Loading...
HomeMy WebLinkAboutWATER IMPROVEMENTS ELLIS AVE/MCLEAN ST/MOSS ST/2006 WATER IMPROVEMENTS/ ELLIS A VENUE/ MCLEAN STREET/ MOSS STREET/2006 - --- p~ 1 crt d-.. I LU,,-+u ~F"t~.eh.Js - fJJ;~ Av.e./MC~ Sl-...-ed-/ Mosr>- s.\'f-ee.11 ~oo~ I i , 1- ~~ - v /., :&~Q.l!"LJ;.QI':l 0 6 - ~ &' .s :eJ.b:o.3........B.-P-~bL; C-. b'5fO..r:; '!:3f) u. ~_t~J~rc. h c?~ a"'k t?1:\_pLGtns_)?_~;.{;_~-i:Lo-'...\.s, -for-r:o_o-f.':. ~---L~~~;oos;..""'tt -qt: c.~.s+_ kl-:::--lke._CDr/.sJ:r....d:LPb..._c:d:: -fI...~ do~~ Wc....-t.e.y- :J:~r...r:;u.e.f:'t:led.s - -__ I-ELI:L'b_A~'-~nlA.::.e._/_I\Jkl.(.~_S-k-Ld_~_t,.:'\~, S:+~-e.~-b 8..Pd-~d d_~.~~~+;'ll9-~.Jy_c.{~,. /l..---ip-r~b.I.;_~l_/:1Db_c..~o_Ls~;.J_bg.ra.r::.;~_. c.:r).l_d.~~..D] -1h.Q..-.tdr--~y:>-Bi.!\.eV::: -+_tLT t~~-2c:ti~L".!':\j>_QI::t_ J:;.I~ ft,v: -F~.I.;-c;:......:,Y:l.sF:i-:;J;)V-\.- I ~- - I Jj-rnA-e.. -rtJll PI o.,!lS.J_,s~C s) H<D~Coab::c<d-_&fxe.. eOIJe.<:U::LQnS.) I -- ' J.o_=JY\&i'. ~ _b{J~ne..Gcs__t:s.-:bYY'~ - -- -- ----- 13 -~~<"-Cl" _ ~_"_":'c....._o" ~ \>'0\'''-_ \-.........<'-~-=f.s>.'=---~901o ~.2\.\.<oc:::I:.'!'..~c.~~..."'\..s - __~\\~~ ~""~,,"'-_,~<"'-\.~"-'" _ -\\'~ <3:.,,-6.. 't\\~_>-s -S'-t...."'<l ~-~~\s..0;_ . .:>/- ~~.::.E_IJ? ?~sol'-<l.to",- _ob- ~_~ -c:.,FF(,O.\l;-~-pJ(;.-~7-s-Fc;.t:cg.+;.o'l\$7-~rf':' 0+_ .C'OJ:\.J..,._C<.d-_Le.sJ,;.....".~__o:f_c:.os-l-~.... +J...t. C'o~d~o,=,-_Df_ ~olr;()f:, , I__~ ---- ~c.k_::t~r.o-"_<\~~~ _-__~J_);~ -A\lQn.,^~... I1\c:\~G..b-..5k~._~ M..r;.&S' 1- ---- -- I--Qc~,e:+.?r0ud-__~sJ:~bl~sb..':9_l((\'\ll....tJ._*_.b;.d..3_e::~~y_-f::o... I--~.. <Z ~o"'Ft{'(- ~f<cl-.b:.d_d;.,._(t.cJ;-'j-(';7-C.I-e>'C.K.-.J,-r...b-h~~_-<<d\J:;(,-+"S:(rxtfr,.i_ !____H _~t" b;~_ ~ ,J.x.;.~_.J:._~o(_~...d rlR..c.~ k_~~e..r:t_-o:?_i.;d$._ 1_- __ __ ______ ._ _ _____. __9..~.~ -I:> \\A I;?"C: ~\~;, ~<l'" d..Cl 0 lo~\~." '\\\J-'U-.'~~ ~,-,Ls.-"" :S-\--y--,,-~_... . ___ ,\,\\o~~..:s-\-r....~~ ~~~Y.:::t;"'-~r~~\,"~~\.s. ~....\ <<-~ , ~~~ ~~-_g_~ _ .. - -N~; ~E-_cr+~~ bJL_C. .IL,<g_v:'~~~~ ~--~:of -~-~ bJ/ c_c:J-: on -- . ---~ ____ _ _n_ ._. _____ ___ H___U_____.._______ _ ___________~___ _ __.__._ ::p~ .;r. of d)... c..OaJv -=r ""'r-o"e..........~Y\.-h _ ~ /l is. A'J'?.. / /Yicf'Yin.. Ske+! Moss. ---- __ _~r-e.~-l-- __ _ _<>?o~l-- _ _ - _. - - ~ --- ----~- -.--, ----- --~,---- --- -- ---- --- ~--- --- -----~-- --- --~--- I~- A~-: Db - ~sollA+;-Oh-t>-b - IJS-_(UOa....,d..~<;}__c:..o.~d I~ J{4:-4or~~Y13-j},~----- --- ~r -l-u S'I~y..._4.v:v::!.__fu__e7__Cl.e...lZ...::1o_a....1f:~+ CL _c..od,....t:iC..-{.__-&~_ ,-- - .c.ons1rl.<.c..--t.o",- _ __o:f _--I::k- ~DO'" E..Ujs:_AII_el:\.lA-.-<:'rMcJU<k..n_Sk02dr~Ml!Ss._ ,------- ----- _ st-r~_ uW'l-t-er_ tn-.( rove........n...-+:s_-G;,jn<t.d:.__ -- ,-------_.- - ._------_.._~._--- --- __n --- ---- ll-~: )4>- _h"fYV'::o_O_{-----:~re..-e..("&~-) --:Perfb~ :E- ----- _~_l?~~- ~_) ~ti_b'.~G h K..~___ _-- __~f__ 1~*C_~-V~(t._ _ __ --- I ~- {)q- 0" _ __Etlj;V\~eL'S_ _ :i'5,(f"'rj-- _n --- - ---- - - 1--- - -- -...------- -- - -- - - - 11- Dc=r..::..Q k _ I<.esol'-'-*'_o~~~.:_~.;!.~ .E-ccef+~V\a--l-h~-...)-(}.rll -f.o~_ t-h.e .,;},oob ___ n_ --~- - W_~..).~V" Fp"o,,~\'F\."t.r\..+-s._ _ --=-_n_~Jl.,_'>;_ A.:J_~!\.!-<--e.../ N1.=..~ert...._~--t:_n - -o-YId _f\J\o~ _ S.1ctd-_' .=2.'COJ_e..c.:l-. -- - - ---- ~- -~-_.- ---- - ------,, - ---~---- -----~-, ~ --- -- -- ------ - -- ---. ---- -- ------ - .. ________ - __ n _n__ _____ ______ __ __ ____ _ _ .._ _____n_ --. - ---- ------~.- -- ---------~- ----- ----- - - -- - ----- -- ----- -- - ,_. ---- -----~--- - - -. --- ._-------. ,- ------ --- - - -~ --- ~--~ -- --------- u_ --.------. . - --- --- --~--- - -- ---- -- ._-~---- --~-- ----~ --- ---------- .~-- - ---.--< ,-- --- ------ -- -- _ - - - ~------- --- --- - - --- ------ -" .- --- - ---- -- - --- u__ --- - -- --- ------ - --.y(',:{) C1[ Prepared by: Sarah Okenund, Civil Engineer, 410 E. Washington St, Iowa City, IA 52240, (319)350-5149 RESOLUTION NO. 06-68 RESOLUTION SETTING A PUBLIC HEARING ON MARCH 21, 2006, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2006 WATER IMPROVEMENTS - ELLIS AVENUE, MCLEAN STREET, AND MOSS STREET PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 2151 day of March, 2006, at 7:00 p.m, in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 7th day of March ,20 06 ~l.J .flL Approved by ATTEST:~..J I( ~ !fc/k(~~ ~I /f)~ CI . LERK City PI. orney's Office pweng\resJ2006wtrimprovsetph.doc 21/ca -------- - ----- . . Resolution No. 06-69 Page 7 It was moved by Champion and seconded by Bailey the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion x Correia x Elliott y O'Donnell x Vanderhoef x Wilburn --- ----- . . FILED . 20061UR 13 1\;1 8: 40 CITY CLLr-il< . IOWA. CITY, IOWA . . ~,&...- . CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION . . PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT for 2006 ELLIS A VENUE, MCLEAN STREET AND MOSS STREET . WATER IMPROVEMENTS Prepared by: . MMS CONSULTANTS, INC. 1917 S. Gilbert St. . Iowa City, IA 52240 . February 17,2006 . I h~reby certifY that this plan, specification or report was prepared by me or under my direct personal . supervision and that I am a duly Registered Professional Engineer under the laws of the State of Iowa. . Sig~~ /l(d..13 2YY6 . ~. .~~ Edward H. Brinton, P.E. IA. Reg. No. 7447 Date My biennial registration renewal date is December 31, 2007. I . All pages in this document are covered by this seal. I I I FILED TABLE OF CONT~~MAR I 3 AHpjjg~mber I TITLE SHEET TABLE OF CONTENTS CITY CLERI< ADVERTISEMENT FOR BIDS ....................................................JOWA.CiI'/,...I0WA AD-I-3 I NOTE TO BIDDERS ......................................................................................................... NB-I FORM OF PROPOSAL ..................................................................................................... FP-I-3 BID BOND ......................................................................................................................... BB-I I CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS) ........................................................ CC-]-7 RESTRICTION ON NON-RESIDENT BIDDING I ON NON-FEDERAL AlD PROJECTS ....................................................................... R-I FORM OF AGREEMENT ................................................................................................. AG-I-2 PERFORMANCE AND PAYMENT BOND .................................................................... PB-I-2 I GENERAL CONDITIONS ............................,.......................................... ......................... GC-I SUPPLEMENTARY CONDITIONS ........................................................ ......................... SC-I-5 I SPECIFICATIONS DIVISION I - GENERAL REQUIREMENTS I Section 0]010 Summary of the Work.................................................................... 01010-1-5 Section 0 I 025 Measurement and Payment ............................................................ 01025-1-8 Section 01300 Submittals ............................................................ ......................... 01300-]-2 I Section 01570 Traffic Control and Construction Facilities ................................... 01570-]-3 DIVISION 2 - SITE WORK I Section 02050 Demolition, Removals and Abandonment .................................... 02050-1-3 Section 02]00 Site Preparation ............................................................................. 02100-1-2 I Section 02220 Earth Excavation, Backfill, Fill and Grading................................. 02220-1-5 Section 02240 Trench Excavation, Bedding and Backfill .................................... 02240-1-10 Section 02510 Asphalt Cement Concrete Paving ................................................ 02510-1-2 I Section 02512 Hot Mix Asphalt Paving, Bituminous Seal Coat, and Milling ..... 02512-1-4 Section 02520 Portland Cement Concrete Paving ................................................ 02520-1-3 Section 02524 Curb Ramps ................................................................................... 02524-1-4 I Section 02660 Water Distribution ......................................................................... 02660-1-17 Section 02665 Water Service Work For Contractors............................................. 02665-] -6 Section 02751 Directional Boring and Drilling ..................................................... 02751-1-7 I Section 02920 Seeding.......................................................................................... 02920-1-4 Section 03350 Colored Concrete Finishes ............................................................. 03350-1-2 I I (Revised 03/08/06) T:I6400\64160 1 OISPEC5164160 1 050 1 JITLEINDEXDOC I I I I FILED ADVERTISEMENT FOR BIDS 2006 ELLIS A VENUE, McLEAN STREET 2006 MAR I 3 AM 8: 40 I AND MOSS STREET WATER IMPROVEMENTS CITY CLERK CITY OF lOW A CITY IOWA CITY, IOWA I Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 I AM. on the 11th day of April, 2006, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later I date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids I submitted by fax machine shall not be deemed a "sealed bid" for purposes ofthis Project. Proposals will be acted upon by the City Council at a meeting I to be held in the Emma 1. Harvat Hall at 7 :00 P.M. on the 18th day of April, 2006, or at such later time and place as may be scheduled. I The Project will involve the following: furnish and install approximately 260 square yards oftotal paving (asphalt, Portland Cement Concrete, and brick), furnish and install 1,245 lineal feet of water I main, furnish and install water hydrants, valves and water service, minor demolition, seeding, removals and other related work. I All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc., oflowa City, Iowa, which have I heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. I Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one I containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. I The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, lOW A, and shall be forfeited to the City of Iowa I City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactol)' to the City ensuring the faithful I performance of the contract and maintenance of I AD-l T:\6400\6416008\Specs\Contract Docs\Adv. for Bids.doc I ---.----- I FILED I Z00611AR I 3 said Project, if required, pursuant to the provisions AN 8: 1;0 of this notice and the other contract documents. Bid bonds ofthe lowest two or more bidders may I CITY CLERK be retained for a period of not to exceed fifteen IOWA CITY, IOWA (15) calendar days following award ofthe contract, or until rejection is made. Other bid bonds will be I returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish I a bond in an amount equal to onc hundred percent (l 00%) 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 I 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 I operation ofthe contract, and shall also guarantee the maintenance of the improvements for the period of five (5) years for paving and water I mains, from and after its completion and formal acceptance by the City. The following limitations shall apply to this I Project: Working Days: 40 Specified Start Date: June 5, 2006 I Liquidated Damages: $ 100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the I City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the Project Engineer, MMS Consultants, Inc., 1917 S. Gilbert Street, Iowa City, Iowa, by I bona fide bidders. Questions in reference to said plans and specifications should be directed to Edward Brinton, P .E. ofMMS Consultants, Inc. at I 319-351-8282 or fax. 319-351-8476. A $25.00 non-refundable fee is required for each set of plans and specifications provided to bidders I or other interested persons. The fee shall be in the form of a check, made payable to MMS Consultants, Inc. Plans and specifications will be I available on March 22, 2006. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors I and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) I 242-4721 and the Iowa Department of AD-2 I 1:\6400\6416008\Specs\Contract Docs\Adv. for Bids.doc I I I Transportation Contracts Office at (515) 239-1422. FILFD Bidders shall list on the Form of Proposal the 2006 MAR I 3 AM 8: 40 I names of persons, firms, companies or other parties CIN CLERK with whom the bidder intends to subcontract. This IOWA CITY, IOWA I 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 I subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must I be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- I quired under Iowa Statutes. The City reserves the right to reject any or all proposals, and also reserves the right to waive I technicalities and irregularities. Published upon order of the City Council ofIowa City, Iowa. I MARIAN K. KARR, CITY CLERK I I I I I I I I I I AD-3 'f:\6400\6416008\Specs\Contract Docs\Adv. for Bids.doc I , I I I I NOTE TO BIDDERS , I 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award , three references involving similar projects, including at least one municipal reference. A ward of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified 1 or may be denied based on past experience on projects with the City ofIowa City. 2. References shall be addressed to the City Engineer and include name, address and phone number of I contact person, for City verification. 3. Bid submittals are: 1 Envelope \; Bid Bond Envelope 2: Form of Proposal , Statement as Resident Bidder I, 4. The Equal Opportunity Policy Statement as included in the CONTRACT COMPLIANCE ! PROGR&\1 (ANn-DISCRIMINATION REQUIREMENTS) does not have to be submitted with Ii the bid. It must be submitted before execution of the Agreement. , Ii ...., 0 = = Ii ~o C"' ::x - o~ ::u 11 - ~o w r- Ii - I m m ,... -:0 :Jl: r; I o^ U ~ co Ii .::- 0 , I: i 1\ I I: : Ii I I NB-1 T:\6400\6416010\Specs\Contract Docs\6416010S03_Note to Bidders.doc -- -.--- - I I I FORM of PROPOSAL 2006 ELLIS A VENUE, MCLEAN STREET, AND MOSS STREET WATER IMPROVEMENTS Ii CITY ofIOW A CITY I! NOTICE TO BIDDERS: I PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF I] THE SPECIFICATIONS. SEPARATE COPIES OF TIllS PROPOSAL ARE CaNT AlNED WITHIN THE BACK COVER OF THIS DOCUMENT. I: Name of Bidder I Address of Bidder Ii 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 $ I ,m Ii 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 I: described in the Contract Documents, including Addenda , , and , and to do I all work at the prices set forth herein. Ii 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. Ii ~ I' 0 = = =- :2:0 :x )>- ".. 11 o~ = II - I -c., w ;::<r > m I -93 :z: U Ii S27' 0) <.... )> :- C> Ii I' I (Revised 03/07/06) I FP-I T:\6400\64160 1 O\Specs\Contract Docs\641601 0804_ FOffil of ProposaL doc I I I ! 2006 ELLIS AVENUE, MCLEAN STREET AND MOSS STREET WATER IMPROVEMENTS i I FORM OF PROPOSAL 3/9/2006 Item # Description Estimated U 'ts Unit Price Estimated I Quantity "' Amount 1 Mobillzation 1 LS I I 2 Traffic Control 1 LS --- 3 Remove and Replace pee Pavements and Driveways 75 SY I --.- ---- 4 Remove and Replace ACe Pavements 185 SY I ---- 5 Remove and Replace PCC Curb and Gutter 170 LF 6 Remove and Replace PCC Sidewalk 2,150 SF -- I 7 Install PCC Sidewalk 950 SF -- 8 Install PCC Curb Ramps 5 EA -J -- I 9 Water Main 6" DIP 285 LF 10 Water Main 6" PVC 815 LF I 11 Water Main Boring 140 LF I, 12 Remove Hydrant 3 EA 13 Install Hydrant with Auxilary Valve 3 EA I: 14 Install Hydrant wlout Auxilary Valve 1 EA --- ! 15 Water Valves 4" 1 EA ....., Water Valves 6" ~O = Ii 16 9 EA = "" 17 Water Service Adjacent to Main (1.0") 2 EA :n: __ _..2-; ~ 0-< ::Q 11 18 Water Service Adjacent to Main (1_5") 2 EA - - 11 ~ -;0 w I 19 Water Service Adjacent to Main (2.0") 4 EA _-<I m rn %>0 U 20 Water Service Across from Main (1.0") --, :n: 2 EA ~~ Ii 21 Water Service Across from Main (1.5") 9? 2 EA )> .&- - i 22 Water Service Across from Main (2.0") 2 EA -..- I! 23 4" Water Service Connection 1 EA 24 6" Water Service Connection 2 EA ! 1\ 25 Lawn Restoration 1 LS TOTAL Contract Cost Proposal Ii 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 betNeen any conditions of this proposal and the Contract Documents, the more specific shall prevail. Finn: Address: Ii By: Ii Title: Contact Phone: Person: I I T:\6400\64160101Specs1Contract DocsIFP-2.xls FP-2 (Revised 03108f06) I I I The names of those persons, finns, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amonnt of the subcontract, are as follows: I I I I ~ I NOTE: All subcontractors are subject to approval by City. I The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. - I The undersigned bidder states that this proposal is made in conformity with the Contract Documents I, 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 oflowa City, the more specific shall prevaiL ! Ii Finn: Ii Signature: _~____~__A."_ I II Printed Name: ...., - 0 = """ , ~~ ::K , .... Title: / ::0 11 Ii (j , -0 w ,- ;::;!. m Address: rn "'"' 0 ---n :Jl: II (J-- ~/'- C?, _~_______J2: .r:- - I Phone: I Contact: I I I FP-3 T:\6400\64160 lO\Specs\Contract Docs\64160 lOS04_Fonn of Proposal. doc --.--.---- I I I BID BOND I ' as Principal, and, , as Surety declare that we are held and are firmly bound unto the City of Iowa City, hereinafter called I "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 I shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the 2006 Ellis I Avenue, McLcan Street, and Moss Street Project. NOW, THEREFORE, I (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 I 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, I 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 I obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in I the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. I The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension ofthe time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby wai~otice I of any such time extension. ~. g;: o = )>- )>- The Principal and the Surety hereto execute this bid bond this ---C')~ of::: 11 -0 W I I __--' A.D., 2005. .;::;:! r m m :x>> . -:0 ::!l: 0 Witness Principal ~ ^ Weal) I )> r- By TTitle) I Witness Surety _. (Seal) I By (Attorney-in-fact) Attach Power-of-Attorney I (Revised 03/1 0/06) BB-I I 1'\6400\6416010\Specs\Contract Docs\64 I 60 I OS05 _Bid Bond.doc I I I , I I , I I Contract I - Compliance Progl\am i \ - I I II, ...., = I o ~ I, 5€C? ~ -1 :::0 -n 0-< - - -0 w ! I ~r :l> m -93 :Jt U ~7' 9? I: )> : i . ~,J.IL.. , i CITY OF IOWA CITY .; I: I I I I I II SECTION I - GE~'ERAL POLICY STATEMENT : I It is the palicy 'Of the City 'Of Iawa City ta require equal emplayment appartunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendars and requires them to ensure that I applicants seeking employment with them and their employees are treated equally without regard to race, calar, creed, religion, national 'Origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention ta assist employers, who are City contractors, vendors or consultants, in designing and I implementing equal emplayment opportunity so that all citizens will be afforded equal accessibility and opp'Ortunity to gain and maintain employment. I PROVISIONS: L All contractors, vendors, and consultants requesting to do business with the City must submit an Equal I Opportunity Palicy Statement before the executian of the cantract. 2. All City cantractars, vendars, and cansultants with contracts of $25,000 or more (or less if required by I anather 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 I Ordinance, which is codified at Article 2 of the City Cade. 3. Contracting departments are responsible far assuring that City contractors, vendors, and cansultants are I made aware of the City's Contract Compliance Pragrdl11 reporting responsibilities and receive the appropriate reporting fanns. A notification of requirements will be included in any request for propasal and notice 'Of bids. I 4. Prior ta execution of the contract, the campleted and signed Assurance of Compliance (located an pages CC-2 and CC-3) or other required material must be received and approved by the City. - . I 5. Contracting departments are respansible far answering questians about contractor, consultant and vendor compliance during the course of the contract with the City. I 6. All contractors, vendors, and consultants must refrain from the use of any signs or designation~ which ou:e sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. - I -' 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human II Rights Ordinance. The City's protected classes are listed at Iowa City Code section 2-3-1. ...., ~O = = "'" :x )>:::; > 11 .) :::0 I 0-' - - -10 W I :<r rn IT1 ::>> 0 -:D :lC I ~7' C? )> ~ - I I CC-I T:\6400\64160 lO\Specs\Contract Docs\64160 lOS06__ Contract Compliance. doc -- - - ------- --- I SECTION n - ASSURANCE OF COMPLIANCE I The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF TIllS SECTION I TO TIlE CONTRACTING DEPARTMENT PRIOR TO TIlE EXECUTION OF TIlE CONTRACT. With respect to the perfonnance of this contract, the contractor, consultant or vendor agrees as follows: (For the I purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take I affinnative 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, I demotion, or transfer; recruitment or recruitment advertising; layoff or tennination; rates of payor other fonns of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the I contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the I regulations (see generally 29 U.S.C. ~ 1608 ~ ~.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. I 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? I I ...;f" <t: -. 4. CbWh~~ name, telephone number and address of your business' Equal Employment Opportunity Officer? I n x: 0::_ '4 w lJJ Pleo;selpRnt) -1 (") U !:= Name Phone - U I LL )- 0::: l-<t: """ U- ~ddress 6 I = - <'-.I 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 I , posters. I -' I I CC-2 I T:\6400\64160] O\Specs\Contract Docs\64] 60 I 0506_ Contract Compliance,doc ,. ! 6. How does your business currently inform applicants, e!TIployees, and recmitment sources (including unions) that . you are an Equal Employment Opportunity employet? I , , I I I The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. I I Business Name Phone Number Signature Title I Print Name Date I I I I ....., 0 = = . ~O .,.... :x >>- o=< ::0 11 - ~O to.) r I --<, m rn ::>- o;;Q ::J:: ,.