS REQUIRED TO CLEAN ADJACENT PARKING LOTS ANDIOR STREETS OF SOIL DEPOSITED BY CONSTRUCTION TRAFFIC AS REQUIRED TO PREVENT SOIL RUNOFF AND FUGITIVE DUST 9) INSPECTIONS SHALL BE MADE JOINTLY BY THE CONTRACTOR AND THE CONTRACTING AUTHORITY EVERY SEVEN CALENDAR DAYS. THE CONTRACTOR SHALL IMMEDIATELY BEGIN CORRECTIVE ACTION ON ALL DEFICIENCIES FOUND. THE FINDINGS Of THIS INSPECTION SHALL BE RECORDED IN THE PROJECT DIARY. THIS PPP MAY BE REVISED BASED ON THE FINDINGS OF THE INSPECTION. THE CONTRACTOR SHALL IMPLEMENT ALL REVISIONS. ALL CORRECTIVE ACTIONS SHALL BE COMPLETED WITHIN 3 CALENDAR DAYS OF THE INSPECTION. 10) NON -STORM DISCHARGES INCLUDE SUBSURFACE BRAINS ILE LONGITUDINAL AND STANDARD SUB -DRAINS), SLOPE DRAINS AND BRIDGE END DRAINS. THE VELOCITY OF THE DISCHARGE FROM THESE FEATURES MAY BE CONTROLLED BY THE USE OF PATIO BLOCKS, CLASS STONE OR EROSION STONE. 6) BAR SUPPORTS SHALL BE MADE OF DIELECTRIC MATERIAL, OR WIRE BAR SUPPORTS SHALL BE COATED WITH A DIELECTRIC MATERIAL THAT IS COMPATIBLE NTH CONCRETE (SUCH AS EPDXY OR VINYL). 7) UP SPLICES, OTHER THAN THOSE SHOWN ON THE DRAWINGS, ARE NOTALLOWED UNLESS LOCATION IS APPROVED BY THE ENGINEER. 8) DESIGN LIVE LOAD SHALL NOT BE ALLOWED ON THE FOUNDATION FOR 7 DAYS AFTER POURING UNLESS APPROVED BY THE ENGINEER. NO CONSTRUCTION EQUIPMENT SHALL BE ALLOWED ON THE FOUNDATION UNTIL IT HAS REACHED 10094 OF THE DESIGN STRENGTH. FALSEWORK IS TO REMAIN IN PLACE UNTIL THE CONCRETE PLACED HAS REACHED 75% OF THE DESIGN STRENGTH. 9) CONCRETE CONTAINING CALCIUM CHLORIDE SHALL NOT BE USED, ALL OTHER ADMIXTURES SHALL BE SUBMITTED TO ENGINEER FOR APPROVAL 10)DRAWINGS IN THIS DOCUMENT GO NOT REFLECT THE EXACT LENGTH OR QUANTITIES OF STEEL BARS. IT IS THE CONTRACTORS RESPONSIBIUTY TO VERIFY THE REQUIRED AMOUNTS AND SUBMIT SHOP DETAIL REINFORCING DRAWINGS FOR APPROVAL. 11) ALL RESAR SHALL BE INSPECTED BY A THIRD PARTY PRIOR TO PLACEMENT OF CONCRETE FOR CONFORMANCE WITH DRAWINGS AND ACI+ASTM STANDARDS. 12) ALL CONCRETE PUCEMENTS SHALL BE TESTED FOR AIR CONTENT AND SLUMP IN ACCORDANCE `MIH ASTM CIM, ASTM MI. AND ACI 31 S. FOR EACH CONCRETE PUCEMENT, CONTRACTOR IS TO TAKE A MINIMUM OF THREE (3) CYLINDERS FOR EACH OF THE FOLLOWING BREAKS: 3 DAYS, 7 DAYS, 28 DAYS, AND TWO SPARE CYLINDERS FROM THE FIRST 10 YARDS OF CONCRETE DELIVERED TO THE JOB SITE AND FOR EVERY 50 YARDS THEREAFTER, OR THE LAST TRUCK RECONSTRUCTED TRAIL STATIONING 2+50.00 12+76.00 13+44.61 - 16+65.70 TRAIL RECONSTRUCTION RECONSTRUCTION AREAS: CONTRACTOR TO CUT & RE -GRADE SECTIONS OF TRAIL & SHOULDER NECESSARY TO OBTAIN 2.% CROSS SLOPE ACROSS TRAIL AND 3% CROSS SLOPE ACROSS SHOULDER. SEE PLAN FOR SPECIFIC LOCATIONS 1'-O SHUUWI E%1511NG 2-3F GRADE r RECONSTRUCTED TRAIL CROSS SECTION 1 9+157 B1.DD 2% TRAIL CROSS SLOPE 2-3R IQ E%I`'Z1NG GRADE 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI TRAI LRECONSTRUCTION CROSS SECTION hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319( 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 ll'1'IY'il 11111 co \ \ \ \ \ \ \ cn BE DE ED / c CH 15, 2018 i�\ i� ` RAWING LOG CONTRACTOR TO REMOVE EXISTING & INSTALL Hare Isso9DFOR ce CRUSHED LIMESTONE <J' AGGREGATE TRAIL 0 2- oxiuxu DEPTH wn-n cesir*ce is INSTALL COMPACTED, 1- ROADSTONE GRAVEL SUB -BASE 3-4' LANDSCAPE FABRIC RE -SURFACED TRAIL CROSS SECTION %t (WS) e�.o TO INSTALL COMPACTED 1" ROADSTONE ON EXISTING SUB -BASE TO BRING UP TRAIL GRADE. 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI TRAIL RESURFACE CROSS SECTION hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319)338-7557 FAX: (319)358-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 .ww. CIi g, n_ ACCESS: CONTRACTOR TO ACCESS VIA HICKORY HEIGHTS LANE EASEMENT (SEE C0.02 FOR EASEMENT MAP) kens Entrance t HP I f ' —' BRIDGE 3 (STEEL) & REVETMENT f ) SHEETS S3.00 -S3.03 & C4.01 -C4.02 ! 'Vest Prairie'r ���' The.Transvaat r � � ACCESS: ! t COORDINATE WITH OWNER TO WHICH ""k CONSTRUCTION ACCESS LOCATION TO ` ' ( USE. ! r FIRST AVE CONSTRUCTION ENTRANCE. ! ` CONTRACTOR TO UTILIZE FOR AREAS e CONTAINED WITHIN SHEETS C2.00 .. r 4 y �Ickory FHH Park r-,--------------- -- f I rs r I T F Hickory HHWanriFRe na Prairie e FIRST AVENUE l SHEETS C2.00 -C2.12 bnth AveliUe Entrance #2 BRIDGE 2 (REVETMENT) SHEETS C2.11 AND C4.01 -C4.02 ACCESS: 7TH AVE ENTRANCE. CONTRACTOR TO UTILIZE FOR AREAS CONTAINED m WITHIN SHEETS C2.00. 1 cfl-c:kIYI • STAGING _ — _ — _0_ ACCESS ACCESS MAP TO HICKORY HEIGHTS LANE EASEMENT 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT -PHASE t PROJECT MAP ACCESS & STAGING hbk HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52260 PHONE: (319) 338-7557 FAX: (319) 368-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 M BE DETERMINED GENERAL NOTES: 1. HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. 2. INTEGRITY OF TRAIL DAMAGED BY CONSTRUCTION ACTIVITY SHALL BE NOTED AND BECOME THE RESPONSIBILITY OF THE CONTRACTOR. SHEET C2.05 SHEET C2.06 rl � I h \ C1\ \ \ ?O\ -SHEET C2_03 - - SHEET C2.04 r SHEET C2.02 ---------- I � ----------J r------------ SHEET C2.11 r---------- " I SHEET C2.10 L ----------- SHEET C2.08 L ----------_J SHEET C2.09 I SHEET 112.12 J — J LEGEND EXISTING BRIDGE ® RECONSTRUCTED TRAIL 1 y 1111i"WCL1L 7/0WR RE -SURFACE TRAIL BRIDGE 2 REVETMENT (SHEETS C2.11 & C4.01) /_110161 *'R9 a GRAPHIC SCFLE 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI FIRST AVENUE TRAIL ALIGNMENT MAP hbk SNGINSSRING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CIN, IA 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 I IOTA ISTRATMENT I OF LABOR REGISTRATION NO. 00527328 �r TO BED TIRED 700 695 690 685 0 LEGEND_ ®EXISTING BRIDGE TRAIL - EXISTING TRAIL RE -SURFACE TRAIL RECONSTRUCTION "l✓�rS� PROTECT LARGE TREE I REMOVE DEAD TREE BEGINNING OF INDEX TIES INTO 1STAVE ENTRANCE EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR SHALL ENSURE INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. *NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. 