-, '-../. ~-^- co I )> .:- - I I I I CC-3 T:\6400\64160 1 O\Specs\Contract Docs\641601 OS06 _Contract Compliance.doc ------ , I SECTION III - SUGGESTED STEPS T5~-s~ EQUAL EMPLOYMENT OPPORTUNITIES I 2006 MAR 1 3 AM 8: 41 I. COMPANY POLICY Determine your company's policy regarding(;;ql;Yt ~~b~nt opportunities. Document the policy and post it in a I conspicuous place so that it is known t<l@l~ur~;J;]ljo Wilurthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation, The policy statement should recognize I 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 I advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER I Designate an equal employment opportunity officer or, at mmlmum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a I 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 I employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. I 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifYing I 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 I only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. I (c) Analyze and review your company's recruitment procedures to identifY and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support I 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. I (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related I - tests which do not adversely affeot 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. I (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair I 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. I CC-4 I T:\6400\64160 10\5pecs\Contract Docs\64160 I 0506_ Contract Compliance. doc ------- ---- I I -.:.= -~!t I ~~<ei~' ~ I FILED ~- -=., i ZDD6 MAR I 3 AM 8:4 I "& City of ~ ,- I CITY CLERK ~ eX IOWA Cln: IOWA I I I Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code I of Ordinances which prohibits certain discriminatory practices in employment Please note that the protected characteristics include some not mandated for I protection by Federal or State law. As a contractor, consultant or vendor doing I business with the City ofIowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the I City. I I I I I I I I I CC-5 T:\6400\641601 O\Spccs\Contract Docs\64 160 1 OS06 _Contract Compliance.doc -- - 2-3-1 ' . 2-3-1 I FILED ". ;-: I 2006 MAR I 3 AM -8: 42 CI;iAPTER 3 CITY CL~f-!r<CRIMINATORY P~ACTICES I IOWA CITY, IOWA SECTION: C, II shaU be unlawful for anY employer, I employment agency, labor organiza. 2-3-1: Employment; Exceptions tion or the employees or members 2-3-2: Public Accommodation; thereof to directly or indirectly adver- I Exceptlons !lse or in any other manner Indicate or 2-3-3: Credit Transactions; Exceptions publicize that Individuals are unwel- 2-3-4: Education come, objectionable or not - solicited 2-3-5: Aiding Or Abetting; Retaliation; for employment OJ membership be- I Intimidation cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual I orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: D. Employment policies relating to preg- A. ltshall be unlawful for any employer nancy and <:hildbirth shall be governed I to refuse to hire, acee pt, register. by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment I employment against any other person policy or practice which excludes from or to discharge any employee be. employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy I gender Identity, marital status, nation. Is a prima facie violation of this TItle. al origin, race, religion, sex or sexual orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- I B. II shall be unlawful for any labor orga. riage, childbirth and recovery there- nization to refuse to admit to member. from are, for all Job-related purposes, ship, apprentlceshlp or training an temporary disabilities and shall be applicant, to expel any member, or 10 Ireated as such under any health or I othe rwlse discriminate against any lemporary disability Insurance or sick appllcanl for membership, apprentlce- leave plan available In connection wilh ship or training or any member in the employment or any written or unwrit- I privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of Ing because of age, oolor, creed, employment as applied 10 other lem. disability, . gender Identity, marital porary disabilities. I status, national origin, race, religion, sex or sexual orientation of such ap- E. 1\ shall be unlawful for any person to plicant or member. solicit or require as a condition of I employment of any employee or pro. I 897 Iowa City I I CC-6 I T:\6400\64160 I O\Specs\Contract Docs\64160 I 0806 ~ Contract Compliance. doc I I 2-3-1 FILED 2-3-1 I spective employee a test for t~qp,rM~R I 3 AM ~;tff~ employer or employment agency ence of the antibody to the man . chooses to offer employment or immunodeficiency virus. An ag'Gtfy , _ advertise for employment to only the men! between an employer, e'@W gLEHKdisabled or elderly. Any such employ. I ment agency, labor organizad fk ell 1, IOW/iflt or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective em- elderly on the basis of age, color, I ployee concerning employment, pay creed, disability, gender identity, mari- or benefits to an employee or pro. tal status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95-3697,11-7-1995) I to the human immunodeficiency virus, is prohibited. The prohibitions of this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer I epidemiologist determines and the if the employer or members of the Director of Public Health declares family reside therein during such em- through the utilization of guidelines ployment. established by the Center for Disease I Control of the United States Depart. 4. The employment of individuals to ment of Health and Human Services, render personal service to the person that a person with a condition related of the employer or members of the I to acquired Immune deficiency syn- employer's family. drome poses a significant risk of transmission of the human immunode. 5. To employ on the basis of sex in ficlency virus to other persons in a those certain instances where sex is a I specific occupation. bona fide occupational qualification reasonably necessary to the normal F. The following are exempted from the operation of a particular business or I provisions of this Section: enterprise. The bona fide occupationai qualification shall be interpreted nar- 1. Any bona fide religious institution or rawly. its educational facility, association, I corporation or society with respect to 6. A State or Federal program de- any qualifications for employment signed to benefit a specific age classi- based on religion when such qualifica- ficatlon which serves a bona fide pllb. I tions are related to a bona fide reli- lie purpose. gious purpose. A religious qualifica. lion for instructional personnel or an 7. To employ on the basis of disability administrative office r. serving In a in those certain instances where pres. I supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or rell. patlonal qualification reasonably nee. glous institution shall be presumed to essary to the normal operation of a I be a bona fide occupational qualifica. particular business or enterprise. The lion. (Ord. 94-3647,11-8-1994) bona fide occupational qualification shall be interpreted narrowly. (Ord. I 94-3647.11-8-1994) I 697 I Iowa City I CC-? T:\6400\64160 1 O\Specs\Contract Docs\641601 0506_ Contract Compliance. doc -- ---- I I FILED , RESTRICTION ON NON-RESIDENT ~ID~~G ~N NON-FEDERAL-AID PROJECTS I 006 I AM 8: '* 2 CITY CLERK I PROJECT NAME: IOWA CITY. IOWA TYPE OF WORK: I DATE OF LETTING: I A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in I which the non-resident bidder is a resident "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted I business for at least six months prior to the first advertisement for the public improvement. In the - case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state_ I This qualification as resident bidder shall be maintained by the bidder and hislher contractors and subcontractors at the work site until the project is completed. ! I; I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. , COMPANY NAME: Ii CORPORATE OFFICER: I: TITLE: DATE: , I: , Ii , I; I: I, I ! 1 R-1 T:164001641601 OISpecslContract 00csl6416010S07 _Restriction on Non.doc I I I I FORM OF AGREEMENT FILED I THIS AGREEMENT is made and entered into by and _MIMi( t~~ cIfl,l108to1jti City, Iowa ("City"), and Cis:AntraeYe:tlRK _ , I Whereas the City has prepared certain plans, specific!QM{l;- J;'d;!;YsaIQ}(W\id documents dated March 13, 2006, for the 2006 ELLIS AVENUE, MCLEAN STREET, AND MOSS STREET WATER I IMPROVEMENTS ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the I terms and conditions upon which the Contractor is willing to perform the Project. I NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the I Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by I reference: a. Addenda Numbers I b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; I c. Plans; I d. Specifications and Supplementary Conditions; e. Advertisement for Bids; I f. Note to Bidders; g. Performance and Payment Bond; I I h. Contract Compliance Program (Anti-Discrimination Requirements); I i. Proposal and Bid Documents; and I j. This Instrument. I 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. I I AG-) I T:\6400\6416008\Specs\Contract Ooc5\64160 I 0508 _Form of Agree.doc ----- I I I FILED I _ 2OP~erw~ttJof4t1ba;nlr3btors approved by City, together with quantities, unit 3. Oi~liflin8)l'ltEjij~d dollar amounts, are as follows (or shown on an attachment) I ,/ WA CITY, IOWA I I I I I 4. Payments are to be made to the Contractor in accordance with the Supplementary I Conditions. I DATED this day of ,2005. I fu fu Contractor I (Title) Mayor I ATTEST: ATTEST: City Clerk I (Title) (Company Official) Approved By: I I City Attorney's Office I AG-2 I T:\6400\64I 6008\Specs\Contract Docs\641601 OS08 _Form of Agree.doc I --- I I I FILtD PERFORMANCE AND PAYMENT BOND 2006 MAR I 3 AM 8: 42 I (Try CLE~~r\ (insert the name and address or legal title of the Contractor) IOWl\, CITY, IOWA I Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the I Surety, are held and firmly bound unto the City ofIowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of .__Dollars I ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. I WHEREAS, Contractor has, as of , entered into a written Agreement I (date) with Owner for Project; and I I WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be I completed by Contractor, in accordance with plans and specifications prepared by , which I 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 TillS OBLIGKOON are such that, if Contractor shall I 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. , I A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the I Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: I I. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the I terms and conditions of the Agreement; and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make I available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not I 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 I PB-l I T:\6400\64160 IO\Specs\Contract Docs\641601 OS09]andP Bond.doc i---n-- I I I - I under the Agreement, together with any addenda and/or amendments thereto, less the amount I properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this I , ," 'bond in good repair for a period of L....J years from the date of formal acceptance of the improvements by the Owner. I 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. I IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code ofIowa, shall pay to all persons, firms or corporations having I contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given, I The provisions of Chapter 573, Code ofIowa, are a part of this bond to the same extent as if it were expressly set out herein. I SIGNED AND SEALED THIS DAY OF ,20_ N I ..::r IN f:i!ffi PRESENCE OF: co '-/ -> ,"-'" ~ iXC I '-...J W "'"' w d~- (Principal) ....J M - u LL 0: >- I 00:( ~~ , "'- Witness (Title) '-'" = 0 = ......, I (Surety) Witness (Title) I (Street) I (City, State, Zip) I (Phone) I I PB-2 I T:\6400\64160 lO\Specs\Contract Docs\641601 0$09 _PandP Bond.doc I I I GENERAL CONDITIONS I I Division 11, General Requirements and Covenants of the Iowa Department of Transporta- tion "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Condition I , I , I Ii .' ...., ~o = = ! cr- :% Ii )>:::! )P> -n :Xl - 0 - r;; :=:to U) I: =<~ ~ r-' -:D :;J: U 0- CE ::E-^ Iii )> .s:- N I) I: I: I" , I I I GC-1 T:\6400\641601 O\Specs\Contract Docs\6415010S1 O_Gen Conditions. doc I I SUPPLEMENTARY CONDITIONS FILED I ARTICLES WITIllN THIS SECTItMb MAR I 3 AM 8: ~ 2 CITY CLERK S.I Definitions I S-2 Limitations of Operations IOWA CITY, IOWA S-3 Insurance S-4 Supervision and Superintendence I 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) I S-9 Measurement and Payment S-IO Taxes S-11 Construction Stakes I S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects r:aption and Introductorv Statements I These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 200 I, as amended I and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. I 8-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIHCA- TIONS. I "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authori7.ed representative. I "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. I "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. I "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of2001, as amended. I 8-2 LIMITATIONS OF OPERATIONS. I 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 011 Sundays or legal holidays without specific permission of the ENGINEER. I I I SC-1 I T:\6400\64160 1 O\Specs\Contract Docs\641601 OS 11_ Supp Conditions.doc , I S-3 INSURANCE. FILED I A. CERTIFICATE OF INSURANCE: c~Rt~Mhb1-l c:Bi1M0aiICATION I G"" I aulS&~ I. ..' Before commencing work, the Contrac lsKal to the City for approval a Certificate of Insurance, meeting the requirementJQJUifjdL\il;~idCW6~ in effect for the full contract period. I The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notifY the City in writing at least thirty (30) calendar days prior to any I 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 I 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. MINlMUM COVERAGE I Any policy or policies of insurance purchased by the Contractor to satisfY his/her responsibilities I under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage I Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $ I ,000,000 $2,000,000 I Automobile Liability Combined Single Limit . Bodily Injury & Property Damage $ I ,000,000 Excess Liability $1,000,000 $1,000,000 I Worker's Compensation Insurance as required by Chapter 85, Code ofIowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when I determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. I In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the I 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 I 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 I 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 I Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. SC-2 I T:\6400\64160 i O\Specs\Contract Docs\64160 I OS II_Supp Conditions.doc I ----- I I I I If Contractor's liability insurance coverage is subject to any special exclusions or limitations not 3. I common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. I 4. The City prefers that Contractor provide it with "occurrence fom!" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: I 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. I b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation I hereunder. If, during said period, Contractor voluntarily changes insurance carriers or is required to c. I 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 it~ I new carrier, covering prior acts during the period of this Contract from and after its inception. I d. "Tail" or "prior acts" coverage so provided shall have the same covera.&\<, with ~ same I limits, as the insurance specified in this Contract, and shall not be su~t to anjRUrther limitations or exclusions, or have a higher deductiblc or self-insured Qion ~ the I insurance which it replaces. () :::2 :: 11 5. The City reserves the right to waive any of the insurance requirements herein p;jv~ed. ~e CiWl also reserves the right to reject Contractor's insurance ifnot in compliance Wi~eqU merlif) I herein provided, and on that basis to either award the contract to the next low r, o~eclare a default and pursue any and all remedies available to the City. 5> r.- N I 6. h! 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 I Contract but covcred by the sanle 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. I 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's I operations or activities under this Contract, or tenninate this Contract, and withhold payment for work perfonned on the Contract. I C. HOLD HARMLESS 1. The Contractor shall indemnifY, defend and hold hannless the City ofIowa City and its officers, I employees, and agents from any and all liability, loss, cost, damage, and expense (including SC-3 I T:\6400\64160 lO\Specs\Contract Docs\641601 os 11_ Supp Conditions. doc -- I I reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of I 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 I 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, I Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. I Add the following paragraph to 1105.05 of the !DOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven I days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide I to ENGINEER the phone number and/or paging service of this individual. I i S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. I AM the following paragraph to 1108.01 ofthe !DOT STANDARD SPECIFICATIONS: I -"" <{ co Bigd~ shall list those persons, firms, companies or other parties to whom it proposes/intends to enter I 0 :lC inio:,[~bcontract regarding this project as required for approval by the City and as noted on the Form W <<r offl6ptlsal and the Agreement. _J M U~ LL ;;;;; I~Pminority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish I ~ d<el~ntation of all efforts to recruit MBE's. S~O~CE WITH OSHA REGULATIONS. I Add the following paragraph to 1107.01 of the !DOT STMTlJARD SPECIFICATIONS: , The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General I Industry Standard) and 29 CFR 1926 (Cons1ruction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. I S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor hislher subcontractors shall employ any person whose physical or mental I condition is such that hislher employment will endanger the health and safety of themselves or others employed on the project. Contractor shall not commit any ofthe following employment practices and agrees to include the following I clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of I sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. I SC-4 I T:\6400\64160 1 O\Specs\Contract Docs\64160 I OS 11_ Supp Conditions. doc I ----- --.----- ---- I I To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such I disability is related to job perfonnance of such person or employee. 8-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). I For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-I. I 8-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay I items and methods of measurement. The provisions of this section will supersede applicable sections in the lOOT STANDARD SPECIFICATIONS. I 8-10 TAXES. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with I local law as outlined in 1109.07 of the !DOT Standard Specifications. Prior to project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of taxes paid, including all infonnation required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor for taxes I approved and reimbursed by the State ofJowa. Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement from the State. Tax statements submitted after the project has been accepted by the City Council will not be accepted or reimbursed. I 8-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the !DOT Standard Specifications with the following: I 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$100 per hour. I 8-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS. I The Contractor awarded the project together with all Subcontractors shall be required to complete the fonn included with these specifications (titled the same as this section) and submit it to the Engineer before work can begin on the project. I ....., ~ = = cr- __0 OK )>==\ ~ -n ::0 I 0-< - I ==\0 w in :<;:Ti ". 0 -:JJ ::0: I 0- CD ~/'- )> &" N I I SC-5 I T:\6400\64160 1 O\Specs\Contract Docs\641601 OS 11_ Supp Conditions.doc ------------ - I I I -- FILED I I SECTION 01010 SUMMARY OF THE WORK 20061'1AR I 3 AM 8: 42 I PART 1 GENERAL CITY CLERf< IOWA CITY, IOWA I 1.01 SUMMARY A. Prepare, submit and update as necessary a schedule of the work. I B. Time is of the essence. Minimizing inconvenience, disruption and dnration of disruption to pedestrians, residences and businesses is a high priority. Scheduling of work shall be planned I with this in mind. 1.02 SUBMI1TALS I A. The Contractor shall submit at the Pre-Construction meeting a detailed schedule of the proposed work. The schedule shall include proposed dates and durations oflane reductions and street closings. Work I 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 I project. 1.03 CONTRACT I A. The Work is removal of Portland Cement Concrete, hot mix asphalt, and brick roadways, driveways, curbs and gutters, sidewalks, curb rmnps, water main, construction of Portland Cement Concrete, hot mix asphalt, driveways, parking lots, curbs and gutters, sidewalks, curb ramps, water main, water I service, water hydrants and valves, and other miscellaneous items. B The Contract is a single, unit price contract. I 1.04 CONTRACTOR USE OF PREMISES I A. Contractor shall limit the use of premises to allow: Construction operations on property, rights-of-way and easements provided by Owner. 1. I I 2. Owner occupancy and use of existing water service until new service is provided. I 3. Use of public rights-of-way for public access and private lands for land owners and lease holders. 4. Provide access for tenants, landowners, residents and guests to housing facilities within the I project area. I 01010-1 I T:\6400\64160 1 0ISpecs\641601 os 12_0101 O_doe I , I FILED I 1.05 FIELD ENGINEERING ~~ ' 2006 liAR /3 AIl 8: 43 A. Owner will provide inspection services through duration of project. I 1.0~ PHASING OF WORK CITY CLERi< IOWA CITY, IOWA A. Some of the construction work must proceed in phases to provide safe and continuous water supply, I accommodate work by others or to minimize excavation work and costs. B. Prior to advancing to the next phase or sub-phase, the existing phase or sub-phase shall be I sufficiently complete to accommodate work by others or allow reopening to the public, as determined by the Engineer. 1.07 COORDINATION WITH UTILITIES I A. Communicate with and inform public utilities of work activities in areas of potential conflict. I B. It is anticipated that some utility conflicts may occur which cannot be resolved ahead of time. Contractor shall work closely with utility companies to aid in all relocations to keep the project on I schedule. 