1 o s 1a m GRAPHIC SCPLE hbk = PROJ9Jl INWFR 17-0042 PR6IEC. K.LE HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI slaer7rlle: FIRST AVENUE TRAIL PLAN & PROFILE hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319)338-7557 FAX: (319)358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 CF0 rBEDE(fffED w1EclFnm: MARCH 15, 2018 DRAWING LOG mm IMED FCR m m oPICAHN BCq£ OESKN TJK PAD 0.11.17 W^p PENEW TJK PM 11-1117 pENEW TM MO 1617-17 M[91FIEO8 tam -7 DEsIEx Docs vK RJa 16AIB PINE PVNS WKN RIA PNWECT M.WGAO[ A. ASHBACKER 701 NEW T PROF" F AFTER RPC INST ELATION OF BRID EXISTIN TRAIL CENTERLINE EXISTING B UDGE - - - 691 F .pnpm, po 0 Iq0 10 IqO a m o 0 N 1D p 6& ?S 1 o s 1a m GRAPHIC SCPLE hbk = PROJ9Jl INWFR 17-0042 PR6IEC. K.LE HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI slaer7rlle: FIRST AVENUE TRAIL PLAN & PROFILE hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319)338-7557 FAX: (319)358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 CF0 rBEDE(fffED w1EclFnm: MARCH 15, 2018 DRAWING LOG mm IMED FCR m m oPICAHN BCq£ OESKN TJK PAD 0.11.17 W^p PENEW TJK PM 11-1117 pENEW TM MO 1617-17 M[91FIEO8 tam -7 DEsIEx Docs vK RJa 16AIB PINE PVNS WKN RIA PNWECT M.WGAO[ A. ASHBACKER LEGEND: EXISTING BRIDGE TRAIL -_ EXISTING TRAIL RE -SURFACE TRAIL RECONSTRUCTION RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. REMOVE OVERHANG TREE 1 (STATION ]+38) *TRAIL TO BE WIDENED TO 6FT AS SHOWN. EXISTING TRAIL IS NARROW (STATION25 -12+75) EXISTING ADS PIPE IN TRAIL (STATCN 3x27) REMOVE (4) DEAD TREES (NORTH OF TRAIL) (STATION 4+15) a s to m GRAPHIC SLPIE 705 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT-PHASEI FIRST AVENUE TRAIL PLAN & PROFILE hbk ENGINEERING MBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 338-7557 FAX: (319)358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 n" .............. TO BE DE R I D 700 701 EXISTING TRAIL CENTERLINE - - 695 69; 690 691 685 m m m $ m o 4 m m 68: p+ - 1+00 Bann +7F 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT-PHASEI FIRST AVENUE TRAIL PLAN & PROFILE hbk ENGINEERING MBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 338-7557 FAX: (319)358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 n" .............. TO BE DE R I D LEGEND. NIM EXISTING BRIDGE PROTECT EXISTING TREES EXISTING MANHOLE (S7ATICN Srfn m MH A REMOVE (2) DEAD TREES "TRAIL TO BE WIDENED TO 6FT AS SHOWN. EXISTING TRAIL IS NARROW (STAT M 2N -12.75) TRAIL F--_ _ EXISTING TRAIL RECONSTRUCTION REMOVE(2)STUMPS RE -GRADE TRAIL AND PROTECT(2)TREES SHOULDER 2-3% THIS Q DIRECTION TO PROMOTE NATURAL WATER FLOW l) l) AWAY FROM TRAIL. RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE r r NATURAL WATER FLOW \I- \) AWAY FROM TRAIL. 0 1. GRAPHIC SG 700 VU li 695 EXISTING TRAIL CENTERLINE - 69,1 690 691 685 m f0 0 m m P 0 0 IV O ,PG 681 4+75 + 6+00 +00 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASE? FIRST AVENUE TRAIL PLAN 8 PROFILE hbk HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE:1319) 338-7557 FAX: (319)358-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 E DETERhTRED li E DETERhTRED LEGEND:IIIIIIuIWlllllllllllu EXISTING BRIDGE - RECONSTRUCTION TIL EXISTING TRAIL RE -SURFACE TRAIL REMOVE DYING TREE `TREES, SHRUBS, AND VEGETATION TO BE csrnnaN>wal REMOVED TO OPEN UP AREA NEAR CREEK *SPECIFIC LOCATION TO BE DETERMINED IN - PROTECT SHRUBS PROTECT CLUSTER FIELD BY ENGINEER AND PARK ALONG BOTH SIDES OF TRAIL. PROTECT TREE OF TREES SUPERINTENDENT. ^ (STATOR 7118) 7C It M m RE -GRADE TRAIL AND SHOULDER 2-30 r r THIS DIRECTION TO PROMOTE NATURAL Q `) l) WATER FLOW AWAY FROM TRAIL. r� ADJUST TRAIL Q Q FORK TO REMOVE HIGH SPOT TRAIL TO BE WIDENED TO SHOWN. NOTE: HEAVY EQUIPMENT & FIRST 20 FT OF PRIMITIVE Q TRAIL TO NORTH TO EXISTING TRAILAIL IS I(S NARROW (9TAnON 3✓A-1NT5) MACHINERY IS PROHIBITED ON RECEIVE LIMESTONE EXISTING BRIDGES. AGGREGATE SURFACING. 700 695 r 25 5 10 GRVHICSCALE 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI FIRST AVENUE TRAIL PLAN 8 PROFILE hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52200 PHONE: (319( 338-7557 FAX: 13191359-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 ........... TN d LEGEND; RMEMM EXISTING BRIDGE WX 695 RECONSTRUCTION � IL EXISTING TRAIL RE -SURFACE TRAIL PROTECT SHRUBS ALONG TRAIL HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASE 1 exenTmF: ZA FIRST AVENUE TRPLANBPROFILEAIL exuxEe phbk� p Q Q � Q Q -L✓w}1r ENGINEERING HBK ENGINEERING, LLC 599 S. ST. IOWA CITY,ITY, IA IA 5 522b0 PHONE: (319) 339-7557 FAX(319)359-2937 'TRAIL TO BE WIDENED TO 6FT AS SHOWN. IowA DEPARTMENT EXISTING TRAIL IS NARROW OF LABOR (STATION 2.50-12.75) REGISTRATION NO. 99527329 GMPHIC SC E OMFA: cn♦ es �ovw uT� 695 690 EXISTING TRAIL CE TERLINE I - m m � N m b r m o o m 1yV � ® [V r 0 m b m m m 685 Fps 1n+nn +nn 11+e0 LEGEND:lum EXISTING BRIDGE - TRAIL - EXISTING TRAIL RECONSTRUCTION *TRAIL TO BE WIDENED TO 6FT AS SHOWN. EXISTING TRAIL IS NARROW (STAnON 2-W-12+75) PROTECT COTTONWOOD TREE (STATION 11-79) EXISTING MANHOLE (STAnM 11-09) MH Q *TREES, SHRUBS, AND VEGETATION TO BE REMOVED TO OPEN UP AREA NEAR CREEK PROTECT *SPECIFIC LOCATION TO BE DETERMINED IN FIELD BY ENGINEER AND PARK COTTONWOOD TREE SUPERINTENDENT. PROTECTTREE RE -GRADE TRAIL AND (STAnM 12.0) SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW Q TOWARDS RAVINE. a� S *CLEAR OUT UNDERBRUSH AND EXTEND NEW TRAIL FURTHER AWAY FROM COTTONWOOD TREE TO THE NORTH IN THIS AREA. PROTECTTREES AT THE FORK OF INTERSECTION DRAIN TILE 1 RPPLIGAON (.•4.00 RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. PROTECT OR REMOVE & REPLACE BENCH (STATION 13+92) u Q � � Q f3 Q REMOVE DEAD TREE PROTECT ALL TREES IN THIS AREA. REMOVE (1) DEAD TREE BY BENCH. 9 GG GRAPHIC SCALE Inc _..EII. I 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI FIRST AVENUE TRAIL PLAN 8 PROFILE hbk ENGINEERING HBK ENGINEERING, LLC 589 S. GILBERT ST. IOWA CITY, IA 522A0 PHONE: (319( 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO.. 0052E 3,28 GIVING 1 )1)1FLs- f' wrrrn Tuu ��J I T DETERMINED ,r CD LEGEND: ®EXISTING BRIDGE — TRAIL RECONSTRUCTION EXISTING TRAIL EXISTING BRIDGE SHALL BE'NOTE: HEAVY EQUIPMENT & MACHINERY PROTECTED DURING CONSTRUCTION. IS PROHIBITED ON EXISTING BRIDGES. CONTRACTOR TO ENSURE INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. %. 705 700 695 m 685 TRAIL NORTH & EAST SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET 131.00. RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. F_ W% FE .BBAR3 WATER BAR TYP.� C4.00 NO VERTICAL GRADING OR BERMING TO WATER BAR TVP. WATER BAR BLOCK NATURAL WATER FLOW TOWARDS PROTECT EXISTING PVC PIPE—Qy CREEK. (STATlM15.M REMOVE EXISTING CULVERT (STATION 16+20) o m GRAPHIC SfALf - - - -- - - I_. I IV 705 - - ---- - / MATCH EM TING GRAD EXISTING GRAD / i 700 i PROPOSED GRAD INSTALL WATER 3AR, TYP. - -- ---------- — 695 ' GRACE 690 EXISTING BRIEGE m e m e m r m ITT 10ITTcd ITT 8m m m g'r 9 ar 8 81 685 Fnn 15+00 6+ +75 17-0042 I HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI FIRST AVENUE TRAIL PLAN 8 PROFILE hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERTST. IOWA CITY, IA 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527328 i .......... LEGEND:®QI EXISTING BRIDGE - TRAIL RECONSTRUCTION EXISTING TRAIL RE -SURFACE TRAIL r 17-0042 HICKORY HILL PARK IMPROVEMENTS `.f "°' PROJECT -PHASE 1 axaerm� NORTH & EAST SIDE OF TRAIL TO BE FIRSTAVENUETRAIL INSTALLED PER DETAIL ON SHEET 131.00. PROTECT REMOVE DEAD TREE x�PLAN BPROFILE Is7AnoN 1a•SaI RE -GRADE TRAIL AND SHOULDEROAK TREE s / THIS DIRECTION TO PROMOTE NATURAL � lsranoNie.lo7 WAoTER FLOW TN 14,75 STATION oaOWARDS RAVINE.(STAT' / y' / hb1 K ENGINEERING PROTECT LARGE HBK ENGINEERING, LLC REMOVE OVERHANG TREE COTTONWOOD TREESM IOWAdiV IA 52240 (STAnON 18N6) PHONE: 13 7 91 338-7557 PROTECT OAK TREE FAX: DEPARTMENT (STNnoN Ie+aI IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 GRPPHIC SCNLE J111 sl tI f til e.i�iuu � Im .M- w:`. �TO BECRIAINED cn LEGEND: ®EXISTING BRIDGE — TRAIL EXISTING XISTING TRAIL 715 710 705 V(9I9] *NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. REMOVE (2) DEAD TREES -7 a — – EXISTING BRIDGE SHALL BE PROTECTED DURING \ ` CONSTRUCTION. \ CONTRACTOR SHALL ENSURE INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. \ o POTENTIAL FUTURE D�PART NCERNS. ,y \ MAY BE ADDRESSED AHIS CONTRACT. RE -SURFACE TRAIL NORTH & EAST SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET B1.00. RE -GRADE TRAIL AND SHOULDER 23% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. T (STATION 2MW-STATON 2-30) `l CK V"5 PROTECT (2) LARGE TREES (STATON2 W lillr,70 17-0042 I HICKORY HILL PARK I IMPROVEMENTS PROJECT- PHASE I FIRST AVENUE TRAIL PLAN & PROFILE hbk RNGINRRRING HBK ENGINEERING, LLC 609S - 09S. GILBERTST. IOWA CITY, IA 52240 PHONE: (319( 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OFLABOR 0 REGISTRATION NO. 00527328 GRAPHK:6CALE w.�.wxa.wre�accy VA 710 �j '� 4 1 ;`` DErEgMn�R �J N 705 0 700 21+00 21+25 EXISTI G TRAIL CENTERLINE EXISTING BRIDGE cq o lillr,70 17-0042 I HICKORY HILL PARK I IMPROVEMENTS PROJECT- PHASE I FIRST AVENUE TRAIL PLAN & PROFILE hbk RNGINRRRING HBK ENGINEERING, LLC 609S - 09S. GILBERTST. IOWA CITY, IA 52240 PHONE: (319( 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OFLABOR 0 REGISTRATION NO. 00527328 GRAPHK:6CALE w.�.wxa.wre�accy VA 710 �j '� 4 1 ;`` DErEgMn�R �J N 705 0 700 21+00 21+25 LEGEND: WO&III01[H 1:711 *NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. NORTH SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET 131.00. RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. (STATON 23.00 - STATION 24,50) HMO 715 71C Vlfl: 70C 695 g 21 sI PROTECT(4)TREES (STATION 21rµ, STATION 23,50, STATION 21-66) ROTECT (2) HICKORY TREES TRAIL _ RECONSTRUCTION EXISTING TRAIL PROTECT TREE - NORTH SIDE (STAnIX12Y05) W� RE -SURFACE TRAIL 17-0042 PROTECT LARGE TREE NORTH SIDE OF TRAIL TO BE INSTALLED N.,.. (STATON 22.21) PER DETAIL ON SHEET 81.00. HICKORY HILL PARK RE -GRADE TRAIL AND SHOULDER 2-3% IMPROVEMENTS EXISTING BRIDGE SHALL BE OJECT - PHASE PROJECT-PHASEI THIS DIRECTION TO PROMOTE NATURAL TRAIL CENTERLI E "At° PROTECTED DURING CONSTRUCTION. WATER FLOW TOWARDS RAVINE. CONTRACTOR TO ENSURE INTEGRITY nG (srnN 25.40. STATION z�.zs) FIRST AVENUE TRAIL OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. PLAN &PROFILE _ _ I hbk n BR ENGINEERING HSK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 +nn 23+00 ADJUST TRAIL AROUND THESE TREES TO PHONE: (319) 338-7557 AVOID TREE REMOVAL. FAX: (319) 355-2937 (STATION 23 6 STATION 23+]x) IOWA DEPARTMENT OFABO REGISTRATION NO. 00527328 GRAPHICSCALE 715 710 p 1y� 705 '7 595 75 TRAIL CENTERLI E EXISTING _ _ I BR H2F +nn 23+00 231 715 710 p 1y� 705 '7 595 75 71C 705 70C 695 C 23 LEGEND:11111 1011H EXISTING BRIDGE - RECONSTRUCTION O EXISTING TRAIL RE -SURFACE TRAIL "NOTE: HEAVY EQUIPMENT & MACHINERY IS PROHIBITED ON EXISTING BRIDGES. NORTH SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET B1.00. RE -GRADE TRAIL AND SHOULDER 23% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. (STAT)N2 W-STATION2N59) PROTECT OR REMOVE 17 & REINSTALL BENCH (STATON 2425) PROTECT TREES NORTH SIDE (STATION 2-91) T PROTECT TREES NORTH & SOUTH SIDE (STATON 2-35 -24+53) NORTH SIDE OF TRAIL TO BE INSTALLED PER DETAIL ON SHEET 81.00. RE -GRADE TRAIL AND SHOULDER 2-3% THIS DIRECTION TO PROMOTE NATURAL WATER FLOW TOWARDS RAVINE. (STAnM25 Q-STATON25.25) EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR SHALL ENSURE INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. PROTECT LARGE TREE (STATION 2595) m GRAPHICSCALE 710 705 700 695 25 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI FIRST AVENUE TRAIL PLAN & PROFILE hbk HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319)338-7557 FAX: (319)358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 f oN;;B DE4djED 0 EXISTING TRAIL CENTERLINE --- - -- BRIDGE - - - - - -- ------ - - - - - OO pm m mm mm O m W m m mm m O1 b f7F 94+nn 79.110 DRI 710 705 700 695 25 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI FIRST AVENUE TRAIL PLAN & PROFILE hbk HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319)338-7557 FAX: (319)358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 f oN;;B DE4djED 0 TRAIL LEGEND: EXISTING BRIDGE - RECONSTRUCTION EXISTING TRAIL I { `NOTE: HEAVY EQUIPMENT & MACHINERY I IS PROHIBITED ON EXISTING BRIDGES, I 715 710 705 700 