1.08 STREET CLOSINGS I A. Parking can be removed along Ellis A venue, McLean Street and/or Moss Street during construction as necessary. Necessary signs can be obtained from the Engineering Department. I B. Traffic control shall be set up to maintain access to all properties at all times. C. Contractor shall maintain one lane minimum to traffic at all times with the exception of (D) below. I Reductions to one-lane traffic shall allow for a 14 foot wide lane and shall be limited to a distance of 350 feet or an adequate site distance as determined by the Engineer. D. Closure of Ellis A venue and McLean Street are allowed during water main crossings. Traffic control I shall be set up to maintain access to all properties during crossings. Detours will be necessary 1.09 JOB SITE ADMINISTRATION I A. Contractor shall provide competent, suitable qualified personnel to perform construction as required I by Contract Documents. Contractor shall at all times maintain good discipline and order at site. B. Incompetent or incorrigible employees shall be dismissed from Work by Contractor or its I representative when requested by Engineer, and such persons shall not again be permitted to return to Work without written consent of Engineer. I (Revised 03/07/06) I 01010-2 T:\6400\641601 0\Specs\641601 os 12_0101 O.doc I I --.-------- I I FIL.ED J.JO .. PERMITS. ~QUIRED BY CONTRACTOR 200G lil~R I 3 AM 8: 43 I A. Contractor shall obtain and pay for all construction penni~fi111~'l~1f(equired including the procedures for preparation of any and all plan and all re~~<<.!\n<efflf, IOWA I 1.11 EXAMINATION OF SITE, PLANS and SPECIFICATIONS I A. The Contractor must satisfY himself by personal examination ofthe location of the proposed work, by examination of the plans and specifications and requirements of the work and accuracy of the estimate of the quantities of work to be done, and shall not at any time after submission of a bid, I dispute or complain of such estimate or assert that there was any misunderstanding in regard to the nature or amount of work to be done. Submission of a signed proposal by the Contractor shall signifY to the Owner that the Contractor has made personal examination of the site and the physical I conditions which may affect his bidding and perfonnance under this proposal. B. The Contractor shall not use or be entitled to use any of the infonnation made available to him as I stated above or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Owner or the Engineer, arising from or by reason of any variance which may exist between the infomlation made available and the actual subsurface or other I conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. J.J2 NOTICES I A. Each of the following notices shall be written, printed, and distributed by the City Water Division: I 1. 1bree weeks prior to construction activity, a notice of construction phasing will be distributed to community members that will be affected by construction. I 2. A notice sent to neighborhood when water service shut down is necessary. 3. A notice sent to each affected residence in advance when water service will be shut off. I J.J3 MATERIALS FURNISHED BY OWNER I A. Materials provided by City Water Division will include: tapping saddle, corporation cock, curb shut- off valve, and curb box. I 1.14 OPERATIONS BY CITY EMPLOYEES A. Owner will provide the following services: I 1. Labor and equipment to complete water service taps. I (Revised 03107/06) 01010-3 I T:\6400\64 1 60 1 O\Specs\64 1 60 1 os 12_0101 O.doc I , I . '- 2. Development and distribution of notices to property owners. FILED I '. 3. Off - site water valve operations. 20i16 MAR I 3 AM 8: 43 I 1.15 TEMPORARY SANITARY FACILITIES CITY CLERf< . . IOW.A. CITY, IOWA A. Contractor must provide and maintain temporary facilities and enclosures for domestic waste. I PART 2 - PRODUCTS None. I PART 3 - EXECUTION I 3.01 MEETINGS PRlOR TO CONSTRUCTION: A. A Pre-Construction meeting will be held prior to beginning work. I 3.02 PROGRESS OF WORK: I A. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. I B. 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 I businesses and residences shall be maintained at all times. I C. Construction will proceed in phases. Ibe particular phasing sequence is outlined in the project plans. I I 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. D. Restoration activities such as pavement replacement will follow closely behind the work even if I multiple mobilizations are necessary. E. The Contractor will become an active partner with the City in communicating with and providing I information to concerned residents and businesses. F. Work will be staged to minimize the length of time parking spaces are lost. I 3.03 SEQUENCE OF OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, I consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as-built" drawings must be on file in the Water Division office I prior to using the water supply. (Revised 03/07/06) I 01010-4 T:\6400\641601 0ISpecs\64160 1 os 12_ OJ 01 O.doc I L__ I I I I C. This is the sequence of operations as envisioned by the Water Division for this project. The Contractor may submit an altcrnative plan for initial operations and a plan for final operations to the Water I Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necesSlll)' to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of the following operation plans is to minimize the impact I of service interruptions and pressure and flow variations on the water distribution system and existing customers. Phase I - Installation of new water main on Ellis Avenue I Step I - Shut off water to the existing tee (south end of Ellis Ave.) and remove plug. Install holding spool, valve, 45 degree bend, pipe, all the thrust blocking, turn off the new valve, and I turn the water back on. Use megalugs on all fittings and connections. Use all DIP until after second 45 degree bend. I Step 2 - Continue installation of the pipe north installing tees and valves for 220 River Street, Moss Street, 330 Ridgeland A venue, hydrant assemblies at 315 Ellis A venue and McLean Street and Ellis A venue intersection. Bacteria and pressure test the new water main. I Step 3 - Install service lines on Ellis Avenue except for the 6" line to 330 Ridgeland Avenue. I Phase II - Installation of new water main on Moss Street ....., Step I - Install water main on Moss Street with tee and valve for 320 Elli;; venue ~d the I deadend hydrant assembly. Install service for 320 Ellis A venue. Bacteria an ~ure:test the new water main. )> ) ~ 11 0--<" - - I Step 2 - Install services on Moss Street. :j P w F; -, ".. _m :::JJ: r--l Phase III - Installation of new water main on McLean Street 9 ~ co '-../ <: .. I Step I - Install deadend hydrant assembly, valves, fittings and water main olfMcLemfStreet from east to west. Cut and cap the existing 6" water main on McLean Street. Install tee and valves and connect to new water main. Bacteria and pressure test the new water main. I Step 2 - Install services on McLean Street. I Phase IV - Completion of new water main installation Step I - Complete McLean Street crossing. Bacteria and pressure test the new water main. I Step 2 -Install service for 330 Ridgeland Avenue. I Step 3 - Turn off the water to the existing tee where the project began. Cap existing pipe and plug the tee to the east. Turn the water back on. END OF SECnON I (Revised 03/07/06) 01010-5 I T:I6400164160 1 0ISpecs\641601 OS 12_0101 O.doc I ------ ---- -------- I SECTION 01025 I MEASUREMENTANDPAY~NT I PART 1 - GENERAL I 1.01 SUMMARY: Procedures and submittal requirements for schedule of values, applications for payment, A. I and unit prices. 1.02 STANDARD OF MEASUREMENTS: I A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work perfonned according to the various classes of work I 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: I A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for perfonning work under the I contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. I B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is I 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. I ...., PART 2 - PRODUCTS 0 = = ~~ "'" = ".. 11 I 2.01 NONE 0--< :;0 - ! -{C) w PART 3 - EXECUTION .-<r m m ". " I OIl ::1J: V 3.01 PROCEDURE: :;E^ co )> .:::- I A. Payment under this contract shall occur no more than once per month for work co~leted 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 I equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, I 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. I I 01025-1 T: \6400\64160 I O\Specs\64160 I OS 13_01 025. doc -------- I 3.02 HLer~ .tLj I A. GENERAL 2DD6 MAR 13 Nl it ~~ ~e oll ing subsections describe the measurement of and payment for the work to be I CiTY cl_'l:~r~.mder the items listed in the FOR.1\11 OF PROPOSAL. IOWA CITY'E1Q~ or lump sum price stated shall constitute full payment as herein specified for each I 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. I 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 I repair costs to fix damage caused 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 I unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. I All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by I 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. I 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 I PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. I The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep I 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 I 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 I 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 I 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. I The Contractor shall be responsible for continuous cleaning of mud and ~ebris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there I as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 I 6400\64160 I 0ISpecs\641601 OS 13_01025 .doc I B. BID ITEM DESCRIPTIONS I 1. Mobilization The lump sum price for mobilization will include insurance, bonds; temporary I construction facilities and utilities, on-site physical plant, interest expense, construction management and coordination activities, preparation of payment estimates, change orders, project documentation, submittals; attendance at meetings I and related work. The mobilization price will be paid as a percent complete during the entire project. I 2. Traffic Control The lump sum price for this item will be paid based on percent complete for I fumishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary I pavement markings and orange safety fence at road closures. 3. Remove and Replace PCC Pavements and Driveways I The unit prices for this item will be paid based on the number of square yards of Portland Cement Concrete pavements and driveways removed and replaced at the I specified widths, thicknesses and mix designs. This includes the construction of full depth concrete from the back of curb to the back of sidewalk where existing driveways arc gravel or dirt. Removal of Portland Cement Concrete shall include saw I cuts, hauling, and disposal of waste materials. Also included with this item is excavation to place fonns and pavement at required I elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, curing, jointing and joint sealing, grading to establish a I uniform grade between the sidewalk and top of curb, and hackfilling at clOd/ lines, driveway edges and parking lot edges. 0 ~ ~O :x Aggregate durability class for all P.C. Concrete paving shall be Clas;r-:n:::! 5; 11 I 0 -.- ~.-'n (..) ! If weather conditions prohibit the use of Class M, P.C. Concrete, a ~ifet in ~eirtTl will be negotiated for the reduced cement content in Class C, P.C. Canc~.:Jt 0 I ~~ ro 4. Remove and Replace ACC Pavements ):> r w I The unit price for this item will be paid based on the number of square yards of asphalt concrete pavements, bases and overlays constructed at the specified widths, thicknesses and mix designs. Removal of asphalt concrete shall include saw cuts, I hauling, and disposal of waste materials. Existing pavement, which might be hot mix asphalt or ACC on brick are included in this item. I I (Revised 03/] 0106) I 01025-3 6400\641601 0ISpecs\64160 1 os 13_.0 1 025. doc FI L.ElJ R,m"",d R"I~ pce Cm!> md 0,,,,,, I The unit price for this item will be paid based on the number of linear feet of Portland I Z006 MAR 13 Aj~ s: 4~ment Concrete curb and gutter constructed to match the widths and thicknesses of the existing curb and gutter and includes excavation required to place forms and curb , CITY CLERK and gutter at required elevations, forming, supply, placement and finishing of I I IOWA CITY. nWAconcrete, curing, jointing and joint sealing, grading to establish a uniform grade , " ''between the sidewalk and top of curb, and backfilling at curb lines. Removal of Portland Cement Concrete curb and gutter shall include saw cuts, hauling, and I disposal of waste materials. 6. Remove and Replace PCC Sidewalk I The unit price for these items will be paid based on the number of square feet of I Portland Cement Concrete sidewalk removed and constnlcted at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curing, I jointing and joint sealing, and backfilling at form lines. Removal of Portland Cement Concrete Sidewalk, hauling, and disposal of waste materials. 7. Install PCC Sidewalk I The unit price for these items will be paid based on the number of square feet of I Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items are all grading, subgrade preparation and compaction, subgrade treatments, fonning, concrete placement and finishing, curing, jointing and joint sealing, and backfilling at fonn lines. Tree removal is to I be completed by others. 8. Install PCC Curb Ramps I The unit price for this item will be paid based on the number of Portland Cement Concrete curb ramps installed to meet the specifications ofI.D.O.T Standard Road I Plan RB-6(l). Included with this item is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and fmishing, curb ramps, truncated , domes, curb ramp coloring, curing, jointing and sealing, and backfilling at form lines. I Removal of Portland Cement Concrete Sidewalk, necessary to install the curb ramps, shall include saw cuts, hauling, and disposal of waste materials. 9.& 10. Water Main 6" DIP and Water Main 6" PVC I r . The unit prices shall constitute full payment for water mains based on the number of I lineal feet of pipe provided and installed. Length will be measured for each size and type of pipe along the center line of the pipe installed with no deductions for fittings. The length of water main considered in bid item 11 WILL NOT be included in these I bid items. All costs associated with the following items shall be considered incidental to water I main installation unless they are included with other items listed in the BID Schedule. a. All adapters and sleeves required for installation and connections to existing I water mains. (Revised 03/1 0/06) 01025-4 I 6400\641601 OlSpecs\64 1 60 1 OS 13_01 025.doc -..-- I b. All trench, mole, exploratory, and hand excavation, except for rock excavation . as defined by the Specifications, including furnishing necessary equipment. c. All replacement of sidewalks or driveways due to damages sustained from the I contractor. d. Furnishing and installation of pipe, joint materials, fittings, and appurtenances. .. . I e. Supply, placement and compaction of required pipe bedding material and supply, placement and compaction of standard or select material within the . pipe envelope as specified. f. Supply, placement and compaction of all standard backfill and granular I backfill material. Granular backfill material shall include backfill of all trenches under pavement and as otherwise indicated or specified. . g. Dewatering of the trench including furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as . necessary. L Frost excavation, frost ripping, frost blankets, or other activities associated I with water main installation during cold weather. r-> = 6 = 0" J. Flushing, testing and disinfection of water mains as required.~ Q :Jit po -n . )":>--J ::0 --<.. - Temporary support of existing utility mains and service lines.~ 0 - hi k. c..> .' Protection of trees and repair of roots. 0 E "" 11 . I. :Jl: '-.J ~/'. <:P. .s;.- m. Temporary fencing or barricades, not including traffic control. ):;> c..> I n. Repair or replacement of utility services damaged by Contractor. . o. Protection of existing valves so they are fully operable and accessible during construction. I p. Installation ofthrust blocks and insulation. q. Removal and disposal of water main materials which cannot be reused. I r. Shut doWll, draining existing water system and disposal of water. s. Removal of shrubs. I II. Water Main Boring '. The unit price for this item will be paid based on plan quantities for water main installed by boring and either jacking or pulling. Included with this item is excavation, I I jacking pit, receiving pit, boring and jacking or pulling, carrier pipe (use restrained I I joint PVC), and disposal of excavation and spoil material. (Revised 03/10/06) I 01025-5 6400\641601 0ISpecs\64160 1 OS 13_01 025.doc -- I FILED The contractor may choose to use boring instead of cut and cover ifhelshe so chooses, however only the listed amount (140 LF) shall be paid for by the Owner. I 200G MAR I 3 AM 024 3Remove Hydrant CITY CLERI< The unit price for this item will be paid based on the number of fire hydrants removed I IOWA CITY. IOWA from the project area and returned to the City. This item shall include excavation, , demolition, removal, disposal of debris, and supply, placement and compaction of I specified backfill. Disposal shall be offsite and shall comply with applicable governmental regulations. 13 & 14. Install Hydrant with Auxiliary Valve and Install Hydrant wlout Auxiliary Valve I The number of new fire hydrants to be paid for shall be equal to the actual number furnished and installed. The applicable unit prices shall constitute full compensation I for furnishing all materials and the installation including excavation, furnishing and installing specified valves, hydrants, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid and backfill, complete, as indicated on the plans and as I specified. Separate prices are used for hydrants with or without auxiliary valve. The cost for auxiliary valve shall be included in the price for the hydrant. 15& 16. Water Valves 4" and Water Valves 6" I The number of new valves to be paid for shall be equal to the actual number of each I size constructed. The unit price for valves shall constitute full compensation for furnishing and installing new valve, according to size, as indicated on the drawings and as specified, and shall include the valve box and lid. I 17 thru 22. Water Services I The unit prices shall constitute full payment for new water services of 1.0", 1.5", and . . 2.0" (size of service connection) based on the number of each provided. I Costs shall not be included for furnishing these materials since they will be provided by the City Water Division at no cost. I a. Tapping saddle, corporation cock and tapping service. b. Curb shut-off valve and box. I All costs associated with the following items shall be considered incidental to water service installation unless they are included with other items listed in the BID I Schedule. a. All trench excavation, mole excavation, exploratory excavation, including I hand excavation, except for rock excavation as defined by these Specifications. b. Furnishing and installing copper water service pipe. I Furnishing and installing couplings for connection to existing water services. c. (Revised 03/08/06) I 01025-6 I 6400\641601 0ISpecs\64160 1 os 13_01025. doc --- - I d. Installing materials furnished by the City VI' ater Division. . ~ . - I e. Making connections to existing services and removal and disposal of the abandoned old service valve box. ~ . I f. Supply, placement and compaction of required pipe bedding material and supply, placement and compaction of standard or sel~ct material within the, I pipe envelope as specified: g. Supply, placement and compaction of all standard backfill and granular backfill material. Granular backfill material shall include backfill of all I trenches under pavement and as otherwise indicated or specified. I h. Dewatering of the trench including furnishing pumps, piping, well points, etc., as required I i. Testing and disinfection of water mains as required. '" = 0 = 0" J. Temporary support of existing utility mains and service line~ 0 ::;;; ,... -n I :r-~=< :::0 - k. Protection of trees and repair of roots. Q: 0 - I (..) m --< en X'" 0 I I. Temporary fencing or barricades. 0 SJ :Jt r. <? Repair or replacement of water services damaged by Contract~ m. ~ W I n. Protection of existing valves so they are fully operable and accessible during construction. I 23 & 24. 4" Water Service Connection & 6" Water Service Connection I The unit price shall constitute full payment for the new water services of 4" and 6" respectively for these items and are for furnishing labor and equipment necessary to complete and install the large services. All costs associated with the following items I shall be considered incidental to the completion and installation of the large service connections. a. All adapters and sleeves required for installation and connections to existing I water service pipe. b. All trench, exploratory, and hand excavation, except for rock excavation as I defined by the Specifications, including furnishing necessary equipment . c. All replacement of sidewalks or driveways due to damages sustained from the I contractor. d. Furnishing and installing couplings for connection to existing water services. I e. Supply, placement and compaction of required pipe bedding material and supply, placement and compaction of standard or select material within the I pipe envelope as specified. (Revised 03/08/06) I 01025-7 6400\64160 I OlSpecs\64] 60 1 OS 13_01 025.doc -------- -..----------- I FILED f. Supply, placement and compaction of all standard backfill and granular I hi1 8: 43g. backfill material. Granular backfill material shall include backfill of all 2000 HAR I 3 trenches under pavement and as otherwise indicated or specified. CITY CLERK h. Plugs for existing pipes which will be abandoned. I IOWA CIT\(, IOWA . 1. Frost excavation, frost ripping, frost blankets, or other activities associated with water main installation during cold weather. I J. Flushing, testing and disinfection of water mains as required. I (Revised 03/07/06) k. Temporal)' support of existing utility mains and service lines. I. Protection of trees and repair of roots. I m. Temporary fencing or barricades, not including traffic control. n. Repair or replacement of utility services damaged by Contractor. I o. Protection of existing valves so they are fully operable and accessible during I , construction. p. Installation of thrust blocks and insulation. I Removal and disposal of water main materials which cannot be reused. ...) q. r. Shut down, draining existing water system and disposal of water. I 25. Lawn Restoration I The lump sum price for this item will be paid for all lawn areas which are disturbed I and not replaced with pavement unless noted on the plans or directed by the engineer. The following shall be incidental to this item: any topsoil that will be disturbed shall be stripped, salvaged, stockpiled and spread to establish a uniform grade between the I sidewalk, top of curb and all undisturbed ground. Topsoil shall be removed to a uniform 9-inch depth. Contractor shall provide any additional topsoil required at no extra cost. The topsoil shall be seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch, and water, I and all upkeep as specified, including a one-year guarantee. No distinction in price shall be made for various seed mixtures specified. I I I END OF SECTION I (Revised 03/08/06) 01025-8 I 6400\641601 0ISpecs\64160 1 0513_01 025.doc I ~.