695 T 26 PROTECTTREE NORTH SIDE (STATON2 n) 0 PROTECT TREE NORTH SIDE PROTECT LARGE TREE PROTECT ALL TREES IN THIS AREA, UNLESS NOTED OTHERWISE. PROTECT TREE \_BENCH NORTH SIDE (STATION 2MZ EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR TO ENSURE INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. EXIS rING TRAIL CENTI.RLINE o o m m Fire ♦ i 715 710 r, 595 60 RE -SURFACE TRAIL END OF INDEX TIES BACK INTO 1ST AVE ENTRANCE s o m GPAPHIL SVJ.E 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT-PHASEI FIRST AVENUE TRAIL PLAN 5 PROFILE hbk 81WINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 3387557 FAX: (319)358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 Az� I m TEES 6" PERFORATED DRAIN LINES. DIRECTION OF FLOW INSTALL 6" DRAIN TILE (TYP.) ' ♦A 45' BEND DAYLIGHT TO CREEKAND INSTALL RODENT GUARD AT END OF PIPE. DRAIN TILE PLAN (NTS) LOCATION: SHEET C2.08, STATION: 13~50 C4.DD New 6" Trail Engineering Fabl Porous Backfill Material 6" Perforated Pipe with Sock TRAIL SECTION @ DRAIN TILES K 2 (NTS) LOCATION: SHEET C2.W, STATION: 13.50 1CiOO EXISTING TRAIL PROFILE PROPOSED PROFILE AFTER WATERBAR INSTALLATION WATERBAR MIN. 8" DIAMETER LOG EXTEND WATERBAR INTO AREA WHERE WATER CAN SHEET PAST THE TRAIL. v r WATER BAR )It -{ 'WATER FLOW V NOTES: 1. INSTALL WATERBAR AT 45°-60° SKEW TO TRAIL CENTER LINE 2. WATERBAR TO EXTEND BEYOND EITHER SIDE OF TRAIL BY A MINIMUM OF 2'-0" 3. CONTRACTOR TO FURNISH WATERBAR FROM REMOVED TREES IF DESIRED/POSSIBLE. CONTRACTOR TO FINISH 8" LOGS IF REMOVED TREES DO NOT FIT THE REQUIRED DIMENSIONS. COORDINATE WITH PARK SUPERINTENDENT. WATER BAR TYPICAL DETAIL 3 (NTS) LOCATION: SEE PLAN C 00 PLAN WOODEN 2x4 CONTINUOUS TOP AND BOTTOM RAILS (SECURE FABRIC TO RAIL) (3) TIES PER POST CONCRETE BASE TO BE USED ON PAVED AREAS ELEVATION EXISTING TREE 4'-0" HIGH ORANGE PLASTIC CONSTRUCTION FENCE WITH 2X4 TOP AND BOTTOM RAIL. STEEL FENCE POSTS AT 6'-0" OC MINIMUM (FENCE LOCATION WILL BE DETERMINED IN THE FIELD BY THE OWNER). TYPICAL ALL TREES INSIDE WORK AREA. TREE PROTECTION DETAIL (NTS) LOCATION: SEE PLAN C4.00 17-0042 I HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASE? FIRST AVENUE TRAIL DRAINAGE 8 WATER BAR DETAILS hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 I IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 lYCfP.il� 1D11 ToaER&aHwll EU G TREE REMOVAL: ANY TREE WITHIN 5 FEET OF THE G\J 4\J y\J \G) BACK OF BANK SHALL BE REMOVED. PXWKTMIMBEP: 17-0042 NOTE: EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR SHALL ENSURE INTEGRITY OF BRIDGE IS BRIDGE PROFILE NOT COMPROMISED DURING NOT TO SCALE ca.oi CONSTRUCTION. 1+1 HICKORY HILL PARK SEE DETAIL ON ° SEE DETAIL ON IMPROVEMENTS SHEET ` rl 9— &� r� SHEET C4.020A ` PROJECT-PHASE1 .MEET,IIIE: BRIDGE REVETMENT 0 O N O z z op m ml m hb r >i 'u x > To ENGINEERING EXISTING BRIDGE D HSK ENGINEERING, LLC (7 (7 509 S. GILBERT ST. = = IOWA CITY, IA 52240 PHONE: (319) 338-7557 FAX: (319) 30-2937 SEE DETAIL ON ° SEE DETnIL ON SH EET Ca D2® \ SHEET G.D2 �A IOWA DEPARTMENT OF LABOR REGISTRATION N0. 00527328 a m ° BRIDGE TOE PROTECTION (TYP.) (NTS) LOCATION: SHEET C2.11, STATION 25100 oevem�r�. -RIP-RAP REVETMENT STONE (OLIN _ �� WENDLING QUARRY OR EQUAL) roeEoerEa INeD MUST BE NATURAL STONE COLOR NOTE: EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR SHALL ENSURE INTEGRITY OF BRIDGE IS BRIDGE PROFILE NOT COMPROMISED DURING NOT TO SCALE ca.oi CONSTRUCTION. Anchor Trench y W W W y W W W y W W W W y y y W V W y V y W y W W W W y y y W W W W y W W y W W W W W W W y y y W y y y y '1 r1 y W W " y W Edge Lap W W W y W y W W y W y W y y W y W W W W y y W W y W Edge Lap W y W y 4 y y W W W y y W W W y y y W W W y y y W W W W W y y y y OSecure blanket to ground according to manufacturer's recommended anchoring pattern and minimum shown in Table 1. U Backfill ANCHOR TRENCH (12" min. anchor spacing) I Soil End Splice r-� 2" min. ❑II,i11�1�111.;� �IiIL 11 EDGE LAP (4'-0" min. anchor spacing) rWa11125i Max. slope Min. anchors <_ 3:1 1.5/yd2 2:1 2/yd2 1:1 2.5/yd- ROLLED EROSION CONTROL�t� NOT TO SCALE 0`4.02 END SPLICE (18" min. anchor spacing) NOTE EXISTING BRIDGE SHALL BE PROTECTED DURING CONSTRUCTION. CONTRACTOR SHALL ENSURE INTEGRITY OF BRIDGE IS NOT COMPROMISED DURING CONSTRUCTION. 17-0042 u HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI frm�: BRIDGE REVETMENT 4 hbk HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 335-7557 FAX: (319) 355.2937 IOWA DEPARTMENT OFLABOR REGISTRATION NO. 00527329 TO BE DETERMINED N 0 OR 31, MIB- 150pm I:WmA 1T1]D%2d,, (all tlrawiW fiks)l 171X42- Ra Bid Phase IkWO i3 -NOTES 6 SPECS PHASE t dxy PROJSiXUIIER 17-0042 Nw HICKORY HILL PARK IMPROVEMENTS ' PROJECT - PHASEI axEEiimE: WING WALL DETAIL nwru 77 IP m mxm hbk ENGINEERING :. rt®Iz•anF:.w. coxrw�E xowzaxru gens lxroeJVJ]IaR+Tzd HBK ENGINEERING, LLC '4 es NExroawEL qx OC. 6 509 S. GILBERT ST. IOWA CITY, IA 522a ma3�dRr PHONE: (319) 338-7557 FAX: (319) 358-2937 �.•,• P 8, ., r wPro e.• \aicxlSlnNEHP� - - ° d d .•_o' IOWA DEPARTMENT OF LABOR NO. 00527328 52Iox�mw, TO SCALE .02NOT $ p A. °5 Q \ mo nRr os PR: LEVIE/r/ID p / TYPICAL ABUTMENT PLAN NOTTOSCALE \\ \ L .rn.N .]rr g�� FTIDETIERI�I.N.�yD° W`BQ MARZR CH 15.2018 DRAWING LOG M4 ISSUED CB CB oxlmxuacarE m31 -I] BE91fN TJK RM .1-17 11KNOL .1611 %IREVIEW lK NO➢ 161]-1] MGp1..'E 1M1 -n DlE 0P iJK flM rda6rd Rxu PcxJs wPN J,v. PAYECi MOxlpEx: A.ASHBACKER S1.02 OR 31, MIB- 150pm I:WmA 1T1]D%2d,, (all tlrawiW fiks)l 171X42- Ra Bid Phase IkWO i3 -NOTES 6 SPECS PHASE t dxy ------------ ------------ REMOVEEXISTING BRIDGE vem were /(EXISTING BRIDGE DIMENSIONS: 20'X4') i .0 \ — ---- I \ \ \ I II I I \ I I I I I I I / I s / / uf-7�3 MEOW- i / / / / OTECT TREE TYP/$EE i DETAIL 4 SHEEJ/C4.00 / / / / I / l / / / / I I I I I 1 1 1 / I I I I I I I I 1 I I I I I/ / / / i / / / / / / / I / I / I / I / I / I I I I I I I I I 1 I 1 � I 1 � I / I I / I I / I / I I / I I / I I / I / i I I I 1 1 1 I I 1 I I 1 I I I I I I I I I I I 1 1 I I I I 1 I I I I I I I I I I 1 I 1 I I I I \ I I \ I HICKORY HILL PARK IMPROVEMENTS PROJECT -PHASE( BRIDGE 3 REMOVALS & EXISTING hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (3`19) 338-7557 FAX: (319)358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 PIUL LW CP,A Iloll] �E �ET�tlr♦INC� i - ' - -' DECOMMISSIONED TSWI: MEADOWACCESS,' FROMRESIDEy-NAL .,'EASEMENT ----------------------- ------------------------ i 4" PERFORATE ABUTMENT DRAIN FILE. SLOPE AT'5% .