- , I '1 SECTION 01300 ~ . I SUBMITTALS PART 1 GENERAL '.; I 1.1 SUBMITTAL PROCEDURES: All submittals should identifY Project, Contractor, Subcontractor or supplier and pertinent A. I Contract Document references. B. Apply Contractor's stamp, signed or initialed and dated, certifYing that review, verification of I Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. C. IdentifY variations from Contract Documents and Product or system limitations which may be I detrimental to successful performance of the completed Work. NotifY the Engineer, in writing, at the time of submission, of variations. I D. Provide space for the Engineer's review stamp on each item. E. Revise and resubmit submittals as required. IdentifY all changes made since previous submittal. I N F. Do not begin fabrication or work which requires a submittal until the return of~h sub~ls by the Engineer with the Engineer's stamp marked either "reviewed" or "Reviewed'irs~ted~ I )> :;J ~ JJ 1.2 ENGlNEERS REVIEW: 0' w r- . :::;0 III " I A. The Engineer's review and stmnp of submittals shall not relieve the Contractor frQ'ii.rn ~ 0 responsibility for any deviation from the Contract Documents unless the contrac~, in<:? writing, called the Engineer's attention to such deviation at the time of submissio d the.c- I Engineer has given written concurrence to Contract Documents to specific deviatIOn, nor sfuill any concurrence by the Engineer relieve the Contractor from the responsibility for errors or omissions in submittals. I 1.3 CONSTRUCTION PROGRESS SCHEDULES: A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to I Proceed for Engineer review. B. Submit revised schedules monthly, identifYing changes since previous version. Indicate I estimated percentage of completion for each item of Work at each submission. 1.4 PROPOSED PRODUCTS LIST: I A. Within 15 days after date of Notice to Proceed, submit list of major Products proposed for use, with name of manufacturer, trade name, and model number of each product. I I 01300- I T:\6400\641601 0ISpecs\641601 os 14_ 01300.doc I --.---- I FILED I I 1.5 SHOP DRA WINGS: 200& ljtR I ~ Atl 8: 43 . . whop Drawmgs for RevIew: II CITY ~I EKlnbmitted to Engineer for review for the limited purpose of checking for conformance IOWA CITY. Il3t"t1Anformation given and the design concept expressed in the Contract Documents. 2. After review, produce copies and distribute in accordance with the submittal procedures I article above and for record documents purposes described for contract closeout. B. Shop Drawings for Information: I I. Shall be submitted for the Engineer's benefit as contract administrator or for the Owner. 2. Reports of inappropriate or unacceptable work may be subject to action by the Engineer or Owner. I C. Shop Drawings for Project Close-out: I. Shall be submitted for the Owner's benefit during and after project completion. I D. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. I 1.6 PRODUCT DATA: A. Submit the number of copies which the Contractor requires, plus four copies which will be I retained by the Engineer. B. Mark each copy to identity applicable products, models, options, and other data. Supplement I manufacturers' standard data to provide information unique to this project. 1.7 MANUFACTURER INSTALLATION INSTRUCTIONS: I A. WIlen specified in individual specification sections, submit manufacturer printed instructions for delivery, storage, assembly, installation, and finishing, in quantities specified for Product Data. I 1.8 MANUFACTURER CERTIFICATES: A. When specified in individual specification sections, submit certifications by manufacturer to I Engineer, in quantities specified for Product Data. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting I reference data, affidavits, and certifications as appropriate. END OF SECTION I I I 01300- 2 I T: \6400\64160 I O\Specs\64160 1 os 14_01300. doc I --- ------------ - ----- I I SECTION 01570 - . I TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1- GENERAL , I . 1.01 SUMMARY: i I A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. . 1.02 REFERENCES: A. !DOT Standard Specifications. I B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2003 Edition, as revised. I C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: ....., I - = o = A. Submit a traffic control. plan for all activities requiring traffic con~ <iiGt siifically addressed by the project plans. =< :xJ 11 . o - -0 W I -I . PART2-PRODUCTS .-<r- m m """ -- :IJ :Jt r--1 I O^ \..../ 2.01 MATERIALS: :';E' 9? )> .::- A. Traffic control devices may be ncw or used, but must meet the requirements of if., !DOT . Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as I directed by the Engineer. I 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of I residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. . I . (Revised 03/07/06) 01570-1 T:\6400\64160 I 01Specs\64160 I os 15__0 1570.doc I , fj.h~lXECUTION I I ZOO& Hl~il 3 .,ltJiNJ~UES: IO~rC~~~~~xcePt as amended in this document, the work in this section will conform with the I , I, ,IV 1I0wing divisions and sections of the !DOT Standard Specifications: Division 11. General Requirements and Covenants. I Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. I Section 2528. Traffic Control. 3.02 PARKiNG: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead I of scheduled work. The Contractor is responsible for installation and maintenance of the I signs 48 hours in advance of when the vehicles must be removed. B. The public will not be allowed to park on Ellis Avenue for the duration of this project. Parking shall be prohibited on Moss and McLean Streets while construction is taking place I on each street. C. .~The Contractor shall be permitted to place equipment, vehicles and supplies on the west I side of Ellis A venue only and may use this area 24 hours a day 7 days a week during the heavy construction period of the contract. _..- I (.) D. Contractor shall maintain one lane of traffic everywhere at all times except where indicated on the plans (street closures on Ellis A venue and McLean Street. : , . - I E. : ~ Contractor may place equipment and supplies elsewhere only when it is required for .. completion of work. Otherwise Contractor must confine equipment to the west side of Ellis Avenue. I 3.03 MAINTENANCE OF FACiLITiES: A. The Contractor shall monitor the condition of traffic control and construction facilities at I 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 I gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATiONS: I A. All excavations shall be fenced whenever Contractor is not on the site and actively working in the excavation. I I Revised 03/07/06 01570-2 I T:\6400\64160 1 0\Specs\64160 1 OS 15_0 1570.doc I ----- . . 3.05 ADDiTIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by I the Engineer shall be the responsibility of the Contractor. END OF SECTION I (Revised 03/07/06) . I . I I "'" 0 = = cr- . ~O ::n: )>-\ ~ 11 ...... :;0 o ' - I -\0 w I ..-<r :Do fTl m 0 --0 :x o=- ~-^ 'E I )> :- : I I I I I I 01570-3 I T:\6400\64160 1 0\Specs\64160 1 os 15_0 1570.doc I. I SECTION 02050 I DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1- GENERAL , ' I 1.01 SUMMARY: I A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. I 1.02 REFERENCES: A. IDOl' Standard Specifications. I 1.03 QUALITY ASSURANCE: I A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. I 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 res\lll;ing from - = work on the project. 0 g;: ~O :x I 1.04 SUBMIITALS: )> ~ SO JJ o - I --"-c:' w A. Locations of disposal sites. ;:<! r rn I -rn:> ,1 - :JJ ::x '-..I PART2-PRODUCTS ~7' '!? )> r- I r- 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOl' Standard I Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. I PART 3 - EXECUTION I 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the I following divisions and sections of the IDOl' Standard Specifications: Division 25. Miscellaneous Construction. I Section 2510, Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. I Section 2515. Removal and Construction of Paved Driveways. I 02050-1 T: \6400\64160 1 0\Specs\64160 I OS 16_.02050. doc I FILELJ I 3.02 INSPECTION: 2006 hl\R I 3 At! 8: 44 A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to I CITY CLERt< revise demolition limits if required by the nature of construction. IOW,A. CIT~ IOWA 3.03 'ROCEDURES: I A. Utilities 1. NotifY all corporations, companies, individuals and state or local authorities I owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. I 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. I 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 I under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation I 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 I 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 I 1. Refer to Traffic Control Sheets for details. I 2. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. I 3. Warning devices shall be kept operational during all non-working and non-active periods. I C. Site Access Measures 1. Pedestrian access to homes and businesses shall be maintained at all times. I Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain I vehicular access to adjacent properties and businesses to the maximum extent possible. I I 02050-2 I T:\6400\64160 1 O\Specs\64160 1 OS 16_ 02050.doc I I D. Disposals l. No material or debris shall be buried within the project work area. All unsuitable I material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfilL I 3.04 DEMOLITION AND REMOVALS: I A. Pavement and Sidewalk Removals 1- Removal shall be to the limits noted on the plans or as directed by the Engineer. I 2. Pavement removal shall include brick, Portland Cement Concrete, and Hot Mix Asphalt pavements, driveways, alleys, parking lots, and sidewalks. Removal of I chip seal or aggregate surfaces is not considered pavement removaL 3. Sawcuts shall be approved by the Engineer. I 4. All brick that is removed shall be disposed of. 5. Removal operations shall conform to construction phasing noted on the plans or as I directed by the Engineer. I END OF SECTION ...., 0 = = "" I . $.:0 :JJ: )>:::;J ",. 11 ;;0 o ' - I ==10 w I -:<r- :I>- m nl :% " -:::D '-J 0-- ~/' co )> ~ I ~ I I I I I I 02050-3 T:\6400\64160 1 O\Specs\641601 OS 16_ 02050.doc I I SECTION 02100 I SITE PREPARATION I PART I-GENERAL 1.01 SUMMARY: I A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. I 1.02 REFERENCES: "" 0 = = A. !DOT Standard Specifications. ~~ "" ::n: )> TI I ;;u PART 2 - PRODUCTS c;-< - ~c; w r _ r m None. m > I -Ii ::lI: r\ ~A \...,.J CD PART 3 - EXECUTION )> +- + I 3.01 TECHNIQUES: I A. Except as amended in this document, the work in this section will .conform with the following divisions and sections ofthe !DOT Standard Specifications: I Division 2]. Earthwork, Subgrades and Subbases. Section 2] 0]. Clearing and Grubbing. Division 25. Miscellaneous Construction. I Section 25 ]9. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: I 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 I the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the I trees' drip line on lawn areas. e. Contractor is responsible for damage outside the limits of construction, and for trees, I shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. I I I 02100- I I 3.03 EXISTING STRUCTURES All/D PROPERTY: I Remove existing signs and posts within the construction area as directed by the Engineer. A. All pennanent traffic signs will be removed, stored, and replaced by the City oflowa City. I Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Pennanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and I store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. I 3.04 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried I utilities in the construction area. (Revised 03107/06) I 6416010.02100.00c/Mar'06 I I -"" <( I ..::r CD V'~ 0 - r;=O L__ ~ Lu,...... ... UJ -'/""" I I C'? C)!= ~ - 0 LL Q~ r-<( ~< "'; 0-- I '-'" 6 = = ('oJ I I I I I I 02100-2 I -------- --- ----------- I ,. SECTION 02220 I EARTH EXCAVATION, BACKFILL, FILL AND GRADING I PART 1 - GENERAL 1.01 SUMMARY: 'I A. Excavating, placing, stabilizing and compacting earth, including trench and rock I excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 0 ~ :?::o :r. I 1.02 REFERENCES: > -j ~ 11 0-< - - A. !DOT Standard Specifications. .;::<! p w ~ I m %>> - :JJ :l:: r-1 1.03 QUALITY ASSURANCE: ~~;: '?? U ::c> +- I A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as detennined by ASTM 0698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. _ I PART 2 - PRODUCTS I 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, .!DOT Standard I Specification Section 4120.04 and Section 4109, Gradation No. II. , , .-- . PART 3 - EXECUTION I 3.01 TECHNIQUES: I A. Except as anlended in this document, the work in this section will confonn with the following divisions and sections of the !DOT Standard Specifications: II Division 21. Earthwork, Subgrades and Subbases. All sections I Division 24. Structures. Section 2402. Excavation for Structures. I 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and I landscaping work. Strip topsoil to a unifonn depth to provide sufficient quantity of (Revised 03/08/06) I 02220-1 I material for placement of a minimum of 9 inches of topsoil for surface restoration and I landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not pennitted. 3.03 DRAINAGE AND DEWATERING: I A. Provide and maintain ample means and devices (including spare units kept ready for I 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 I such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or . causing damage to pavements, other surfaces, or property. Provide suitable temporary I . . pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering I the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXC4VATION: I A. - General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is I ~ to be laid in granular bedding or concrete cradle, provided that material remaining <( at bottom of trench is only slightly disturbed. ~ x-::3=- I ii:> .-~C 0 -or' (L-.- 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to :;:;; uJ _- be laid directly on bottom of trench. Remove last of material to be excavated by ~ .-i .:r- I 0'- C'> ~ use of hand tools, just before placing pipe. Hand shape bell holes and fonn a flat - )-0 - or shaped bottom, true to grade, so that pipe will have a unifonn and continuous LL ~ t:: <-C """ 03 bearing. Support on fInn and undisturbed material between joints, except for z I ..c> Q limited areas where use of pipe slings have disturbed bottom. = = ..... B. Protection -- I 1. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. C. Trench Width I I. Make pipe trenches as narrow as practicable and safe. Make every effort to keep I sides of trenches fInn and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and I elevation I foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various I types, sizes and classes of pipe. (Revised 03108/06) I 02220-2 I I I D. Trench Excavation in Fill 1. Place fill material to final grade or to a minimum height of 6 feet ahove top of pipe I when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. I E. Excavation Near Existing Structures I 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 I necessary for doing work properly. F. Disposal of Unsuitable Soil I , The Contractor shall notify the Engineer and Iowa Department of Natural l. I Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the !DOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The I Contractor is not to proceed with soil removal and remediation measUte,'; until instructed by the Engineer. 0 ~ ~O ::c: I 3. Disposal site to be provided by the Contractor and approved bfiile::Engi~r aifcfl O. - - IowaDNR. ~O W I ,-, m I 4. Contractor is responsible for completing and filing all necessarya~al, Stite ~ local government agency forms and applications. ~ ^ .'?? )> .c- G. Care of Vegetation and Property .c- I ' , 1. Use excavating machinery and cranes of suitable type and operate wiih care t(> I prevent injury to trees, particularly to overhanging branches and limbs. and underground root systems. j 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be I performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots I" or larger in I diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. I 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. I 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. I (Revised 03/08/06) I 02220-3 I 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces I 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 I 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. I 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: I a. Repair or othelWise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if I applicable. b. Connect drainage tiles to nearest storm sewer. I The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is I encountered and submit the proposed method of restoring the utility for review and approval. - I All utility repairs shall be made prior to backfilling the trench. .R Water Services I , ~ <C 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 I c;;, ~C new copper service pipe, without any joints. The cost for this work shall be at the 0 ':l]: CI:- Contractor's expense. - LL1- ~ """ :.J~ I ~ (.) CJ2. In any excavation where existing lead or galvanized iron water services are in the - r excavation or disturbed area, the Contractor shall replace the existing lead or LL 0" \- <!. ;2 03 galvanized piping with new I -inch or larger copper water service pipe from the ..0 0 water main to the curb box. The Contractor will be paid per the applicable bid I = - = c--> item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to I restore the service within two hours. I Water service pipe shall be type k soft copper. I , 4. I 3.05 ROCKEXCAVATION: I A. Rock excavation will be considered Class 12 Excavation as defined in roOT Standard Specification Section 2102.02. I B. Explosives shall not be used for rock excavation. (Revised 03/08/06) I 02220-4 I I I 3.06 BACKFILLING: A. General I 1. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is r-..> I ~~ 0 ~ ~O :JJ: B. Backfilling Excavations P =i SO 11 -< - I C) - I. Begin backfilling as soon as practicable and proceed until compl~ f") W M .. f11:;: 1 I 2. Material and Compaction 0 ~ ;; 0 ~ .. a. Paved Areas: Under and within 5 feet of paved surfaces,:rr,cludin;;l1eets, sidewalks and driveways, backfill shall be Class A crushed stone placed in I 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 I to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. I b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to I within 12 inches of finished surface. c. Do not place stone or rock fragment larger than 2 inches within 2 feet of I pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. I c. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient I strength to support the loads, including construction loads, to which they will be subjected. A void unequal soil pressure by depositing material evenly around structure. I 2. Backfill shall consist of Class A cmshed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. I 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, I backfill, at Contractor's expense, with Class A cmshed stone compacted to 95% Standard Proctor Density. I (Revised 03/08/06) I 11100 shared\engineer\s.pecs-ii\02220,doc I 02220-5 I I SECTION 02240 I TRENCH EXCA VA TION, BEDDING AND BACKFILL PART 1 - GENERAL I 1.01 SUMMARY: I A. Work includes trench excavation, pipe bedding, trench backfill and other specialties required for buried utilities and site improvement construction. ....., 0 = = "" 1.02 RELATED SECTlONS: Refer to the following sections if applicable ~O :II: I :r>=\ ".. 11 :::0 A. Section 02660 - Water Distribution 0-< - r ::::{O w B. Section 02665 - Water Service Work For Contractors .,.<r rn I rn '" ~-. - U -::0 - 1.03 REFERENCES: ~^ 9? )> &" I A. mOT Standard Specifications and including supplemental specifications. &" B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual," latest edition. I 1.04 SUBMITTALS: I A. Certificates for rock and materials. B. Gradation test reports on riprap and bedding material. C. Shop drawings on all manufactured or fabricated products used in Work. I 1.05 TESTING: I A. The Owner/Engineer will perform in-place density testing where moisture and density control is required and in areas indicated. I 1.06 EROSION CONTROL PERMIT A. An NPDES permit is not required by Iowa DNR for this project. I I 1.07 TRENCH SAFETY: I A. Utility construction has inherent dangers including the safety of workers in excavated trenches. The Contractor shall execute his work with job site safety of primary concern. The Contractor I shall be solely responsible for job site safety. (Revised 03/07/06) I 02240 - I , T:\6400\641601 OISPECS\64160 I os 18 _02240.doc I --------------------- --- I 1.08 NOTIFICATION: I A. Contractor shall have all buried utilities located by the 1-800-0NE.CALL service. Contractor shall do some exploratory excavation as necessary to determine specific conflicts between I existing utilities and new underground work. No extra compensation will be allowed for the exploratory excavations. PART 2 - PRODUCTS I 2.01 PIPE BEDDING: I A. Granular pipe bedding for all gravity sanitary sewer pipe trenches shall be clean gravel or crushed rock meeting the following gradation: I .. Pipe Size 95% Passing 95% Retained Maximum Size Up to 18inch 1/2 inch No.4 3/4 inch 20" to 30 inches I inch No.4 11/2 inch I , ' Over 30 inches 2 inch No.4 3 inch - 2.02 GRANULAR BACKFILL: I A. Granular backfill material shall be Cla.s A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. I 2.03 TRENCH STABILIZING MATERIAL: A. Trench stabilizing material shall be Class A Crushed Stone, IDOT Standard Specification Section I 4120.04 and Section 4109, Gradation No. 11. 2.04 POROUS BACKFILL: I A. Porous backfill material shall be IDOT Standard Specification Section 4131. I 2.05 ROAD STONE: A. Crushed rock used for surfacing shall be Class A Crushed Stone, IDOT Standard I Specification Section 4120.04. 2.06 RIP-RAP: I A. Riprap for slope protection shall be 3 inch gabion stone according to lOOT Supplemental Specifications for Gabions and Mattresses, SS - 5048. I In .:r <C ii:> v> I "'-0 0 ..,.. 0:- :a '::::IT uJ ~ Ot:: _J .0 I - - r LL e::: t::<C ..:t :a:: 03 "" Q 02240 . 2 = I = <-' T:\6400\64160 I 0ISPECS\641601 os 18_ 02240.doc I -.---- --..------ I I PART 3 - EXECUTION I 3.01 TECHNIQUES: A. Except as amended below, the work in this section will conform with the following divisions I and sections ofthe !DOT Standard Specifications: ...., 0 = = cr> Division 25. Miscellaneous Construction. ~O ::Jl: ",. Section 2505. Subdrains. -J :::0 11 I Section 2503. Storm Sewers. 0-< - r- :;10 w Section 2504. Sanitary sewers. m -" :r>> m U -:0 :J:: I Division 24. Structures. 0-. <" /'. '? Section 2402. Excavation for Structures. <: )> r c.n I 3.02 PROTECTION OF PROPERTY: A. Construction activities shall be limited to the limits of construction or construction easement I where applicable. The contractor shall be responsible to protect adjacent properties and areas outside the limits of construction or construction easement. I 1. All branch, limb, and root cuttings on trees to be protected shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chain saw or loppers for branches, or an ax when working with roots. Do I not leave frayed, crushed, or tom edges or any roots I" or larger in diameter or on any branches. Frayed edges can be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notifY the Engineer. I 2. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. I B Communicate with and inform public utilities of work activities in areas of potential conflict. It is anticipated that many utility conflicts will occur which cannot be resolved ahead of time. Contractor shall work closely with utilities to aid in all relocations to keep the project on I schedule. The Contractor shall be responsible for requesting utility locations prior to commencing work. I C. The Contractor shall be responsible to protect and preserve existing utilities, items indicated to be protected, and adjoining properties during his construction activities. Contractor shall also be responsible to protect and preserve all sanitary sewer, stonn sewer and waste I appurtenances and markers installed by others on the project. 0 Excavate test pits when location of pipe or other underground structure is necessmy for doing I work properly. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. , . I E Do not use or operate any heavy equipment on paved surfaces when treads or wheels are shaped as to cut or damage such surfaces. Restore all sllrfaces which have been damaged.by , I 02240 - 3 T:\6400\641601 0\SPECS\64160 10S 18_ 02240.doc I ------------- --- .- I the Contractor's operations to a condition at least equal to that in which they were found I before work commenced. Use suitable materials and methods for restoration. 3.03 TOPSOIL: I .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 I for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate. Removal oftopsoil from . the site is not permitted. I B. See Section 02485 - Restoration of Cropland Areas, if applicable. 3.04 EROSION CONTROL: I A. The Contractor shall be responsible for installing erosion control measures as indicated on the I plans. Grading shall be accomplished in a manner that maintains good site drainage as indicated by the plans and compliments the erosion control facilities installed. The Contractor shall be responsible to replace or repair any erosion control facilities damaged by his activities I at his own cost. Care shall be taken during the site grading operation to provide adequate site drainage and minimize disturbance of soils. 3.05 DRAINAGE AND DEWATERING: I A. Provide and maintain ample means and devices to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Provide spare pumping I units and generators as necessary for immediate use in case of equipment breakdowns. 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. I Excavations which are properly dewatered shall have no significant quantity or visible water within I foot of the bottom of the utility pipe. Excavations in granular soils (sand and gravel) may require well points and localized dewatering to minimize the potential for inducing a I Aquick@ condition. B. Dispose of all pumped or drained water without undue interference to other work, or causing I damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the I site, whether water entry be direct or through the ground. U') D.<( Include the cost of dewatering in the unit cost for sewer and water main installation in place I ..:r ~~ unless otherwise noted. a:> 0 :lC a::- I < w l..Ll ....Jr I (') UI- ~ - i:=U LL 0:::: I "" G~ :>:<:: '-'" 0 = = ..... 02240 - 4 I T:\6400\64160] O\SPECS\641601 os 18_ 02240.doc I I I I I 3.06 TRENCH EXCAVATION: I A. General I. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid I in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. I 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 I undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. I B. When the bottom of any excavation is removed beyond the limits indicated or specified, the Contractor shall backfill with Class A crushed stone compacted to 95% standard Proctor density. No additional compensation will be allowed. I "" C. Unsuitable pipe foundation . 0 ~ I ~O 3: Ji';- ,.". I I 1. NotifY the Engineer if soft, spongy or otherwise unsuitable material whic ~ not:ptoviilill suitable pipe foundation is encountered. ~ n c::; I I :<r m I 2. Engineer will investigate to determine suitability, recommend remediala~ure~akb measurements and authorize remedial work in writing. ~ ^ 9? )> .::- I 3. If removal is authorized, Contractor shall remove and backfill with trench stabilizing'inaterial and additional compensation will be allowed. D. Trench Width I 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and cCillsolidated. I 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation I toot above top of pipe. I 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. I 4. Contractor responsible for complying with all OSHA regulations pertaining to trench excavation. I E. Protection I 1. Barricade and/or fence open excavations or depressions resulting from work during non- working hours and when not working in immediate area. I 02240 - 5 T:\6400\641601 OISPECS\64 160 I os 18__02240.doc I ~-- I 3.07 ROCK EXCA VATION: I A. Rock excavation will be considered Class 12 Excavation as defined in lOOT Standard I Specification Section 2102.02. B. The Contractor shall inform the Engineer if rock is encountered which cannot be excavated by norma) equipment and methods. I C. The Engineer will review the site conditions and if appropriate, authorize the Contractor to proceed with rock excavation. Rock shall be excavated to the trench width as specified and to I a depth 6 inches below the bottom of bedding material. D. Explosives shall not be used for rock excavation without approval of Engineer. I E. The Engineer will measure limits and quantities of rock excavation required for payment purposes. I F. Compensation for rock excavation will be by unit prices. G. Unless otherwise allowed by the Engineer, excavated rock shall be disposed oflegally off site. I No rock shall be incorporated into the project without the Engineer's approval. 3.08_ BEDDING: I A. Depth of bedding material and/or concrete encasement shall be as indicated on the - drawings for the class and type of bedding specified. I B. Class B bedding shall be used for all clay and concrete sanitary sewer installation unless otherwise indicated on the drawings. I C. Crushed stone encasement shall be used for all PVC truss, PVC and HDPE sanitary sewer installation unless otherwise indicated on the drawings. I V> . -:: D. ~ Class C bedding shall be used for all Reinforced Concrete Pipe storm sewer n ex:> 1:f c installation unless otherwise indicated on the drawings. I :lC u..l- L..-J "'" r UJ E.d t::PVC water main or sewer force main pipe bedding shall conform to UNI-B-3-88 ~ ~ Olaying condition Type 2 including hand excavation for the bell holes. The bedding I - ~ ;:::. ~hall be loose, natural, fine soil which is compacted by worker stomping on the soil U- ~ 0 ~long the sides of the pipe to the top of the pipe. "" 0 = - I = "'F. Fill below pipe haunches by slicing with shovel. 3.09 BACKFILLING PIPE TRENCHES: I A. Begin backfilling as soon as practicable after the pipes have been placed and proceed until complete. I 02240 - 6 I T:\6400\641601 0\SPECS\641601 os 18_ 02240.doc I ---.---- I I B. Material and Compaction I 1. Within the public right-of-way or under gravel roadways, backfill shall consist of suitable site excavated material placed in one foot lifts and compacted to 90% Modified Proctor Dry Density. If site excavated material is unsuitable, backfill with Class A crushed stone placed in I one foot lifts compacted to 90% Modified Proctor Dry Density. If under pavement, compaction requirements apply to bottom of the sub grade. If not under pavement, compaction requirements apply to within 12 inches of finished surface. I 2. All other areas, backfill shall consist of suitable site excavated material placed in one foot lifts compacted to 85% maximum standard Proctor dry density. I 3. Within embankments intended to contain water, backfill shall consist of selected, cohesive, site excavated material placed in 8 inch lifts and compacted to 90% Modified Proctor Dry Density. Do not use any granular, non-cohesive or loosely dumped backfill materials. I Bentonite may be used to decrea~e permeability of native soils in trench backfill. C. Backfill Material and Procedure Restrictions I 1. Loose dumping of site excavated materials into the trench with no compaction is not allowed, because settlement increases the risk of personal injury and property damage and can cause I undesirable site drainage. 2. Do not place stone or rock fragments larger than 2 inches within 2 feet of pipe nor larger than I 12 inches in backfill. ,..., = 3. Do not drop large masses of backfill material into trench in such a manne~ to endliifger the I pipeline. )> 0 ~ =<! = 11 4. Do not place frozen materials in backfill or place backfill upon frozen QMal. &move- I previously frozen material or treat as required before new backfill is placed: r:;:; ,.,. m -:0 ::: U 5. Flowable mortar may be used upon approval of mix design by the Engin~ 7' . ? )> .r" I 6. Sand backfill is not permitted. .' U1 3.10 BACKFILLlNG AROUND STRUCTURES: I A. See IDOT Standard Specifications Section 2402. Excavation for Structures. [I B. 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 I structure. C. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to I 90% Modified Proctor Dry Density unless otherwise indicated or specified. I 02240 - 7 T:I6400164160 I 01SPECSI641601 os 18_ 02240.doc I I I I 3.11 FIELD DENSITY TESTS: I A. The Owner/Engineer will furnish all equipment, labor and materials necessary to perform I field density tests on trench backfills. B. Any Field Density Test which does not meet specified requirements will necessitate a second test from the associated area. If the second test fails, that area shall be compacted further and I retested until the specified requirements are reached. All costs associated with additional compaction and testing shall be the Contractor's expense. 3.12 SEPARATION OF WATER AND SEWER PIPES: I A. Water mains shall be separated from gravity sewer mains by a horizontal distance of at least I 10 feet unless: 1. the bottom of the water main shall be at least 18 inches above the top of a sewer, and I 2. water main is placed in separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the sewer. I B. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between gravity sewers and water main, the contractor shall provide: I I. the sewer pipe shall be constructed (or reconstructed) using water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the Iowa I I Standards for Water Supply Distribution Systems, and , 2. a minimum linear horizontal separation of at least 2 feet. In C. <( Sewer force mains and water mains shall be separated by a horizontal distance of at least 10 I -"" (j;, ~ 3: feet unless: 0 ,Z 0:0 I =:1 ...::: ::1 j;,-= the force main shall be constructed (or reconstructed) using water main materials meeting a ,<" G 0 minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the Iowa - ?- Standards for Water Supply Distribution Systems, and I LL "'" c;:<( .0:: ~~he sewer force main is laid at least 4 linear feet from the water main. >:C I ...c> = I = I "'" D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide I at least 18 inches vertical separation between the bottom of the water main and the top of the I sewer. Where local conditions prevent this vertical separation, the water main shall not be I placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. The separation distance shall be the maximum feasible in all cases. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of I crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. I 02240 - 8 I T:\6400\64160 I 01SPECS\64160 1 OS 18_ 02240.doc I -- ---- I I E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation distance of 3 feet shall be provided. I 3.13 EXISTlNG DRAlNAGE TILES: A. The Contractor shall investigate and document the location and elevation of any tile lines I encountered. The Contractor shall notifY the Engineer whenever a tile is encountered and submit the proposed method of restoring the tile to the Engineer for review and approvaL I B. Any sump pump, drainage, and field tiles encountered shall be restored prior to backfilling the trench in one of the following ways; I 1. Repair or otherwise reconnect tile across trench after trench has been backfille4...Provided adequate drainage gradient is maintained. ~o = = =' :II: I 2. Connect tile to nearest stonn sewer. >-- "'" 11 o=< :::0 - - ;:20 c..> 1 3. Daylight to existing ground' level with approval of the Engineer. -hi m ".. 0 I -:D :x 3.13 WATER SERVICES ENCOUNTERED: ~^ r:p >- r I A. Copper water services (J1 1. Copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) and I are (or will be) beneath a paved surface shall be replaced from the water main to the curb box with new copper service pipe, without any joints. 2. The cost for this work will be incidental, with the exception of water services passing through I pipe envelopes and/or retaining walls. The Contractor will be paid for relocation of water services passing through pipe envelopes and retaining walls per the applicable bid item. If there is no bid item, the unit price for relocation of water services shall be negotiated prior to I commencement ofthe work. B. Lead or galvanized iron water services I 1. In any excavation where existing lead or galvanized iron water services are in the ex~avation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new I I-inch or larger copper water service pipe from the water main to the curb box. When water service is disrupted, the Contractor shall make a reasonable attempt to C. I restore the service within two hours. D. New water service pipe shall be type K soft copper. I I I I 02240 - 9 T:\6400\641601 01SPECSI641601 os 18 ~ 02240.doc I I 3.14 PROTECTION OF WETLANDS: I A. For excavation activities which occur in or near a designated wetlands. I 1. Corps of Engineer Section 404 permit and Iowa Department of Natural Resources Section 404 certification are required. Local ordinances for protected areas will apply. I 2. Contractor will be required to comply with conditions of the permits. 3, All construction activities shall be conducted in a manner which will not violate water quality I standards ofthe State ofIowa. 4. All unused excavated materials shall be removed from the wetland area and disposed in an I '. _upland, non-wetland site. 5. All construction equipment into the wetland area beyond the construction easement shall be I .. on moveable construction pads. 3.15 - FENCE: I '. A. Replace any existing fence which was removed for the construction work unless noted I otherwise on the drawings. END OF SECTION I I I In I ..:r :<C CD ~~ I 0 ::lC 0:- W ca: W .....J' . -1 M Or:: - , 0 I LL ere: r <( O~ :D:: "'" 0 = = I ..... I 02240 - 10 I T:\6400\64160! 0\SPECS\64160 1 os 18_ 02240.doc I I I SECTION 02510 I ASPHALTCEMENTCONCRETEPAVlNG I PART 1 - GENERAL I 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact I sub grades to receive Asphalt Cement Concrete paving. B. Furnish labor, materials, tools and equipment to place and compact Asphalt Cement I Concrete paving. 1.02 REFERENCES: I A. IDOT Standard Specifications. I 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in I 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. r-> = 0 = CT' B. Quality testing: ~O :Jt )>-1 ".. -n I ;;0 1. Temperature. 0-< - r ==\0 w _-<I ". m rn 0 I 2. Density of in-place asphalt. o;g :x :2:'^ Cf? 3. Asphalt content. )> &" Ul I 4. Density Tests of Base and Subgrade. I PART 2 - PRODUCTS 2.01 MATERIALS: I A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: I Division 23. Surface Courses. Section 2303. Asphalt Cement Concrete Mixtures. I Division 41. Construction Materials. Section 4126. Aggregate for Type B Asphalt Cement Concrete. I Section 4127. Aggregate for Type A Asphalt Cement Concrete. Section 413 7. Asphalt Cement. I 02510-1 -------- I PART 3 - EXECUTION I 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the I following divisions and sections of the !DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases I Section 2122. Paved Shoulders. Division 22. Base Courses. I Section 2203. Type B Asphalt Cement Concrete Bases. Section 2212. Base Repair. I L() Section 2213. Base Widening. .:r ~ ro ~C n x: 0:- Division 23. Surface Courses. ca: LLI Section 2203. Asphalt Cement Concrete Mixtures. I UJ ...J~ _J ('") U_ Section 2307. Bituminous Seal Coat. - ;::0 Section 2316. Pavement Smoothness. LL 0<: I - O~ x; Division 25. Miscellaneous Construction ..0 0 = Section 2517. Concrete Header Slabs. = - ...... Section 2529. Full Depth Finish Patches. I Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: I A.' Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the I Engineer. B. Opening to traffic shall not constitute final acceptance. I 3.03 COMPLEnONOF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and I clean up. All streets shall be finished and opened to the public as soon as practicable. I I I I I 02510-2 I ------ I I SECTION 02512 I HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT, AND MILLING. I PART 1 - GEl'l'ERAL I 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to I receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. I C. Seal Coat. ...., 0 <::> <::> <>' I :2:0 ::K: )>:::j ):>- 11 ' 1.02 REFERENCES: -'< :;0 0 - I -lO (.;) I A. mOT Standard Specifications. ~.r m - m """ lJ -::JJ ::;;: B. mOT Supplement Specification 01014. ~7' C? I $: ..,.. 1.03 QUALlTY ASSURANCE: <Jl I A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. I B. Quality testing: I L As per mOT Supplemental Specification 0 I 0 14, section 04 Quality Control Program. PART 2 - PRODUCTS I 2.01 MATER1ALS: A. Except as amended in this document, the materials in this section will conform with the I following divisions and sections of the mOT Standard Specifications: Division 23. Surface Courses. I SS-01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. I Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 413 7. Asphalt Binder. I I 02512-1 ---- ---...---- --------- ---------- --.- I PART 3 - EXECUTION I 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following I divisions and sections of the !DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases I Section 2122. Paved Shoulders. Division 22. Base Courses. I Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. I Section 2213. Base Widening. U'> ~ ..:r 00 :oL6 Division 23. Surface Courses. SS-01014 Hot Mix Asphalt Mixtures. I 0 X CC- ca: ::J~' Section 2307. Bituminous Seal Coat. UJ -3 C"> C)._ Section 2316. Pavement Smoothness - ~U I - U- 0:: "'" --< Division 25. Miscellaneous Construction :: 03 Section 2529. Full Depth Finish Patches. ..&> 0 = = - Section 2530. Partial Depth Finish Patches. I ..... 3.02 OPENlNG TO TRAFFlC: I I A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. I 3.03 COMPLETION OF WORK: I A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. I 3.04 CLEANING AND PREPARATlON OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose I material shall be removed from the surface and cracks by brooming or air blowing. 3.05 AGGREGATES I A. Type. 1. Type B aggregates shall be used in base mixtures. I 2. Type A aggregates shall be used in intermediate and surface mixtures. I B. Gradation. L A y:'-inch mix shall be used on all streets and all divisions of this project. I 02512-2 I I I 3.06 ADJUSTING STRUCTURES The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the A. I existing pavement This will include not only structures that need to be adjusted up but also those structures that need to be adjusted dov.'tJ. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to y," I below the final fmished grade, The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be I deducted from the Contractor's final payment Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be I used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.07 ASPHALT BINDER I A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project I 3.08 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface I shall be sawed and removed or milled as directed by the Engineer so that-a: clean, si:Iooth and durable joint will be made between existing and proposed surfacing. I 3.09 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other I material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full-depth asphalt to the level of surrounding brick or asphalt Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleanedramd delivered . = I to the Iowa City Street Department located at 3800 Napoleon Lane. 0 ~ zO ~ -n 3..10 HOT MIXASPHALT PLACEMENT y. =:3 :::0 _ -. - \ I 00 W ill A. Lifts ~r' ",. 0 r.g ~ -:..., I 1. Division I - A I W' depth intermediate course followed by a I 11," d~rfa&9course. :p .&:" 2, Division 2 - A 2" depth base course followed by a 2" depth surface course, CT' I 3. Division 3 - A 3" depth surface course, B. Compaction I L Class IB compaction shall be used on all streets and divisions of this project. I I I 02512-3 I 3.11 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK: I A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be %" Gradation 21. Bituminous material shall be MC-3000. I Primer shall be MC-70. I I I I I o;D <( ~ I 00 ~es 0 <;r- 0::- :a uJ W ..-1--": I -l M Or:- - >-0 LL 0:: 1:=<( """ :n:: 05= I "" 0 = = '" I I ,- I I I I I 02512-4 I I I SECTION 02520 I PORTLAND CEMENT CONCRETEPAVlNG I PART 1 - GENERAL I 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact I subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, .finish, joint, cure I and seal Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. I 1.02 REFERENCES: , A. IDOT Standard Specifications. I 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in I the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper perrormance of the work in this section. I B. Quality testing: ...., 0 = l. Compressive Strength Tests. = "" I ~O :J:l: ". 11 2. Entrained Air. C)=<! ~ - I -0 w I 3. Slump. .;:<, ". m m :Jl:: r-1 O:JJ '---' 4. . Density Tests of Base and Subgrade. ::?