�-TO CREF,FC 1N8TALL R09ENT GUARDA`T END OFTILE \ I _ 26ONCRETE 444 APPROACH IDOT CLASS"V REVETMENT SEE DETAIL 3 JC4.01 DETAIL 1 IS3.02 \ 4 \ I V I I I I _ CONCRETE APPROACH DIRT TRAIL CONNECTION i I / I / / I / r / / I / —40'-W LONG 10'-0" WIDE PRE-ENGINEERED STEEL TRUSS / TRAIL BRIDGPERFORATED E / " / I / ABUTMENT DRAIN / TILE. SLOPE AT 5% / TO CREEK. INSTALL / i RODENT GUARD AT i r II END OF TILE ,� r / I � / I / r r / r / I / / 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI BRIDGE 3 / 1 PROPOSED PLAN iDECOMMISSIONEDTRAIL .� I I ua, ' hbk I I I II ENGINEERING 1 1 I I HBK ENGINEERING, LLC I II 609 S. GILBERT ST. IOWA CITY, IA 52240 II PHONE: (319) 338-7557 FAX: (319) 358-2937 I I I IOWA DEPARTMENT OF LABOR REGISTRATION 'I NO. 00527328 I I I I i I gVNER:�N I II /i I r I I / I I / I / I I , cnr oc ioa.. ucr I I I � 11 GP/6gER i 1 I 1 1 _ � i 1 I I O xr I I ^ TO BE DETFNED I \( Iy I N) II I MARCH 15, 2018 DRAWING LOG I IIT, CD Q rr O :5 690 685 HYDRAULIC INFORMATION: DRAINAGE AREA = 45 ACRES MANNING COEFFICIENT = 0.0035 STREAM BED ELEVATION = 691.00 Q10 = 71.35 FT3/S V10 = 4.27 FT/S STAGE ELEVATION = 692.21 Q50 = 97.34 FT3/S V50 = 4.74 FT/S STAGE ELEVATION = 692.45 Q100 = 171.77 FT3/S V100 = 5.69 FT/S STAGE ELEVATION = 693.01 Q500 = 218.05 FT3/S V500 = 6.14 FT/S STAGE ELEVATION = 693.30 EXTREME HIGH WATER = UNKNOWN ANTICIPATED SCOUR = ABUTMENT SCOUR NOT CALCULATED BRIDGE OVERTOPPING OCCURS AT ELEVATION = 695.81 LOCATION INFORMATION: JOHNSON COUNTY SW SE SECTION 2 TOWNSHIP 79 N, RANGE 6 WEST SEE SHEET C.00 FOR SPECIFIC LOCATION Station NORTH BRIDGE PROFILE sDUL x.r.s PCC APPROACH SLAB CRUSHED AGGREGATE gTRAIL NORTH T.s BRIDGE APPROACH SECTIONS L scNL x. 7 • JB RAIL GONAL BRACE FETY RAIL LANK SUPPORT 700 II m 685 DECK FLOOR BEAM %TINORTH BRIDGE SECTION J SCALL N.TS hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527328 cnv 'os ,oww ui• mxmnc�ox TO BE DETERMINED dreaEnren: MARCH 15.2018 DRAWING LOG WING WALL BOTH SIDES OF ABUTMENT WING WALL BOTH SIDES OF ABUTMENT (SEE DETAILS 4 & 5 ON SHEET S1.02) BRIDGE L (SEE DETAILS 4 & 5 ON SHEET S1.02) I \ \ 14' ANCHOR! ANCHORC q ro \ [V VERIFYANCHOR I VERIFY ANCHOR N SPACING WITH BRIDGE SPACING WITH BRIDGE MANUFACTURER MANUFACTURER ANCHORS PER ANCHOR i BRIDGE ANCHOR f. MANUFACTURER BRIDGE IL ' EXPANSION JOINT BETWEEN ABUTMENT AND SLAB. COMPACTED GRANULAR BACKFILL. _\_ A, 5, 40' STEEL BRIDGE ABUTMENT FOOTING PLAN SCALE N.LS 4F POROUS BACKFILL. PLACE TO ELEVATION 4" ABOVE HIGH POINT OF DRAIN. 1-4 4" ABUTMENT SUBDRAIN, SEE SHEET S3.01 FOR ALIGNMENT AND SLOPE. 3 ABUTMENT BACKFILL DETAIL SCALE N.T.S 1'-0" #4 REBAR TIE @ 12" D.C., SEE DETAIL 51S3.03 FOR SPECIFICS. T-0" SPACING, TYP. r- HELICAL TO r HELICAL HELICAL PILE. 6) (BATTERED) 30' 5 KIP (SERVICE) HELICAL PILE. HELICAL PILE. MIN. CAPACITY. 25 KIP (SERVICE) (BATTERED) 30* MIN. CAPACITY. 5 KIP (SERVICE) MIN. CAPACITY. 40' STEEL BRIDGE ABUTMENT REAR ELEVATION SCALE N.LS I 17-0042 HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASEI BRIDGE 3 DETAILS & SECTIONS NOTE: FINAL DIMENSIONS NEED TO BE VERIFIED " hbk ENGINEERING WITH PRE-ENGINEERED BRIDGE MANUFACTURER— #4 TIES @ 12 O.C. z } VERIFY ANCHOR HBK ENGINEERING, LLC ANCHOR BOLTS 509 S. GILBERT ST. SPACING WITH BRIDGE IOWA CITY, IA 52260 (PROVIDED PHONE: (319) 339-7557 HELICAL PILE. HELICAL PILE. FAX: (319) 358-2937 (BATTERED) 30' (BATTERED) 30' IOWA DEPARTMENT 5 KIP (SERVICE) HELICAL PILE. 5 KIP (SERVICE) GF LABOR MIN. CAPACITY. 25 KIP (SERVICE) MIN. CAPACITY. REGISTRATION MIN. CAPACITY. NO. 00627328 NOTE: FINAL DIMENSIONS NEED TO BE VERIFIED " WITH PRE-ENGINEERED BRIDGE MANUFACTURER— #4 TIES @ 12 O.C. z } VERIFY ANCHOR ANCHOR BOLTS i SPACING WITH BRIDGE (PROVIDED MANUFACTURER 94 TIES @ 12" O.C. 1r z ,y z • 5)#5 LONGITUDINAL BARS mxmnc�ox 4)#4 LONGITUDINAL TO BE DETERMINED BARS, TYP. (U.N.O.) T" j (2) #5 BARS CONTINUOUS #4 TIES @ 12" O.C. OVER BEARING PLATES iii '� BEARING PLATES AN PIRAL AT TOP OF EACH ANCHORS PER BRIDGE ".-MARCH HELICAL PILE 7 TURNS OF MANUFACTURER. #3 BAR, 12-0,2.5- PITCH 15, 2018 17 DRAWING LOG 5) #5 LONGITUDINAL BARS i(BEYOND) WING WALL FOOTING BATTERED HELICAL PILE, SEE DETAIL 253.03 FOR STRAIGHT HELICAL PILE, (BEYOND) SPECIFIC LOCATION SEE DETAIL 2153.03 FOR SPECIFIC LOCATION BEARING E NOTE: 4 BEARING DETAIL 5 ABUTMENT SECTION ALL BARS ARE EPDXY COATED SCALE N.LS SCALE: N.T.S MATERIAL AND INSTALLATION NOTES: GENERAL FABRICATION NOTES: 1. COMPLY WITH REQUIREMENTS INDICATED FOR MADENIALS, THICKNESSES, FINISHES, COLORS. DESIGNS, SHAPES, SIZESAND DETAILS OF CONSTRUCTION. 2. DESIGN,FABRICATE, AND INSTALL SIGN(S) ASSEMBLES TO PREVENT BUCKLING, OPENING UP OFJOINTS, AND OVER STRESNNGOFWELDS AND FASTENERS. 3. FABRICATE SIGN IN SHOP TO THE GREATEST EXTENTPOSSIBLE TO MINIMIZE REM ASSEMBLY 4. CONCEAL FASTENERS IF POSSIBLE OTHERWISE, LOCATE FASTENERS TOAPPEAR INCONSPICUOUS. D 5. FORM PANELS TO REWIRED SIZEANO SHAPE. COM1PLYWITH REQUIREMENTS INDICATED FOR DESIGN DIMENSIONS, FINISHES, COLOR AND DETAILS OF CONSTRUCTION. B. COORDINATE DIMENSIONS AND ATTACHMENTS METHODS TO PRODUCE MESSAGE PANELS WITH CLOSELY FITTING JOINS. GUY PAM d RECREATIAN CEPARTFffMLCGO-SWIISID WHILE. PAINTED ON BY WN'ITI MONOLITH SIGN, COPY ON BOTH SIGN PALES {ALUMINUM PL W61 -i6. FOWDERCMIED GROWN Al4TGN EXISTING SIGNCOLOA MIANATION 1. VERIFY INSTALLATION CONDITIONS PRE INSTALLATION 1. INSTALL SIGN IN LOCATIONS INDICATED USING NOMINAL DIMENSIONS. THE OWNER WILL STAKE GENERAL LOCATION OF EACH SIGN IN THE FIELD PRIOR TO INSTALLATION. 