^ '? I j> z::- PART 2 - PRODUCTS CI' I 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the I following divisions and sections ofthe IDOT Standard Specifications: Division 41. Construction Materials. I Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. I 'I 02520-1 T:\6400\64160 I 0\Specs\64160 I OS20 _ 02520.doc -- I PART 3 - EXECUTION I 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the I following divisions and sections of the !DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. I Section 2111. Granular Subbase. Division 22. Base Courses. I Section 220 I. Portland Cement Concrete Base. Section 2212. Base Repair. I Section 2213. Base Widening. '" :% ..:r Division 23. SUlface Courses. W ~es Section 230 I. Portland Cement Concrete Pavement. I 0 ~ 0:- Section 2302. Portland Cement Concrete Pavement Widening. :;;=;: LU W ....Jr Section 2310. Bonded Portland Cement Concrete Overlay. ..-I M 01- Section 2316. Pavement Smoothness. I - ;:::0 LL "'" -4 -<<= >C 03 Division 25. Miscellaneous Construction. "'" 0 Section 2512. Portland Cement Concrete Curb and Gutter. I = = <N Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. I Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PA VEMENT: I , . Curing compound shall be applied immediately following finishing of the concrete, A. including back of curb. I 3.03. ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop I below 350F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering I Minimum 35-320 F One layer plastic or burlap. I Minimum 31-250 F One layer plastic and one layer burlap or two layers burlap. Below 250 F Commercial insulating material approved by the I Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. . I 02520-2 I T:\6400\64 I 60 I 0ISpecs\64160 1 OS20 _ 02520.doc I I C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. I D. Maximum allowable concrete temperature shall be 900 F. E. If concrete is placed when the temperature of the concrete could exceed 900 F, the I Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature ofthe concrete as it is placed below 900 F. I 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the I compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B- Ali joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. il C. Opening to traffic shall not constitute final acceptance. I. 3.05 COMPLETIONOF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and I clean up. All streets and sidewalks shall be finished and opened to the' public as soon as practicable. I I I B. Contractor shall noti/)' the Engineer if weather conditions make it difficult to use Class M I , concrete, when specified. I '" END OF SECTION ~O = = C7' ox )>-:J ;".- 11 I = 0-<'" - - r- ;::!0 V> m -\-n );00 0 -:0 :x I ~r: '!? )> &" a'I I I I I I I 02520-3 T:I6400164160 I 01Specsl64160 I OS20 _ 02520.doc I I SECTION 02524 I CURB RAMPS PART 1 - GENERAL I 1.01 SUMMARY: I A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: I A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. I B. City ofIowa City Design Standards. I C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (1 lA-4) (Standard Road Plan RB- 6(1)) ...., I 0 = D. L.M. Scofield Company Tech - Data Bulletin A-104.1 O. = "'"" ~O ::u:: ~=i >>- Il E. L.M. Scofield Company Tech - Data Bulletin A-514.02. :::0 . -< - I 0- - I -0 w F. L.M. Scofield Company Guide G-107.02. ;;!, '"'" rn rn r-' -:0 ~ ~ I G. ASTM C309 - Liquid Membrane Forming Compounds for Curing concre~ ^ ~C!? ~ c- O' H- Annor-Tile Cast-In.Place TactilelDetectable Warning Surface Tile. - I ) L Figures section of specifications. I 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the I necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. I B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. I 1.04 SUBMIITALS: A. Comply with Section 01310. I B. Comply with Section 02520. I (Revised 03/08/06) I 02524-1 T:\6400164160 1 0lSpecsl64] 601 OS21_ 02524.doc I 1.05 DELIVERY, STORAGE AND HANDLING: I A. Deliver material in unopened containers with labels identifYing contents attached, B. Powdered materials shall be kept dry and under cover, Protect liquid material from I freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: I A. Comply with ACI requirements for cold and hot-weather concrete work. I B. Pre-Installation Meeting PART 2 - PRODUCTS I 2.01 AMTERIALS: A. Concrete: Reference Section 2520. I B. Water: Fresh, clean and potable. I C. Stamped Truncated Domes ) II .. 1. Colored Hardener: oJ:> <:( ..:r ~ 00 Y.C6 a, Lithochrome Color Hardner by LM. Scofield Company. I .n F- a::~ '--' .ex ~~ Color: Tile Red (A-28). W b. --1 M 0_ I ,0 - .. r:=<:( c. An integral coloring agent may be submitted for approval as an alternative ll- ere ..,; to topical coloring agents. :0:: 03 "" 0 I = = 2. Bonding Agent: Product known to enhance adhesion to concrete, .... 3. Curing Compound: I Lithochrome Colorwax by LM, Scofield Company. a. b, Color: Tile Red (A-28). I 4. Truncated dome stamp for curb ramps shall be Cobblecrete ADA concrete texturing tool or Increte ADA Tactile Detectable Warning System stamping tool or I approved equal. D. Cast-In-Place TactilelDetectable Warning Surface Tile I 1. Color: Brick Red Color shall be homogeneous throughout the tile, I (Revised 03/08/06) I 02524-2 I T:\6400\64160 1 O\Specs\64160 1 OS21_ 02524.doc I I 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +/- 5% max. I Warpage of Edge: +/- 0.5% max. I 3. Vitrified Polymer Composite cast-in.place tiles shall be Armor-Tile Cast-in-Place Tactile/Detectable Warning Surface Tiles or approved equal. IE. Prefabricated tiles or pavers may be submitted for approval as an alternative to stamped concrete. I PART 3 - EXECUTION 3.01 TECHNIQUES: I A. Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4) and the following sections of the Americans with Disabilities Act (ADA) 0 Accessibility Guidelines for Buildings and I Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- I quirements ,..., - = o ~ Section 14. Public Rights-of-Way ~ 0 :;;; );> ::::i 5:> \l I ~ - 3.02 SLOPES: 8c~ w r- -<r::' m I A. Cross slope refers to the slope that is perpendicular to the direction of tra~ ~nniili slo~ refers to the slope that is parallel to the direction of travel. ~ 7' '? );> .r::- I B. Curb ramp cross slopes should be no greater than I :48 or 2% to a level plane. c:ro C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless I existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that I :48 or 2.08% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: I A. 6-inch thick P.C.C. will be placed at all curb ramps unless othelWise directed by the . Engineer. I B. 4-inch thick P.C.C. will begin 4 feet off back of curb adjacent to the 6-inch P.C.C. section, unless othelWise specified by the Engineer. I 3.04 WIDTHS: A. Curb ramps widths will be 4 feet unless othelWise necessary to match existing sidewalk for I continuity. The minimum allowable width for curb ramps is 3 feet Four-foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. All proposed curb ramp widths other than 4 feet wide need approval by the Engineer I (Revised 03/08/06) 02524-3 I T:\6400\64160 1 OlSpees\64160 1 0521_ 02524.doc I 3.05 CURB RAMPS GEOMETRICS: I A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made I 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 is considered part of the curb ramp and is I accounted for in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: I A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. I \D <C ..:r <P J}3 Detectable warning surfaces shall extend 24 inches in the direction of travel and the full I n ::a:: ceO width of the curb ramp. """ LW W -iT --1 C') CI t:: Detectable warning surfaces should be located so that the edge nearest the street is 6 inches - ;:: 0 minimum and 8 inches maximum from the curb line. I LL e:c: ..=:::: _<C ::a:: 0<: 3. 0fi5 IN~CTION: = I ".... 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' COLORING: I A.. Concrete color finish will only be placed on the 6-inch thick first panel (approximately 24" I x 48"or width of sidewalk) or as specified by the Engineer. 3.09 LOCATIONS: I 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 I are otherwise specified by the Engineer. , 3.10 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. I B. Apply truncated domes per manufacturer's specifications. I C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. I END OF SECTION I (Revised 03/08/06) I 02524-4 I T:I64001641601 OISpecsl64160 j 0521_ 02524 doc --.---- I I SECTION 02660 I WATER DISTRIBUTION I PART 1- GENERAL 1.01 SUMMARY: I A. Furnish, install and test water distribution system as indicated and specified. I 1.02 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced I documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a ... shall be kept on the site, readily available and accessible to the Engineer I during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus IS%. ,..., - = B C. fI C' W D'" 0 g;;: . tty 0 owa Ity ater IVISIOn :2::0 :It I >~ ~ ~ L Reference Manual 0 -< - r- -n W I I C. American National Standards Institute and American Water Works COni~~S~dSmU. . O::rJ ~^ r:n L ANSIJAWWA-CI04/A2L4: Cement-Mortar Lining for Duc~:Iron !2Pe and I Fittings for Water 0'\ 2. ANSIJAWWA-CIOSIA2LS: Polyethylene Encasement for Ductile-Iron Pipe I Systems 3. ANSIJ A WW A-C 1101 A21.1 0: Ductile-Iron and Gray-Iron Fittings, 3-inch through I 48-inch, for Water and Other Liquids 4. ANSIJ A WW A-C 111/ A2 1.11: Rubber-Gasket Joints for Ductile-Iron Pressure Pipe I I ' , and Fittings S. ANSIJ A WW A-C ISOI A21.50: Thickness Design of Ductile-Iron Pipe I 6. ANSIJAWWA-CISl/A2L51: Ductile-Iron Pipe, Centrifugally Cast, for Water or Other Liquids I 7. ANSIJAWWA-ClS3/A2LS3: Ductile-Iron Compact Fittings, 3-inch through 24- inch, and S4-inch through 64-inch for Water Service I 8. ANSIJA WW A CS02: Dry-Barrel Fire Hydrants 9. ANSIJ A WW A CS04: Rubber-Seated Butterfly Valves I 02660-1 I T:\6400\641601 0\Specs\64160 1 OS22 _ 02660.doc -------.--- I 10. A WW A C509: Resilient-Seated Gate Valves for Water Supply Service. I 11. ANSI! A WW A C51 0 Double Check Valve Backflow-Prevention Assembly 12. ANSIIA WW A C511 Reduced-Pressure Principal Backflow-Prevention Assembly I 13. ANSI! A WW A C550: Protective Epoxy Interior Coatings for Valves and Hydrants I 14. ANSI!A WW A C600***: Installation of Ductile-Iron Water Mains and Their Appurtenances I 15. ANSI!A WW A C651***: Disinfecting Water Mains 16. ANSI!A WWA C900: Polyvinyl Chloride (pVe) Pressure Pipe, 4-inch through 12- I inch for Water Distribution D. American Water Works Association: I I. A WW A Manual M23 ***: PVC Pipe-Design and Installation 2. AWWA Manual M17*": Installation, Field Testing, and Maintenance of Fire I \J:> <c Hydrants ~ 00 3; I 0 z:: Eif 0 American Society for Testing Materials: .a: u.J UJ ~r -! C") UI;::I. ASTMD2241 I - >-U LL .~ F.b ~Manufacturers Standardization Society: ;g 0 I = -I. MSS-SP-58 Pipe Hangers and Supports, Materials Design and Manufacture ..... 2. MSS.SP-69 Pipe Hangers and Supports Selection and Application I G. Vni-Bell PVC Pipe Association: I. UNl-B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride I (PVe) Pressure Pipe (nominal diameters 4-36 inch) complying with A WW A Standard C-900 or C-905. 1.03 SUBMIITALS: I A. Submit to the Engineer the following drawings or details for approval prior to installation. I One copy of each with the approval stamp shall be kept at the work site at all times. B. Shop and Working Drawings: I I. Pipe layout with valves, fittings and hydrants shown 2. Valves I 3. Hydrants 4. Fittings I 02660-2 I T:\6400\64160 I 0\Specs\64] 601 OS22 _ 02660.doc I ---- I I I 5. Bolts 6. Joints I 7. Tapping sleeves, couplings, and special piping materials. 8. Polyethylene I 9. Thrust block designs and details 10. Special backfill I C. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. I D. Manufacturer's Literature: 1. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners I and other accessories. 2. Brochures and technical data and coatings and linings and proposed method of I application. E. Plans for initial operations and final operations: Special prepared drawings and typed list of I sequences of steps are needed prior to any operation of water distribution. system. Submit 2 weeks prior to date of planned operation. r--> - = o ~ I 1.04 QUALITY ASSURANCE: ~ 0 ~ ::? = II A. Engineer reserves the right to inspect and test by independent serviceQ ~anu~turers I plant or elsewhere at Engineer's expense. ".::? F;; :I> ITl -~'::D 3: 0 B. Contractor shall conduct visual inspection before installation. ~ ^ ~ I )> .r:- 1.05 TIME: en I A. Time is of the essence for water main construction work. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. I B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. I L For tapping service, provide 24 hours notice. I 2. For notice to customers of disruption of water service, provide 48 hours notice. 3. For review, comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities, provide 48 hours notice. !I I I 02660-3 T:\6400\64160 1 0ISpecs\641601 0522_ 02660.doc I PART 2 - PRODUCTS I 2.01 All products used for this work shall be from the list of "Accepted Products for Water Distribution Materials" contained in the Iowa City Water Division Reference Manual. I 2.02 DUCTILE-IRON PIPE: A. Thickness design shall conform to ANSI! A WW A C i SOl A21.50. I B. Manufacturer shall conform to ANSI!A WWA CI5i/A21.51. I C. Thickness for direct bury piping, unless otherwise indicated or specified, shall be class 52. D. Thickness for pipe suspended from structures and bolted or restrained joint pipe, unless I otherwise indicated or specified, shall be class 53. E. Cement mortar lining shall conform to ANSI! A WW A C 1 041 A2IA. I 2.03 DUCTILE-IRON PIPE JOINTS: .0 A. Single rubber-gasket push-on joints or mechanical joints conforming to ANSI! A WW A I -::: ~ C 111/ A2Ul. Furnish with all necessary hardware and gaskets. I r..... co ~C L....J ~ Bffi ~ Bell-and.spigot pipe joints conforming to ANSI A21.6 or ANSI A21.8. LLJ ....Jr (' I- ~ :? e.::--' oFor bolted/restrained mechanical joint, use Griffin Bolt.Lok restrained joint or approved I LL ei r:=<("quaL x: 03 g D. 9'or unbolted/restrained mechanical joint, use Griffin Snap-Lok restrained joint or approved I <--I equal. E. Do not use drilled & tapped retainer glands. I F. Plain end of push-on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. I 2.04 POLYVINYL CHLORIDE PIPE: A. Pipe shall conform to ANSI/AWWA C900 and shall be thickness class DR 18 (Class 150). I All pipe shall have the same outside dimensions as ductile-iron pipe. PYC pipe materials are only allowed in sizes 6 to 10 inch diameter. I B. PYC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecular weight petroleum products or organic solvents or yapors. II e. PYC pipe shall not be installed under public roadways and shall not be used around cul.de- sacs or other small radius curves. I I 02660-4 I T: \6400164160 I OIS pecs\64160 I OS22 _ 02660. doc I I 2.05 FITTINGS: A. All fittings shall conform to ANSI! A WW A C I \ 01 A21.l 0, with pressure rating of Class I 250. B. Mechanical-joint fittings shall be ductile iron compact ANSVAWWA CIS3/A2I.53 or I ductile standard ANSVAWWA CIIO/A21.l0. Large fittings, 12-inch through 20-inch shall be ductile iron standard ANSI!A WWA CIlO/A21.I0. Swivel tees shall be ductile iron standard ANSI!AWWA CIIO.A2I.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSV A WW A C I 101 A2 1.\ 0 shall be provided. ;1 c. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain mbber gaskets, ductile iron glands, NSS Cor- I Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. I 2.06 VALJlES& VALJlEBOXES: A. Gate valves shall conform to ANSI!A WW A CS09. ...., = I - = o a" I. Valves shall be full line size gate valves with epoxy coating in~e::iihd o@;ide.wr\ contain stainless steel nuts and boIts. ):> ~ -::c _ I Q Z; I 2. Valve bodies shall be ductile iron or cast iron. W orking pressu~filie v!l!Ye s~' be at least 200 psi and gaskets rated at 250 psi. _ 93 ':3- .J I 07' CP ~ .' 3. Valves shall have a standard 2-inch square operating nut and sha~pen le~ I 4. Valves shall be capable of being repacked or replacing o-rings under pressure. 5. Valves are to be non-rising stem with the stem, nut and thmst collar made of I bronze. B. Butterfly valves shall conform to ANSI! A WW A CS04, for buried service, Class I SOB. I 1. Valve seat to be installed on disk or valve body. 2. Butterfly valves shall not be utilized in sizes smaller than \6", unless so noted on I the plans. 3. Working pressure of the valve shall be at least] 50 psi. I 4. Valves shall be short body pattern with mechanical joint ends. I 5. Shaft seals shall be o-ring type. 6. Valve shall have manual operator with a 2" square operating nut for operation of I the valve and shall open left. 7. All interior and exterior cast iron, ductile iron or steel smfaces shall be painted I with an epoxy coating and contain stainless steel bolts and nuts. 02660-5 I T:\6400\64160 I O\Specs\64160 I OS22 _ 02660.doc I C. Tapping Valves shall be as specified for resilient-seated gate valves with the exception that I one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. Ii l. Tapping valves shall be ] 75 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless nuts and bolts. I 3. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2-piece or 3-piece slip type, range 5]" to 71". Use lids marked I! "water" . 2.07 HYDRANTS: I Specification standard: ANSI! A WW A Standard C502 I Type of shutoff: Compression r- Type of construction: Break flange or break bolt above the ground line and a breakaway I ~ <.( stem connection. All bolts to be stainless steel. W 3 n ~c I z: ffi1am valve opening: 4Y, inches for ]2" water main and under 5V. inches for ]6" water '--' cd: UJ .-lr main and above _J ~ 01-=- - 0 LL 0::: ~:=gement 3 nozzle, two 2Y,-inch hose nozzles and one 4Y,-inch pumper I .cd: x: nozzle, with caps attached with chains '"" 0 = = ..... Nozzle thread: National Standard Hose Threads I Type of inlet connection: Mechanical Joint Size of inlet connection: 6 inch I Depth of bury: Depth of bury shall be 6 feet I Open to right (clockwise) Direction of opening: Packing: Conventional or a-Ring I Size and shape of operating I II, inch, standard pentagon I nut: Working pressure: 250 psi I Color: Safety Red I I 02660-6 I T:\6400\64160 1 0\Specs\64160 1 OS22 _ 02660.doc . . 2.08 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. . B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as . standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: . I. Shall be mechanical joint, split construction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to match the . tapping valve. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. I 3. Shall be furnished complete with all accessories. ,..., 0=> 4. Required for 12" and larger pipe or under paving. ~O = . """ ::;J: ". \l 5. Shall have stainless steel or NSS Cor-Blue nuts and bolts. )>--1 ::c 0-<" - - I . ==-\0 W rn E. Stainless Steel Tapping Sleeves: -<c - \\1 5: ,-. ,:Xl 0 I. Shall be epoxy coated with ductile-iron flange and stainless steel ~f&.. C? . j; J::" -I 2. Shall meet the OD requirements for class A, B. C, or D pit cast pipe. . . - . 3. Shall be furnished complete with all accessories. 4. Shall be compatible with Mueller, Clow, Kennedy, or U.S. Pipe , J . F. Stainless Steel Repair Clamps: : I I. All stainless steel, single section, double section, or triple section; depending upon size of main. . 2. Shall have stainless steel bolts and nuts. G. Mechanical Joint Restraint Device: . I. Shall be Megalug - NNS Cor-Blue Nuts and Bolts or equivalent. I 2.09 GASKETS, BOLTS, AND NUTS: A. Mechanical joints made with: . I. Bolts: 3/4 inch NSS Cor-BUill. 2. Stainless steel bolt studs with nut on each end. . . 02660-7 T:\6400\64160 1 O\Specs\64160 I OS22 _ 02660.doc ----------.- ------- ------ I B. All thread rod used to restrain fittings shall be stainless steel and 3/4" diameter. I 2.10 LOCATION WIRE: A. Location wire shall be #12 solid copper, THHN insulation in yellow or orange color. I 2.11 LUMBER: I A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). Do not use creosoted lumber in contact with piping materials. I 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main I flushing, disinfection and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to I control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. I PART 3 - EXECUTION I 3.01 REFERENCES AND DOCUMENTS: I A. Contractor must have all required documents on the site before commencing with the work. 'r- B. .. Valves, fittings, hydrants and ductile-iron pipe shall be installed in accordance with I -:: ~ ANSI! A WW A C600 except as noted herein. co v- I 0 ~ dEO PVC pipe must be furnished and installed in accordance with AWWA M23 and Uni-Bell W (") d f= PVC Pipe Association UNl.B-3-88 except as noted herein. -' - () I LL ~ of:::: <( Contractor must prepare and retain a set of "as-built" drawings on the job site with accurate :: () 3= and current infonnation on the location of all valves, pipe and special construction features. :3 OExamples of special buried features would be: I c-.I 1. Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 5 feet. I 3. Special fittings or construction materials. 3.02 RECEIVING, STORAGE AND HANDLING: I A. The Engineer may mark materials which are found on the job site and which are detennined to be defective or not approved. The marking may be done with spray paint. I The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: I 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. I 02660-8 I T:\6400\64160 I 0ISpecs\64160 I 0522_ 02660.doc -- ------ ------- ------ ------ --- I I II 3. Do not attach cables to pipe unit frames or banding for lifting. C. Within the "Storage" language of A WW A M23, change "should" to "shalL" I D. Within the "Handling" language of A WW A M23, change "should" to "shalL" I 3.03 LOCATION, ALIGNMENT, SEPARATION & GRADE: A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown I on the plans or as directed by the Engineer. B. Contractor shall have all buried utilities located by the 1-800-0NE-CALL service and shall I do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. I c. Water main shall be installed with a minimum depth of cover of 511, feet. Generally, the maximum depth shall not exceed 7 feet. I D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main aild the top of the sewer. Where local conditions prevent this vertical separation, the water main shall I not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distanc,e.as far as I possible from the sewer. The water and sewer pipes must be adequatelY.e'porte~d have pressure tight joints. A low permeability soil shall be used for backfill~tqial ~hinl'h I feet of the point of crossing. y-::t :;0 _ ~O - \ I ~ w. E. No water pipe shall pass through or come in contact with any part of a ~manhole. ~ minimum horizontal separation of 3 feet shall be maintained. -..:.- gj ~ " I 0;>,: .a;. F. All PVC water main and ductile iron water main with greater than 4~ feet ~een features that extend to the surface (such as hydrants or valve boxes) shall be marked~ith a I wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pipe is backfilled. TIle wire shall be I fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few I splices and splice the wire together using a Twister DB Plus Wire Connector. 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a Valvco I tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box, one- I foot from the hydrant base. The tracer wire terminal box must be installed flush with the fmished grade. If there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box" which is a full-size valve box and mark the I drawings appropriately. I 02660-9 T:I6400\64160 1 OlSpecsl64160 1 OS22_02660.doc I I 3.04 PIPE BEDDING AND BACKFILLING: A. Ductile-iron pipe bedding shall conform to the project plan details or as otherwise specified I or directed by the Engineer, B. PVC pipe bedding shall conform to UNI-B-3-88 laying condition Type 2 including hand I excavation for the bell holes, The bedding shall be loose, natural, fine soil which is compacted by stomping on the soil along the sides of the pipe to the top of the pipe. I C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer, I D. Set valves and hydrants on precast concrete bases, 3.05 PIPE RESTRAINT: I A. Thrust Restraint: r- For pipe smaller than 10" diameter, concrete block shall be used, placing the I .:r <CL CD ::c- concrete block next to the fitting and undisturbed soil. For 10" and larger diameter ~-' '" :a:: IIO pipe, blocking shall be by cast-in-place concrete, Cover fittings and joints with 10 I L-J W "'" ~r:= mil. polyethylene before placing concrete. Brace fittings with hardwood lumber to -.J (") 0_ prevent shifting before placing concrete. - r=U LL 0:: I ... O~. Do not pour excess concrete on top of pipe and fittings. :l: "" 0 = '= -Socket Pipe Clamps, Tie Rods, and Bridles: .....B. I 1. Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles, I Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. C. Dead Ends I L Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. I 2. All pipe ends or fittings left for future connections shall be blocked against thrust. 3.06 JOINTS AND COUPLINGS: I A. Push-on Joints: I I I. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. I 3. Do not use push-on joints when boring. Griffm Snap-Lok shall be used in casing I with locking rubbers. 02660-10 I T:\6400\64160 I OlSpecs\64160 I 0522_ 02660.doc I I B. Mechanical Joints: I I. The range of torque for tightening bolts which is indicated in ANSII A WW A C600 may be somewhat affected by the temperature. On cold days, more torque may be I required. 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of I the flanges. An average worker should not use a wrench longer than 10 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. r--> = I <5 = cr- 4. Do not deflect pipe at joint. zO :::n: :0> -n )>==i :xl 0-<' - - 1 I C. Sleeve-Type Coupling: ==iO w rn :<r~ - rn ~ "'-'. I. Clean pipe ends for distance of 12 inches. 5;9 U I z'" Cf? 2. Use soapy water as gasket lubricant. :- )> -l 3. Carefully mark and place the sleeve coupling in the center of the joint. I 3.07 TAPPED CONNECTIONS UNDER PRESSURE: ..... I A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 4-inch to 12-inch in diameter shall be done by the I Water Division. C. A new and site specific tapping application must be prepared for each. tap regardless of I size, and submitted to the Water Division. The tapping application must.be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. I 3.08 POLYETHYLENE ENCASEMENT: A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil I polyethylene encasement in accordance with ANSJ/ A WW A C20St A2I.S installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PVC main could not be used. I 3.09 HYDRANT INSTALLATION: I A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. I I B. Before installation, clean piping and elbow of any foreign matter. C. Install hydrants away from the curb line a sufficient distance to avoid danlage from or to I vehicles. A set-back of 4 feet from the curb line is recommended. I 02660-11 T:\6400\64160 [O\Specs\64 [601 OS22 _ 02660.doc ---- I I D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break-off flange should be no more than 6 inches above I ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. I The barrel of the hydrant shall be firmly braced against the back of the trench wall with hardwood lumber to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or I inch I crushed rock to allow water to release from the hydrant drain. I G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly I compacted to provide good lateral support for the hydrant. This is essential to the I performance of the break-off flange. I 3.10 WATER MAIN OPERATIONS: I A.~ All work which involves operating the active public water distribution system will require I the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as-built" drawings must be on file in the Water I r- Division office prior to using the water supply. ~ c:( Ci:> ~ ~ Contractor shall submit a plan for initial operations and a plan for final operations to the I 0 :lC ffi - Water Division for approval. The plans shall include a drawing and typed list of actions LW """ d ~ which show all the significant steps necessaty to connect to the existing water distribution -1 ~ . G system or conduct the filling, flushing and testing operations. The purpose of both plans is I - 0:: (':. <(to minimize the impact of service interruptions and pressure and flow variations on the U- ;'E G 3;water distribution system and existing customers. ~ Q I 3.11 ~ DISlNFECTION FOR POTABLE WATER SYSTEMS: I A. General I I l. Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions I listed in ANSI/ A WW A C651 and the following specifications. B. Special Disinfection Requirements l. Exercise cleanliness during construction. Protect pipe interiors, fittings and valves I against contamination. 2. Water main 16-inch and larger in diameter must be swabbed with a soft pig prior to I flushing if flow in the system is not adequate to maintain scouring velocity (2 fps) during flushing. I 3. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg/L. Use either the granulated/tablet or continuous feed method with I modifications as described in 3. I I Cor D below. I ! 02660-12 I T:\6400\641601 O\Specs\64 I 60 I OS22_ 02660.doc -- I II 4. The chlorinated water shall be retained in the main at least 24 hours, during which I time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 25 mgIL chlorine throughout the length of main. I 5. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mgIL I and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than II, of the main diameter. For 6-inch through 12-inch water mains, a single 2J1,-inch fire hydrant opening is adequate. I Water entering stonn sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). 6. Collect a bacterial sample from the end of each line or 800-1,000 feet and deliver I the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of colifonn organisms, the hydrostatic test may proceed. I I C. Tablet Method of Chlorine Application I I. Use ANSVAWWA C651, however slowly fill the main (less than I cullii5foot per second) with system water, pushing out as much air as possi~ Do noR.ash out o :It the tablets. )> ::=\ s:; 11 I -< - D. Continuous Feed Method of Chlorine Application ~ 0 w ~ ,- . - :rll ~ Q I I. Prior to applying chlorine, do a preliminary flush at a minimum @lWlty oT'2.5 f per second in the main through an opening not less than not less ~ilY. oft1:e main diameter. For 6-inch through 12-inch water mains, a single 211~nch fire5iydrant I opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main I completely. 3.12 TESTING: I A. Filling the water main: I. Fill the newly constructed water main system slowly using treated public water I under low pressure and low flow. The objective is to displace air with water while avoiding damage to new construction, customer services, and adjoining property due to the release of air and water. Puhlic Works staff must be on site to assist with I operation of the system valves and hydrants during this operation. 2. Open one hydrant (completely) at the end of the main or at a high point on the I main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the I hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. I 02660-13 T:\6400\64160 I 0ISpecs\64160 1 OS22 _ 02660. doc 1------ I I 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize I damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. I 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to I stabilize. Then, each water service connection shall be tested at a sill cock and observed by the Contractor to verifY adequate pressure and flow. B. Pressure and Leakage Tests: I 1. Conduct combined pressure and leakage test in accordance with ANSI! A WW A C600. I 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable I water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. Iftesting operations I require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 1"'-' -< 4. Keep the water main full of water for 24 hours before conducting combined I ~ -.. pressure and leakage test. iP ~6 0 ~ Q:- I '::i?=5. Pressure and leakage test consists of first raising water pressure at the lowest point LL\ ("") U_ of section being tested to 150 psi internal pressure. .--l - ?=U - I LL- (Y- .a: O~. Failure to achieve and maintain the specified pressure for two hours with no :>C ..." 0 additional pumping mearlS the water main has failed to pass the test. = = ..... I 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. I C. Valve Operations: 1. All valves shall be located and tested to verifY operation. Remove the valve box I lid, insert the valve key and open and close each valve. Count the turns and record the results. D. Hydrant Operations: I 1. After the hydrant has been installed and the main and hydrant have been pressure I tested, each hydrant shall be flushed and checked for proper operation. I 02660-14 I T:\6400\64160 I 0\Specs\64160 I OS22 _ 02660.doc I I I I 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. II 3. After hydrant has been flushed, close it and check for drainage. This is done by I placing the hand over the nozzle opening and checking for a vacuum. Then check I the hose thread for proper fit. . 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. I I E. Flow Test: 1. Flow tests shall be conducted to verify all components of the water system are fully I open and operational and to determine the fire How capacity. 2. Owner's Water Division personnel must be on the site to operate the system valves . and hydrants during this test. 2. A hydrant flow test shall be conducted by Owner on the hydrant at the extreme . locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. . END OF SECTION . ....., co.:> 0 <= cr- . ~O ::;: )>:2 ".. 11 ;00 - 0' - .- ~p w hl I ' l-n ;t>> '--' -:0 :x U 0-- C? ~/' )> x:- I -.I I I I I I I II 02660- I 5 T:\6400\64160 I OlSpecs\64160 I OS22 _ 0266Q.doc I ---------------------------- I APPENDIX A I Accepted Products for Water Distribution Materials I WATER PIPE: (Ductile) ANSIIA WW A - A21.511CI5l I American, Clow, Griffin, McWane, Tyler, and US Pipe Class 52 for direct bury piping unless other wise indicated or specified. I Class 53 for suspended from structures and bolted or restrained joint pipe WATER PIPE: (PVC) (Class 150) - C900 I C900 thickness class DRI8 (6" thru 10") FITTINGS: (Ductile Iron Standard) ANSIIA WW A - A21.10/CllO, 250 psi I (Ductile Iron Compact) A WW A C 153, 350 psi Clow, TylerlUnion, U.S. Pipe, Griffin, or Sigma TAPPING SLEEVES: (Full Body Ductile Iron With Stainless Steel and/or NSS Cor-Blue I Nuts and Bolts) for 12" and larger or under pavement Clow - F-5205, Mueller - H615, Kennedy, TylerlUnion, Kennedy, American Flow Control- I Series 2800, or U.S. Pipe - T-9 TAPPING SLEEVES: (Stainless Steel) I Smith Blair - 662 or 663, Ford FAST, Mueller-H304, Romac SST, JCM-432 , MECHANICAL JOINT RESTRAINT DEVICE: (Megalug - with NSS Cor-Blue Nuts and I Bolts) Ebaa Iron Sales Inc. STAINLESS STEEL REPAIR CLAMPS: I Smith-B1aii-261, Ford FSI, Romac SSI I VALVES: (Resilient Seated Gate Valves) ANSII A WW A - C509 Clow F-61 00, Kennedy 1571-X, Mueller Resilient Seat - A-2360-20, American Flow Control - I AFC-500, or U.S. Pipe Metro Seal 250 #5460 VALVES: (Butterfly) ANSIIAWWA C504, Class 150B I Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik VrALVES: (Tapping) I ~- F~114, Mueller- T-2360-16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860, or ~ericaf1 ow Control-865 o ~ rr.- , I ' "'" u..!~ W .-l \ C') 0_ :::::: - >-0 U- ~ C: <( (Revised 02/27/06) I :TC 03 ;g 0 = "" 02660-16 T:16400164160 I OIS pocsl64160 I OS22 _ 02660. doc I I I VALVE BOXES: Tyler - (Series 6855 & Item 666A, Range 51" to 71") EastJordan Series 8555 & Item 666A - Range 51" to 71" I HYDRANTS (4 y," for 12" and under) (5 y." for 16" and above) A WW A C502 Clow F-2545 Medallion, Kennedy Guardian K-81, Mueller Super Centurion 250, American I Darling - MK 73 for 4 1/2" & B84-B for 5 1/4" SLEEVE TYPE COUPLING: I Standard solid black sleeve - TylerlUnion 5-1442, Griffm Bolted Straight Coupling - Smith-Blair 441 or Romac Style 501 I STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts): Smith-Blair 261, Romac SSI or Ford FSI I TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter WaterPro or Utility Equipment - Valvco -95E -2 \1," ID with lockable cast-iron lid - minimum 18" long, telescoping I TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector I POL YWRAP: 8 mil polyethylene encasement ...., 0 = I = ""' :2:0 ::ll: WIRE: )>-~ :x- 11 0-< ?:) #12 solid copper, THHN insulation in yellow or orange - - I --10 W I .:-(1- m m ". 0 0:0 ::It: I s^ co s;: &'" -..I I I I I I I 02660- I 7 I T:I6400164160 I 0lSpecsl64160 I OS22 _ 02660.doc I I SECTION 02665 WATER SERVICE WORK FOR CONTRACTORS I PART 1- GENERAL I 1.01 DESCRIPTION: A. Furnish and install new water services and yard hydrants as indicated and specified. I 1.02 RELATED WORK: ....., Q = = cr- A. Section 02220: Earth Excavation, Backfill, Fill and Grading :2:0 ::l!< I )>~ ;p. 11 ;00 B. Section 02660: Water Distribution 0-< - .- ==i (j w m .:-< F;=, ".. I 1.03 REFERENCES: _ ...-' :J: 0 O:.:;.~ ~co A. This specification references the following documents. In their latest edition, refere1R:ed I documents form a part of this specification to the extent specified herein. -.I B. City ofIowa City Water Division: I I. Policy and Procedures Manual. I C. American National Standards Institute and American Water Works Combined Standards: I. ANSVA WW A-C800 Underground Service Line Valves and Fittings. I D. American Society for Testing Materials: I 1. ASTM B75-86 Seamless Copper Tubing. 1.04 SUBMIITALS: I A. Submit to the Engineer the following drawings or details for approval 4 weeks prior to installation. I I. Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. . . I 2. Working drawing or site plan with customer location, address, size, and materials of water service and main pipe including a full list of materials required from the Iowa City Water Division, as applicable. I 1.05 PERMITS: I A. City ofIowa City: I 1. Contractor's superintendent on the job must have a license as a sewer and water I 02665- I T:I6400164160 I 01Specsl641601 OS23 _ 02665.doc --------- -- -- -------- ---- --- I service installer issued by the City to construct water and sewer mains and services I in Iowa City. 2. The Contractor or their agent will be responsible for the tapping application forms I and records. 1.06 TIME: I A. Time is of the essence for water service work. All required work must be completed as quickly as possible to minimize inconvenience to the consumers. The Contractor is I expected to comply with the minimum response and completion times listed. r B:' Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at I 356-5160. I. For tapping scrvicc, providc 24 hours notice. Scheduling depends on workload. I 2. For notice to customers of disruption of water service, provide 48 hours notice. - 3. For supply of tapping materials for less than 20 units, provide 2 weeks notice. 4. For supply of tapping materials for more than 20 units, provide 4-6 weeks notice. I 5. For supply of seldom used materials such as galvanized or lead, provide 4-6 weeks notice. 6. For locations of underground facilities, provide 48 hours notice. I c. Response Time - the maximum time allowed from telephone notice by the Engineer until the Contractor is on the job and ready to begin work: I I. For 1 service which is planned work, less than 24-36 hours. 2. For 1 service which is emergency work, less than 4-6 hours. I 3. For 3 or more services which are planned work, less than 48 hours. D. Completion Time - the maximum time allowed from the time the Contractor turns off the water until the water service is connected and operational under normal circumstances: I co .::r ~ I. For 1 service, where it is necessary to break and remove concrete with no prior co :,c: C warning or planning, less than 12 hours. I " z rr.- ~ .a: U..!~_ LL! d ~ 2. For 6-8 services or more in one block area with prior planning, some services on ~ ~ _ 0 each side ofthe street and in conjunction with paving projects, less than a 12-hour I U- !;i ?= <( workday. :IT: O~ 1.0~ WORieoN PRIVATE PROPERTY FOR OTHERS: I A. Water service work may be necessary or desired by private property owners at the same time as the new water service work under this contract is done. The Contractor will be I allowed to work on private property adjacent to the work site in order to do water service work directly for the private property owner. Work on private property shall not adversely affect the time schedule for work under this contract. I B. The work on private property will not be the responsibility of the City. (Revised 03/08/06) I 02665-2 T:I640016416010ISpecsI6416010S23.02665.doc I I I PART 2 - PRODUCTS 2.01 WATER SERVICE MATERIALS I A. All water service materials shall meet or exceed current ANSII A WW A-C800 specifications and shall be made in accordance with ASTM B-62. The manufacturer shall furnish a I certificate indicating all new materials meet the specifications. All valves, fittings and pipe shall be inspected several times during the manufacturing process and pressure tested with air under water hefore shipment. All water service materials shall be visually inspected I before installation. Brass and copper are soft metals and care in handling shall be exercised to avoid damaging threads or distorting piping, valves or fitting bodies. I B. Corporation stops, service saddles, curb stops, and stop boxes for services 2-inches and smaller will be furnished at no cost by the City Water Division. The Contractor shall use the brass goods furnished by the Water Division on work under this contract only and not I on private property. C. All water service lines will be furnished and installed by the Contractor. Material shall be I new type K copper in coils for sizes 3/4-inch through I Yi-inch and in coils or straight pipe for 2-inch size. No couplings or connections will be permitted under the paving. D. Materials furnished at no cost by the City Water Division are available at the Water I Division at 255] N. Dubuque Street during normal working hours. The Water Division will provide an accounting for materials supplied and the Contractor will be required to keep records of materials used at each service cOllilection. I PART 3 - EXECUTION ......, I 3.01 RECORDS AND DOCUMENTS: 0 = = c>' :.;;Eo :r; A. Contractor must prepare and retain a set of "as-built" drawings on the job~o[\tith ~uratell I and current information on the location of all water service valves, ~~and(l!peciilr- construction features. Examples of special construction features include: _-< r m m J:IIlo r-1 O:D :x ,J I I. Offsets in aligmnent. ~ 7' C? }> s:- 2. Changes in depth and depth greater than 8 teet or less than 5 feet. co I 3. Special fittings or construction materials. I Following completion of the project, a copy of these drawings shall be furnished to the Water Division. 3.02 RECEIVING, STORAGE AND HANDLING: I A. The Engineer may mark materials found on the job site which are determined to be I defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site and replaced with new. I (Revised 03/08/06) I 02665-3 r:I6400164160 1 01Specsl64160 1 OS23. 02665.doc --.-------------.------ ------------------- -------- I 3.03 EXCA VATION AND BACKFILL: I A. All excavators shall comply with the requirements of the O.S.H.A Standards subpart P- Excavations. I B. Earth excavation, backfill, fill and grading shall be in accordance with Section 02220. C. Excavation and backfill shall include all excavation, backfilling, compacting, stockpiling of I surplus material on the site, and all other work incidental to the construction of trenches, including any additional excavation which may be required for construction of the water I service lines. D. Along the proposed water service lines, the Contractor shall remove the surface materials only to such widths as will pennit a hole or trench to be excavated which will afford I sufficient room for proper construction. Paving removals shall be as directed by the Engineer I E. The Engineer shall approve removal limits. F. Where working space permits, holes or trenches may be excavated by machine, provided I that by so doing, public and private improvements will not be subjected to an unreasonable amount of damage. The size of the hole shall be as small as reasonably possible to do the work. If, however, excavation by machine methods cannot be made without damage being I done to public and private improvements, hand excavation shall be employed. G. The Contractor shall use a mole for excavation of a hole to place the water service piping, I %" to 2" diameter, at any location under a street surface, driveway, sidewalk or lawn area whenever the distance from the water main to the water service connection is greater than 20 feet. The mole shall be used even though the street surface has been removed so as to I protect the new street surface from settlement. The mole shall be a maximum of four inches in diameter. The Contractor shall be responsible for all labor, equipment, materials and , ~ dupervision for mole excavation. I .. S 0 ~H. ~ ahe Contractor shall be responsible for coordinating the location of all buried utilities and UJ < ~ ~or all damage or repairs to utilities caused by mole excavation. I --.J C') Cl_ ,-1. ~_ <:.whenever, in the opinion of the Engineer, it is necessary to explore and excavate to LL 0:: t; <::'<letermine the best line and grade for the construction of the new water service line or to """ :::c I oJ:> ~cate an existing water service which must be disconnected, the Contractor shall make = = -explorations and excavations for such purposes. c-..o J. All excavated material shall be piled in a manner that will not endanger the work and that I will avoid obstructing sidewalks and driveways. Fire hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, or other utility controls shall be left unobstructed and accessible until the work is completed. Gutters shall be kept clear and adequate provisions I shall be made for street drainage. Natural watercourses shall not be obstructed. K. The Contractor shall provide and maintain ample means and devices with which to I promptly remove and properly dispose of all water entering excavations or depressions until all work has been completed. No sanitary sewer shall be used for disposal of water. (Revised 03/08/06) I 02665-4 I T:I6400164160 I OlSpecsl64160 I OS23. 