2. INSTALL SIGN LEVEL, PLUMB AND AT HEIGHTS INDICATED. D CLEANING, PROTECTION AND REPAIR 1. REPAIR SCRATCHES AND OTHER DAMAGE WHICH MIGHT OCCUR DURING INSTALLATION 2. REPLACE COMPONENTS WHERE REPAIR WERE MADE BUT ARE STILL VISIBLE TO THE UNAIDED EYE FROM A DISTANCE OF IO FEET. 3. REMOVETEMPORARYCOVERINGANOPROMCTIONTOADJACENTWORI(AREAS. CLEAN INSTALLED PRODUCTSINACCORDANCEWITH OWNERS INSTRUCTIONS PRIOR TO OWNER'S ACCEPTANCE 4. REMOVE CONSTRUCTION DEBRIS FROM PROJECT SITE, DISPOSE OF IN AN APPROVED MANNER. GENERAL NOTES 1. CONCRETE FOOTING TO BE UGHTLY SAND BLASTED. TOBECOORDINATEDWITHCITY 2. UNLESS OTHERWISE SHOWN OR SPECIFIED, CONSTRUCTION FORMWORK FOR CONCRETE SURFACEWHICH WILL BE E%POSEOTO VIEW IN THE COMPLETED PROJECT, WITH FORM PLYWOOD, METHOD OR OTHER ACCEPTABLE PANEL-WPE MATERMI, TOPROVIOECONDNUWS, STRAIGM, SMOOTH FNPOSEO SURFACES. FURNISH IN LARGEST PRACTICABLE SIZES TO MINIMIZE NUMBEROF JOINTS 3. PROVIDE FORM MATERIALWITH SUFFICIENT THICKNESS TO WD'HSTAND PRESSURE OF NEWLY -PLACED CONCRETE WITHOUTBOW OR DEFLECTION. 4 C A SIGN FACE AND GPPPHICSTO BE COVEPEDWITHCLEARNIMUV P6N INHIBITINGFILM V 1. y ORMANCE APHICS fPEC. HIGHTHICK TOMHIH HCUBiOM HIGH PR R ARAN MATERIAL CUSTOMPRESSURE Park GRADE AOTY PAMIDENTIFICATIOH YRHIRE MOUNTED MOUMEDWITM Hf OTO D WHITENSEVI SWISS 721 BOLO m N SOCNAWA BLACKPER Wlj'LONG.{'SG BUTTOx COCNET CAP BLACK OIW 9riiEWS. OXIDE § P€ Name c0xoErvsEDITAuq H '^ ? GPAPHILB BE trz•sTRPE,wxTE - GOWNEDSIGNFACEAWITH GOWNED WITH CIEARvwrLw L : INHiBRINGHLM § -^ N PARK n00RES5 iwLLWA rRNLILEu ODIC CONDENSEDIT zl �N NNCExsEOlrwCj rU• - E-SWW TALO - e WDENSEDIIsLIC) c0xDExssOrtnLE7 ALUMINUM SIGN AEkDE 6, CRY PAM S RECREATION GRASS PATTERN WHITE AWDCAO CEPARTOEMLOGO-SWI1' 10 PAINTED ON BY CHAMFER ttP ` I� / PATTERN SUPPLIED BY OWMFB I 12 0-12WEL0/BEST MNCIICE WHILE, WNRMTOR ` Eft COn1E0PJNWN {nTNEMMING ON � SIGN COLOR IMTLH FISTING SIGN O]LIX1II — a I 1 OQ O lf" WASHEAVYWIYHEXHEAO FORCONTAPPINGBCREW6 FORCONC}'IX4.0'LENGIH {'nLUMINUM81GN M0UNNNGRATE CONCRETERASED,EX EDUGHr LL 40. HEAVY DUTY HEX HEAD WASHER TAPPING GEMS SANDBLASTED FOR CONCJ'MA 8' LENGTH § FINISHEDGMLE,LONOITILNSVnAY SEE STAFF M SELECTLCCnTN1N=AN0CSECIpN 100. HEAVY DUTY HEX HEAD § FINI&HEDGMW,WNMHONSVARY � INAUPSEORIES WASHER TAPPING SCREWS SEESELECTED SIIESCItt5Tf3F EE e _^ 3 MIH. CLEAR FDRCONLJ,'ON.0'IENGIH TOfINALff LCGTONPNOgPECIICN MPERAR®1T EWNNIMIIEB POUREOCONCWMFOUN ION Fou REOCO.CRETEFOUN0MN I - '•1 '_ ° ' ,I. ' L {' ALUMINUM SIGN SAW R a e M REEAR®12'EW AND 0 TIES R' ki FEW IT EW AND TES9 I' -Y SONOTURE FORM ~ �T {' SIGN M]UNTING PLATE b �• 'I"a^ a § T ip MIN. CLEARANCE TYP.FORREPPR I I TO CONC, EWE • IF'^�JF1 0' 1 , • {' STEEL SIGN SLAC£ tIR 6-12 WE10 WELDI BESTPR4GIICE WMPACTEDSUBBASE COMMCTEDSUBEASE {' SIGN MOUMINGRATE Lsm 6 I0HEAW. DUTY HEX HEnOWn9&A .ANGS FCR COVCtMW6-UNGTH SECTION 8 ELEVATION• PARK IDENTIFICATION SIGN • SEE SIGN LOCATION EXHIBIT NO. 1^SECT THROUGH SIGN FOUNDATION SECTION & ELEVATION: LARGE MARKER 4 C A ID IC IB 1'8 CITY PARI! 6 RECREATION HICKORY HILL PARK PARK MAP FULL COLOR r 1D• r INTERPRETIVE PANEL WXIIE. PAINTE➢ON BY COMITANT WHIM, PAINTEDOONEUk 0 GRAPHICS GRASS PATTERN BEKIE IAUTOCAD PATTERN 1 �a ' 9a TV MONDUTH SIGN, COM ON BOTH SIGN FACES, JAWMNUM PC MBII POWDER OCATED BROWN MATCH EYJSTING SIGN COLOR SIGN FACE AND GRAPHICS TO M COVERED WITH CLEAR VINYL W INHIBITING FlU1 HIGH PERFORMANCE GRAPHIGS/S GREG, ? THICK CUSTOM HIGH PRESSURE AMM E MATERIAL EXTEMOR SAMOA MATTE FINISH MOUNIEDWIMLQOTY eTHREADEDHOLBS m PER PANEL Wit LONGI' -M BUTTON SOCKET CAPMACKOMDESCREWS, T MN. CLEARANCE TYR. FOR REAR iO CONC. EDGE GENERAL FABRICATION NOTES 1. COMPLY WITH REQUIREMENTS INDICATED FOR MATERIALS, THICKNESSES, FINISHES, COLORS, DESIGNS, SHAPES, SIZES AND DETAILS OF CONSTRUCTION. 2. DESIGN,FABRICATE, AND INSTALL SIGN(S) ASSEMBUES TO PREVENT BUCKLING, OPENING UP OF JOINTS, AND OVER STRESSING OF WELDS AND FASTENERS. 3. FABRICATE SIGN IN SHOP TO THE GREATEST EXTENT POSSIBLE TO MINIMIZE FIELD ASSEMBLY 4. CONCEAL FASTENERS IF POSSIBLE OTHERWISE, LOCATE FASTENERS TO APPEAR INCONSPICUOUS. 5. FORM PANELS TO REQUIRED SIZE AND SHAPE COMPLY WITH REQUIREMENTS INDICATED FOR DESIGN DIMENSIONS, FINISHES, COLOR AND DETAILS OF CONSTRUCTION. 6. COORDINATE DIMENSIONS AND ATTACHMENTS METHODS TO PRODUCE MESSAGE PANELS WITH CLOSELY HITTING JOINTS. CITY PARI! 6 RECREATION HICKORY HILL PAM INTERPRETIVE PANEL WXIIE. PAINTE➢ON BY COMITANT WHIM, PAINTEDOONEUk 0 GRAPHICS GRASS PATTERN BEKIE IAUTOCAD PATTERN GRAPHICWITHEKT, SUMI-ED BY OWNER CONTRACTOR BO.I PRODUCEARTWORK, S OR DO DADWASHERTAPPING SCREWS FORYHEX ONDA. LENGTH J r 10' r Z FIHISIQ:D GPACE, CONMTICNBVPAY SEESELECIEDSITESCITY STAFF O TO FIRWZE LOCATION ANDD ECRON MREMTR®1i FNANOgnES T MN. CLEARANCE TYR. FOR REAR iO CONC. EDGE GENERAL FABRICATION NOTES 1. COMPLY WITH REQUIREMENTS INDICATED FOR MATERIALS, THICKNESSES, FINISHES, COLORS, DESIGNS, SHAPES, SIZES AND DETAILS OF CONSTRUCTION. 2. DESIGN,FABRICATE, AND INSTALL SIGN(S) ASSEMBUES TO PREVENT BUCKLING, OPENING UP OF JOINTS, AND OVER STRESSING OF WELDS AND FASTENERS. 3. FABRICATE SIGN IN SHOP TO THE GREATEST EXTENT POSSIBLE TO MINIMIZE FIELD ASSEMBLY 4. CONCEAL FASTENERS IF POSSIBLE OTHERWISE, LOCATE FASTENERS TO APPEAR INCONSPICUOUS. 5. FORM PANELS TO REQUIRED SIZE AND SHAPE COMPLY WITH REQUIREMENTS INDICATED FOR DESIGN DIMENSIONS, FINISHES, COLOR AND DETAILS OF CONSTRUCTION. 6. COORDINATE DIMENSIONS AND ATTACHMENTS METHODS TO PRODUCE MESSAGE PANELS WITH CLOSELY HITTING JOINTS. MONOLITH SIGN, COPY ON BOTH SIGN FACES. }ALUMINUM R,6661 -T6. PoWOFRC(19TEOPS MATCH IXISTING SIGH COLOR SIGN FACE AN D GRAPHICS TG 6E COVERED WITH CLEAR AWL W INHISHINGFlLM HIGH PERFORMANCE GRAPHICS, AS SPED. } THICK CUSTOM HIGH PRESSURE"" E MATEMAL IXTERIOR GRADE MATTE FlNIBH MOUNTED WITH (4) STY k THREACEU HOLES PER PANEL WIt LONG, t-20 BUTTON BUCKET CAP&ACKCMDESLREWS �— CITY PARK 6 RECREATIONDEPAWMENTLOGO-SWl12GI0 HICKORY HILL PAM INTERPRETIVE PANEL WITH3W WOPLK6 0 GRAPHICS CITY TO DEVELOP GRAPHICWITHEKT, PROVIDE TO THE CONTRACTOR CONTFACTORTO PRODUCEARTWORK, ANDtNSTAL J r 10' r Z TO FIMID2E LOCATION AND MARKED NJ O N AFAAAQ 1Y EW AND #S TES •5. la aI� ` 21l MONOLITH SIGN, COPY ON BOTH SIGN FACES. }ALUMINUM R,6661 -T6. PoWOFRC(19TEOPS MATCH IXISTING SIGH COLOR SIGN FACE AN D GRAPHICS TG 6E COVERED WITH CLEAR AWL W INHISHINGFlLM HIGH PERFORMANCE GRAPHICS, AS SPED. } THICK CUSTOM HIGH PRESSURE"" E MATEMAL IXTERIOR GRADE MATTE FlNIBH MOUNTED WITH (4) STY k THREACEU HOLES PER PANEL WIt LONG, t-20 BUTTON BUCKET CAP&ACKCMDESLREWS �— CITY PARK 6 RECREATIONDEPAWMENTLOGO-SWl12GI0 Z ARE PAINTED ON BY WHIMTOR W GRASS PATTERN BEIGE MUTOGN PATTER! SUPPLIED BY OWNERS fiOHEAVY DUTY HI HEAD WASHER TAMING SCREWS FORCONC?AS' LENGTH O i Q FINISIEOGRACE,CONOITIONBVPRY SEE SELECTED SITES CRY STAF F Z TO FIMID2E LOCATION AND MARKED NJ O N AFAAAQ 1Y EW AND #S TES MIN. CLEARANCE TYP FOR REAR TO CONC. ELSE COMPACTED SUBBASE SECTIELEV: INTERPRETNE SIGN • BACK 1 I 2 LA01 EXAMINATNBN 1. VERIFY INSTALLATION CONDITIONS ARE ACCEPTABLE FOR PRODUCT INSTALLATION INACCORDANCE WITH THE OWNER'S INSTRUCTION, INSTALLATION 1. INSTALL SIGN IN LOCATIONS INDICATED USING NOMINAL DIMENSIONS. THE OWNER WILL STAKE GENERAL LOCATION OF EACH SIGN IN THE FIELD PRIOR TO INSTALLATION. 2. INSTALL SIGN LEVEL, PLUMB AND AT HEIGHTS INDICATED. CLEANING, PROTECTION AND REPAIR D 1. REPAIR SCRATCHES AND OTHER DAMAGE WHICH MIGHT OCCUR DURING INSTALLATION 2. REPLACE COMPONENTS WHERE REPAIR WERE MODE BUT ARE STILL VISIBLE TO THE UNAIDED EYE MGM A DISTANCE OF IO FEET. 3. REMOVE TEMPORARY COVERING AND PROTECTION TO ADJACENT WORK AREAS. CL 114STALLEDPRODUCTSINACCORDANCEWITH OWNERS INSTRUCTIONS PRIOR TO MEWS ACCEPTANCE 4. REMOVE CONSTRUCTION DEBRIS FROM PROJECT SITE. DISPOSE OF IN AN APPROVED MANNER GENET2ALNOTES 1. CONCRETEFOOTINGTOBEUGHTLYSANDBLASTED. TOBECOORDINATEDWITHCITY 2. UNLESS OTHERWISE SHOWN ORSPECIFIED, CONSTRUCTION FORMWORK FORCONCRETE SURFACEWHICH'MLLBE F)(POSm TO VIEW IN THE COMPLETED PROJECT, WITH FORMPLYWOOD, METHOD OR OTHERACCEPTABLE PANEL -TYPE WATERLA, TO PROVIDE CONTINUOUS, STRAIGHT, SMOOTH EXPOSED SURFACES. FURNISH IN LARGEST PRACTICABLE SIZES TO MNIMZE NUMBEROFJOWES G PROVIDE FORM MATERIAL WITH SUFFICIENT THICKNESS TOWITHSTAND PRESSURE OF NEWLY- PLACED CONCRETE WITHOUTBOW OR DEFLECTION. { ALUMNUMSIGNMALE 2'4• SONOTUBIE FORM }' BIGN MOUNNNG PLATE 60. HEAVY DUTY HE( HEADWASHER TAPMNG BOARDS FOR OONC�DM6•LEIGTH i ALUMINUM SIGN } SIGN ALUMINUM MOUNTING PLATE 60. RAW DUTY HICK HEAD WASHER TAPPING SCHEViB FOR CONCA-MAB•IENGTH A3 SECTTHROUGH SIGN FOUNDATION 3 CITY PARK A RECRATIOY D DEPARTMENTLOGO-SW I1 10 WHITE, PAINTED ON BY CDMRATCR MONOLENSIGNSHY ONIGNOO WMSIGNPAGES. }ALUMINUM M, W91-10. PoWCfR WATEDM2GWN t.1N WITLN E%ISTING GICNLCLOR PARK IDENTIFICATION WHRE (TYPE -SWISSRI BOND a CONDENSEDMUQ D °o 3 9 -OLN AGN FACE AND GRAPHHS TO BE COVERED WITH CLEAR ANYL W INHIBITINGFIUI } SIGN ALUMINUM MOIMnNGPLI B 10' St' ALUMINUM SIGN BLADE 11p 6-12 WEL016ESIPMCTI j' ALUMINU M SIGN MOGWTIHG MATE PWBEDCONCRETE ON p P^ HEAVY DUTY REX READ WARNER TAPPINGSCREWS FORCONC)pArEENOTH MN. CIFAB NREPAR®12'EW AND M TIES %4 PLAN & SECTION: SMALL MARKER nN.y 1.A. AI Z M n W ��✓■ �n �• O i Q i Z O U I..L vJ Z= O¢ 0 m U aW o 3 V 3 MUEV Y NN AIIPN RDOG Planning 8 Owi$n N�v.gKOE loNL4 nnooum,n YM `V SIGN DETAILS O Y L5.02 0 8 A HICKORY HILL PARK: SIGN LOCATION CollSIS \ EXHIBIT NO. 1 NOTES oaro•�ua{om All Artwork Provided by Owner in the Form of a Vector Image Artwork Fabrication & Installed by Contractor Contractorto Provide at Least Two Color Submittal for Shop Drawings Graphic Instruction Exterior Grade Matted Firvvsh a h -.I ' C w IVGrQi FNtrMI _. O' r L y . i0 Air r I 0 r � � )� sa�rn •rv�, : v eloomingtan St. ��Eatranee 47 aq + t•, Regina C46mic M EducationCenier N ' .W 2 DOUBLESIDED DOUBLE SIDED DOUBLESIDED PARK IDENTIFICATION SIGNS Al Q1 A2 Q1 DOUBLE SIDED FRONT SIDE BACKSIDE MARKER SIGNS �Q3 Q8 B1, B2 3 INTERPRETIVE SIGNS 4 C B A F ' z w U O' z O H U O� t m a 3 v _ o � r3 D c 60 C RGGPIS annng8 Design CU SIGN LAYOUT O Y L5.03 IE Hickory Hill Park CONSTRUCTION DOCUMENTS r o�AA933gw {�#_ @y; ' Hickory Hill Park Iowa City, Iowa LANDSCAPEARCHrrEcr �-im a�l s ® Rp ... C Z®tl9�, '��? PLANNING • DESIGN ;` City Iowa City = a of Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 Resolution No. i R -ins Resolution setting a public hearing on November 20, 2018 on project manual and estimate of cost for the construction of the Hickory Hill Park Improvements Project — Phase 1, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Hickory Hill Park & Trail Redesign & Development account # R4224. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: A public hearing on project manual and estimate of cost for the construction of the above- mentioned project is to be held on the 2e day of November, 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 project manual 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 6th day of November , 2018 Attest: City Clerk Aa� It was moved by salih adopted, and upon roll call there were: Ayes: Ma or Approved by City Attorney's Office and seconded by Taylor the Resolution be Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton Q,G J FQrhedia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0003243781 11/13/18 11/13/18 $39.64 Copy of Advertisement Exhibit "A" r-�-[/> ✓� `Linn.. n i Subscribed and sworn to before me by said affiant this 13th day of November. 2018 AA_�A. tary Public q7ft 2,1 Commission expires OF is hereby given that ncil of the City of wa, will conduct a a on the Proiect in as Kanual - and now on file in x Clerk in the ah y, Iowa, d Y a y 1 meetings of the City e purpose of making o and comments id Project Manual or of making said iotice is given by order of the Council of the City of Iowa owa and as provided by law. K Fruehling, City Clerk A T Prepared by. Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 18-322 Resolution approving project manual and estimate of cost for the construction of the Hickory Hill Park Improvements Project — Phase 1, 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 project manual 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 Hickory Hill Park & Trail Redesign & Development account # R4224. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that The project manual 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 10th day of December, 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 18th day of December, 2018, or at a special meeting called for that purpose. Passed and approved this 20th day of November 2018. Attest City Clerk m4for pF roved b/ 1 -L 11-) - l� City Attorneys Office IZ k Resolution No. 18-322 Page 2 It was moved by trims and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton Q o <i. 