02665.doc ------ ------------- I I L. To protect persons from injury and to avoid property damage, adequate barricades, fencing, construction signs, caution lights and guards as required shall be placed and maintained by the Contractor at excavations during the progress of the construction work and until it is I safe for pedestrian and vehicular traffic to use the roads, sidewalks and facilities. All material piles, equipment and pipe which may serve as obstructions shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. The I rules and regulations of O.S.H.A. and appropriate authorities for safety provisions shall be observed. I M. Trees, shrubbery, fences, poles and all other property and structures shall be protected during construction operations unless their removal for purposes of construction is authorized by the Engineer. Any fences, poles, or other improvements which are removed I or disturbed by the Contractor shall be restored to the original condition after construction is completed. Any trees, shrubbery or other vegetation which are approved for removal or ordered for removal by the Engineer shall be removed completely, including stumps and I roots. The Contractor shall be responsible for any damage caused by construction operations to shrubbery or other landscape improvements which were not. autho~d for removal by the Engineer. ~ 0 ~ )>- ",.. I -1 :::0 11 3.04 WATER SERVICE CONSTRUCTION: (") -< _ = -10 W I A. The City Water Division will provide at no cost, labor and equipment to taP'~watel>llla~ I for services. Each water service pipe shall be connected to the water ma~gh tbrass--.J corporation stop. A tapping saddle is required on all PVC water main matei'iilS':'The Elastic plug shall be recovered. The main shall be tapped at an angle of forty-fiJ.? degreeM45O) I with the vertical, if possible. The stop must be turned so that the T-handle will be on top. E. The old water service under the street right-of-way will be cut and abandoned in place. The I old stop box will be removed. -. C. The Contractor shall install the new copper service line from the new.corporation stop to I the new curb stop and from the curb stop to the customer service line nearthe property line. The size will be determined by the Water Division. The minimum size will be l-inch to the stop box. The service pipe shall be laid in the mole hole excavation and in the trench with I sufficient weaving to allow not less than one foot extra length for each 50 feet of straight" line distance. D. UndergrOlmd water service pipe shall be laid not less than ten (10) feet horizontaliy from I the huilding drain, and shall be separated by undisturbed or compacted earth. Where the horizontal separati04n cannot be met, the water service pipe shall be installed so the bottom of the water service pipe is at least eighteen (18) inches above the top of the building drain I line at its highest point. E. A curb stop shall be furnished and instal1ed for each service at the location shown on the I plans, or as directed by the Engineer. Place a brick or masonry block under each curb box valve. A cast iron service box shall be furnished and installed over the curb stop and held in a truly vertical position, until sufficient backfill has been placed to ensure permanent I vertical alignment of the box. The top of the box shall be adjusted and set flush with the finished surface grade. The curb stop shall be located between the curb and the property line and visible from the sidewalk. I (Revised 03/08/06) I 02665-5 T:I6400\64160 1 01Specsl64160 1 OS23 __ 02665. doc ------- I F. The Contractor shall make a clean cut on the existing service line and connect the new I service line at the location as directed by the Engineer. G. The Contractor shall be responsible for visual inspection of all water service materials used I in this work. If water pressure is available or will be available within 24 hours of making the new service connection, the new service shall be subjected to normal system pressure I and visually inspected for leaks. If any leaks appear, the Contractor shall make repairs. Each water service shall be turned on and observed by the Contractor within the premises to verify adequate pressure and flow. I END OF SECTION I I I .- I I co I ..:l" :% 0::> ~> I 0 :!C 0:0 W ocr w -1 cry d ;::- LL - ;::0 I fr: "'<c o:OC :It: ;:'!: ...0 = 0 = I "" I I I (Revised 03/08/06) I 02665.6 I T:16400164160 I OlSpecsl64160 I OS23 _ 02665 doc --------------------- I I SECTION 02751 DIRECTIONAL BORlNG AND DRILLING I PART 1 - GENERAL 1.01 DESCRIPTJON: I A. Furnish labor, materials, tools and equipment to install casing and carrier pipe by directional boring and drilling. I B. This specification covers thrust-restrained Polyvinyl Chloride (PVC) Pipe, and fusion welded High Density Polyethylene (HOPE) Pipe with ductile iron pipe (DIP) outside diameters. Pipe is intended _ C:'I I for use in pressure-rated potable water delivery systems, as well as in sewer f@ main:iiDd ftre protection piping systems. ~O ~ )> -{ ;00 11 -< - 1.02 o - r- REFERENCES: - 0 w , I -! nl ,.<r- i : A. American Society for Testing and Materials (ASTM) -- S:J ~ u I 1. ASTM 01784 Standard Specification for Rigid PVC Compounds and ~<ifinat~PVC Compounds )> x:- 2. ASTM 02837 Standard Test Method for Obtaining Hydrostatic Design Ba~ for Thermoplastic Pipe Materials I 3. ASTM D3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals 4. AS1M F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe I B. American Water Works Association (A WW A) 1. A WW A C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 Inch Through 12 Inch, for Water I 2. A WW A C906-99: Polyethylene (PE) Pressure Pipe and Fittings, 4-inch Through 63-inch, for Water Distribution and Transmission I C. American Railway Engineering Association "Specifications for Pipelines Conveying Non-Flammable Substances," latest edition. I D. Iowa Department of Transportation "Policy for Accommodating Utilities on the Primary Road System," latest revision. 1.03 SUBMIITALS: I A. Casing and Carrier Pipe Materials: Submit information as listed in Section 01300. I B. Boring Pit: The Contractor shall submit boring/drilling pit locations to the Engineer before beginning construction. I C. \Vhen bore is completed, contractor shall provide Engineer with a plan and profile of the bore path. D. Record and submit notes of actual boring operations with the field load conditions. I I 0275 I-I I I 1.04 FIELD MONITORING: A. Provide efficient, useful monitoring devices on the equipment so the operator and Engineer can I compare the field conditions with the design and effectively monitor the loads on the pipe as it is being installed. I B. Engineer will survey and record top of pavement elevations before and after boring operations. PART 2 - PRODUCTS I 2.01 PVC CARRIER AND CASING PIPE: I A. Pipe and couplings shall be made from unplasticized PVC compounds having a minimum cell classification of 12454-B, as defmed in ASTM D 1784. The compound shall qualify for a Hydrostatic I Design Basis (HOB) of 4000 psi for water at 73.40F, in accordance with the requirements of ASTM : 02837: B. Pipe shall be joined using non-metallic couplings to form an integral system for maximum reliability I and interchangeability. High-strength, flexible thermoplastic splines shall be inserted into mating, precision-machined grooves in the pipe and coupling to provide full 3600 restraint with evenly I distributed loading. Couplings shall be designed for use at or above the rated pressures of the pipe with which they are utilized, and shall incorporate twin elastomeric sealing gaskets meeting the requirements of ASTM F477. Joints shall be designed to meet the leakage test requirements of ASTM 03139. I C. PVC pipe for directional boring shall be C900/RJ. PVC restrained-joint pipe from CertainTeed Corporation, or approved equal. I 2.02 HDPE CARRIER PIPE: [NOT ALLOWED ON TillS PROJECT) A. High Density Polyethylene (HOPE) Pipe for water main carrier pipe shall conform to A WW A I Specification C906-90, or the latest revision thereof. All HOPE pipe for water main carrier pipe shall be DR-I I, and have a working pressure rating of 160 psi, or as otherwise specified on the I plans. B. HOPE Pipe for sanitary sewer force main carrier pipe shall conform to ASTM 0 3350. All HOPE I pipe for force main carrier pipe shall be SDR- I 7, and have a working pressure rating of 100 psi, or as otherwise specified on the plans. C. All fittings to be used with HOPE carrier pipe shall be typical cast iron or ductile iron mechanical I joint fittings, adapters shall be used as necessary to connect to such fittings. Harvey connectors are approved for use with HOPE pipe for making connections to cast iron or ductile iron fittings. D. All HOPE carrier pipe shall be joined using butt fusion. I 2~ S1Jl!'L CASING PIPE: I co vS n ~ ~t~ casing pipe shall be spirally welded conform to ANSI Specification B36.1 0, current edition, with W < I~imum yield strength of35,OOO psi and nominal diameter and wall thickness as indicated on the I ~ C') (Plans. - 0 LL 0,;: ~~ (Revised 02/27/06) < I :!C "" = 0 02751-2 = "" I I 2.04 HDPE CASING PIPE: I A. HOPE Pipe for casing pipe shall conform to ASTM 0 3350. All HDPE casing pipe shall be SDR- II, or as otherwise specified on the plans. I 2.05 CASING SPACERS: I A. Use manufactured casing spacers or wolmanized hardwood as iodicated to aid installation and properly position carrier pipe in casing. I B. Manufactured casing spacers shall be constructed of high-density polyethylene runners, neoprene rubber liner and 304L stainless steel metallic parts. Casing spacers for PVC may be constructed entirely of high-density polyethylenc. Casing spacers shall be manufactured by Advance Products & I Systems, or an approved equal. C. Install one spacer per each 10 feet of pipe. ....., 0 = = C"' I 2.06 DRILLING FLUID: ~O ::;;: )>-; :x> 11 > = 0'" - r- A. Drilling fluid shall be a mixture of water and bentonite clay. -0 w I :::<r hl I om )> 0 02 :K PART 3 - EXECUTION -=;:/' C? I )> .z:- CX) 3.01 DIRECTIONAL BORING EQUIPMENT: I A. The drilling equipment shall be capable of placing the pipe as shown on the plans. The installation shall be by a steerable drilling tool capable of installing continuous runs of pipe without intermediate pits, a minimum distance of 400 feet. I B. The directional boring machine shall be supplied with an output signal inside the housing of the drill bit. The output signal shall have a constant output signal to allow a person to track the I location of the beacon at all times. C. The drilling machine shall be equipped with a drilling fluid compatible for the onsite conditions. I D. The directional head shall be capable of accepting a variety of cutting bits for varied soil conditions. I I 3.02 CONTROL OF LINE AND GRADE: I A. Engineer will provide control surveying and grade stakes. Engineer will survey and record top of I pavement or rail elevations before and after boring operations. B. During the installation of carrier pipes, the Contractor shall be responsible for monitoring alignment I and elcvation of said pipes. The Contractor shall provide control points, reference marks and equipment for this purpose. Thc drill bit shall be located a maximum of every 5 feet. The operator of the drilling unit shall check the bore path and position of boring pit at every five feet and make I necessary correction to stay along the alignment. .. I 02751-3 I ---------- I C. Allowable deviations from the plan alignment and elevation are as follows: 1. The guidance system shall be capable of installing pipe within i-I/2-inch of the plan vertical I dimensions and 2-inches of the plan horizontal dimensions. 2. In addition, care shall be taken to assure that continuous positive or negative grades, as shown I on the plans, are maintained in the installed carrier pipe. 3. The Contractor shall be required to remove and reinstall pipes which vary in depth and alignment from these tolerances. I 3.03 PILOT HOLE INSTALLATIONS: A. The pilot hole shall be drilled along the path shown on the project plans. I B. At the completion of the pilot hole drilling, the Contractor shall provide a tabulation of coordinates, including elevation data, referenced to the drilled point entry, which accurately describe the location of I the pilot hole. C. Pilot hole alignment shall be accepted and approved by the Engineer prior to reaming and pipe I installation. 3.04 REAM and PULL BACK OPERATIONS: I A.' Reaming shall be sufficient to prevent damage to pipe or pipe crossing. B. The maximum allowable tensile load imposed on the pipeline pull section shall not exceed 90% of the I product of the Specific Minimum Yield Strength of the pipe and the area of the pipe section, or as specified by the pipe manufacturer. I C. A swivel shall be used to connect the pipeline pull section to the reaming assembly to minimize torsional stress imposed on the section. I D. The pipeline pull section shall be supported as it proceeds during pull back so that it moves freely and the pipe and pipe coating are not damaged. I E. The pipeline pull section shall be installed in the ream hole in such a manner that external pressures are minimized. F. In case of a pull back where the bore hole will be abandoned or where voids are created, the I Contractor shall fill voids with grout injected under pressure using approved methods. 3.05 DIRECTIONAL BORING OPERATIONS: I A. The drilling machine shall be set up at such a location to avoid disruption of private yard and I 0:> I~caping. .j co 3= n !3.l:c ffip;;s shall be joined before being subjected to the boring process, or after they have reached final I '--' <: :m;~tion, depending on the type of pipe and nature of the joint and jointing material. UJ --.i C') 0_ U- C- ~<irlnethod of boring, in each case, shall be in accordance with the requirements of the governing I a= .a: ~6i1ey. :.c '-'" 6 = = - "" I 02751-4 I -.. -....---.- ------ ------------- - -- -- I D. Once boring has been started, it shall be continuous until completion ofthe boring operations in order I to reduce the possibility of a so-called "stuck" pipe and to minimize the creep ofthe soil into the face, even though this may involve working outside the normal working hours or outside the normal working days. The Contractor shall not be entitled to additional compensation for effort required to I maintain continuous boring operations. The Engineer reserves the right to waive the requirement for continuous boring if such waiver is approved by the appropriate governing agency. I E. Care shall be taken during boring operations to ensure that the pipe remains true to line and grade. F. No open cut within boring limits shown on the plans shall be permitted without written authorization I of the Engineer and the governing agency. G. Pull back forces shall not exceed the allowable pulling forces for the pipe being installed. I H. The drilling fluid, such as bentonite, shall be used for lubricating the pipe during pull-back, forcing spoils out of the pipe pit, assisting in holding the hole open during pull back, and hardening into a clay substance around the outside of the conduit, preventing settlement of the ground. Adequate drilling I fluids shall be used to avoid a "hydra-lock" condition. Disposal of excess fluid and spoils shall be the responsibility of the Contractor. I I. Any damage to property, landscaping or trees caused by Contractor's operation shall be replaced to the Owner's satisfaction and at no additional cost to the Owner. I J. The Contractor shall make necessary provisions to keep water and soil out of the installed piping systems. ....., = - = I K. Obstructions to the progress of the pipe, such as roots, boulders or portions offor~ ~Ctl~, shall be removed and deviations from line and grade shall be avoided if such deviatiOJt>\'D res~ in itlfl fitting joints. The use of explosives tor removing obstructions is prohibited. 0 -!. - ;::= I --0 w . 3.06 RESTRAINED JOINT PVC PIPE ASSEMBLY AND INSTALLATION: ~ ~ ~ 0 I A. Follow manufacture's instructions and recommendations for assembly and instalh~K.' ;. )> ~ B. Prevent dirt from getting into the couplings and, especially, the gasket grooves. If dirt does get into I the gasket grooves, the gaskets must be removed and cleaned, and the grooves must be cleaned, and the gaskets then reinserted before they can be installed onto the pipes. C. When pulling in restrained joint PVC pipe, do not exceed the maximum recommended pulling or I bending limits for the pipe. When the pull-in is complete, apply pushing forces to each end of the pipeline to relieve any stretch that may be remaining. I 3.07 HDPE PIPE ASSEMBLY: .. A. Follow manufacturer's instructions and recommendations for assembly and installation: '. B. Contractor shall provide the appropriate butt fusion equipment to join the pipe. Joints shall conform to the manufacturer's recommendations and be water tight at the test pressure. The bead I which forms during the fusion process shall be uniform, indicating a proper fusion. Joints not. meeting these requirements shall be cut out and remade. Joint fusion shall be incidentafto the pipe installation. . I 02751-5 I I 3.08 STEEL PIPE ASSEMBLY: A. Ends of the steel pipe sections shall be beveled ends for butt welding. The casing pipe joints shall I be full-circle butt-welded joint conforming to A WW A C206-75. 3.09 CASING PIPE INSTALLATION: I A. Follow casing pipe manufacturer's instructions and recommendations for assembly and installation. I B. Minimum limits of installation of casing pipes shall be as shown on the plans. C. When casing pipes are installed by the boring and jacking method, the pipe must be jacked I through the soil as the soil is removed by the auger. Installing casing pipes through pre-bored holes after augering is completed will not be permitted. Removal of material from bored holes by I washing, jetting or sluicing is not permitted. D. Excavation for a limited distance ahead offorward end of the pipe will be permitted when the soil is sufficicntly stablc to stand without danger of caving. In this case, the hole shall be trimmed to I the neat size of the outside of the pipe to reduce resistance to jacking and to maintain contact between embankment material and outside surface of pipe. In soft or unstable soil, the pipe shall be allowed to cut its way through the soil to avoid danger of caving and subsidence of the I overlying embankment and roadways or trackage. If the pipe is metal with a corrosion-resistant coating, care shall be taken to protect said coating from damage during jacking and excavating. E. Obstructions to the progress ofthe pipe, such as roots, boulders or portions of former structures, I shall be removed and deviations from line and grade shall be avoided if such deviation will result in ill-fitting joints. The use of explosives for removing obstructions is prohibited. I F. Ifmeasures require removal of newly-installed pipes, removal of rocks, boulders or other obstructions encountered or other measures which cause a void outside the casing or carrier pipes, I said voids shall be filled with grout injected under pressure by approved methods. G. If voids between undisturbed embankment and the outside of casing pipe result from installation work,.the Contractor shall fill said voids with grout as specified herein, injected under pressure I using approved methods. Grout placed as described shall be incidental to pipe installations and no additional compensation shall be allowed. 3.10 CARRIER PIPE INSTALLATION: I A. The carrier pipes shall be the class, type and size as indicated on the plans and specified herein. I B. Carrier pipes installed in casing pipes shall be supported on shop-fabricated skids specifically co de~ned for this purpose. Support system shall be fmnly attached to carrier pipe at suitable I .:r int also Support system components shall be installed near to, but not at, pipe joints and at other ca ~ons so that pipes are well supported. Carrier pipe joints or barrels shall not be permitted to 0 :tC ~ar oirectly against casing pipe. I LLJ < ~~ .-l C~ r? tlifiplans call for the carrier pipe to be installed without a casing pipe, the requirements for U- n:: fuS~ation of casing pipe as detailed herein shall apply. This shall include filling of vdids I """ :n:: ~n undisturbed embankment and outside of pipe with specified grout. "" 0 = = .,.... 02751-6 I I --- ----------------- I 3.11 SEALING: I A. After installation of carrier pipes within casing pipes, the Contractor shall seal ends of casing pipes with weak concrete bulkheads a minimum of one-foot thick or manufactured end seals as I indicated. 3.12 TESTING: I A. Testing procedures for carrier pipe shall follow those outlined in Sections 02660 - Water Distribution andlor 02700 - Sewers. I END OF SECTION T:\6400\641601 O\Specs\641601 0525_02751 . doc I I I ....., 0 = <= I "" :'2::0 ::tt J>=j "'" 11 ;00 0-'- - ~ I =iO w I -c"i %P rn - -01 0 -:J:1 ::n: I ~~ C? )> x:- cP I I I I I I :1 02751-7 I -------- ..- ------- -------- ------------------- I I SECTION 02920 SEEDING I PART 1 - GENERAL I 1.01 SUMMARY: A. Section includes finish grading, soil preparation, seed, sod and maintenance. I 1.02 QUALITY ASSURANCE: I A. The fitness of all plantings shall be determined by the Engineer with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with V.S.D.A. listings and I those of established nursery supplies. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer have not I survived and grown in a satisfactory manner for a period of one year after acceptance. ....., - = 1.03 SUBMITTALS: ~ 0 ~ I )>:::; ". 11 A. Submit certification of seed mixtures, purity, germinating value and crop year id~mi:atioW. --10 w ~- PART 2 - PRODUCTS .0<, m rn :J> I -J:) ~ U 0;;><.: 2.01 STABILIZATION SEEDING: ~ C? ..,.. I CX) A. Stabilization seeding shall be in accordance' with mOT standard specification section 2601.05 stabilizing crop seeding and fertilizing. I B. Seed mixtures shall be one of the following: Spring- March 1 to May 20 I Oat 2 bushel per acre Winter rye 1 bushel per acre Red Clover 5 lbs. Per acre I Timothy 5 Ibs. Per acre Summer - May 2 I to July 20 I Oat 3 bushel per acre Annual rye 35 bushel per acre Red Clover 5 Ibs. Per acre I Timothy 5 lbs. Per acre Fall- July 21 to September 30 Oat 2 bushel per acre I Winter rye 2 bushel per acre Red Clover 5 Ibs. Per acre Timothy 5 Ibs. Per acre I 02920 - I I I 2.02 URBAN SEED: I A. The following seed mixture shall be used for permanent seeding of urban areas in accordance I with lOOT Section 2601.04. Minimum Proportion Ibs./ Ibs./ I Mix by Weight Acre 1,000 sq.ft. URBAN MIX" I Kentucky Blue Grass 70% 122.0 2.80 Perennial Ryegrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 I co ..:r ~ cO :> I i::J ::!!:: ~C::C CL_ W <C U..! ......J'-- -1 ("") O~- IT:: - ;:::U I <>= '"'4 U~ommercial mix may be used upon approval of the Engineer if it contains a :;c "" = @gh percentage of similar grasses. = I c-..J 2.03 