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 - Hickory Hill Park Improvements Project - Phase 1 Classified ID: 113706 A printed copy of which is attached and made part of this certificate, provided on 11/21/2018 to be posted on the Iowa League of Cities' internet site on the following date: November 21 .2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 11/21/2018 Alan Kemp, Executive Director NOTICE TO BIDDERS HICKORY HILL PARK IMPROVEMENTS PROJECT - PHASE 1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 10th day of December 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 18th day of December 2018, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Remove and replace aggregate trail, install water bars to improve site drainage, install drain tile and subdrains, construct (1) new pedestrian bridge (steel) and associated abutments/revetment, fabrication and installation of park trail and interpretive signs and associated restoration. All work is to be done in strict compliance with the Project Manual prepared by RDG Planning and Design, & HBK Engineering of Iowa, which has 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 security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, 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: January 2, 2019 Substantial Completion: June 1, 2019 Final Completion: June 15, 2019 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms 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. A $40.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the 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 list on the Contract its 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 Julie Voparil From: Kelsey Hutchison <khutchison@mbionline.com> Sent: Wednesday, November 21, 2018 9:38 AM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 11.21.18 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 Hickory Hill Park Improvements Project -Phase 1 in Iowa City 2018 Annual Sewer Rehabilitation Project in Iowa City City Hall MPO1C Renovation Project in Iowa City 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): November 21, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. November 21. 2018 [� Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 [d] 515.657.4381 • [o] 515.288.8904 - [q 515.288.2617 [e]khutchison(la.mbionline.com • [w] hfto://www.mbionline.com/ Stay • Connected _ � h TOY DRIVE Accepting donations through December 141 10 s ro4 Tor31 RECEIVE® NOV 2 0 2018 NOTICE TO BIDDERS^ HICKORY HILL PARK IMPROVEMENTS PROJECT OhASE 1 Sealed proposals will be received by the City Clerk of the City of I'1 iowa;'"until•: s" 3:00 P.M. on the 10th day of December 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 Hail at 7:00 P.M. on the 18th day of December 2018, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Remove and replace aggregate trail, install water bars to improve site drainage, install drain tile and subdrains, construct (1) new pedestrian bridge (steel) and associated abutments/revetment, fabrication and installation of park trail and interpretive signs and associated restoration. All work is to be done in strict compliance with the Project Manual prepared by RDG Planning and Design, & HBK Engineering of Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Ofi'ice 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 security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown In Section 0510, 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) years) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specked Start Date: January 2, 2019 Substantial Completion: June 1, 2019 Final Completion: June 15, 2019 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms 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. A $40.00 fee is required for each set of the Project Manual provided to bidders or other Interested persons. The fee shall be in the form of a check, made payable to Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the 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 list on the Contract its 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 Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)3565416 Resolution No. 18-334 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Hickory Hill Park Improvements Project — Phase 1 Whereas, Calacci Construction Company, Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of $320,032.18 for construction of the above-named project; and Whereas, funds for this project are available in the Hickory Hill Park & Trail Redesign & Development account # R4224; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that The contract for the construction of the above-named project is hereby awarded to Calacci Construction Company, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 18th day of December 12018 Mor Attest City Uerk It was moved by Salih and seconded by adopted, and upon roll call there were: Ayes: X X X X X X X Nays: Approved [d - Id' I g City Attorney's Office Thomas the Resolution be Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton &,el Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 20-49 Resolution accepting the work for the Hickory Hill Park Improvements Project — Phase 1 Whereas, the Engineering Division has recommended that the work for construction of the Hickory Hill Park Improvements Project - Phase 1, as included in a contract between the City of Iowa City and Calacci Construction Company, Inc. of Iowa City, Iowa, dated March 6, 2019, be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Hickory Hill Park & Trail Redesign & Development account # R4224; and Whereas, the final contract price is $320,084.83. 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 3rd day of march , 2020 r Attest: Approved b .2-:;L -.ZV City Attorney's Office It was moved by Weiner and seconded by 'Taylor the Resolution be adopted, and upon roll call there were: Ayes: KY Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner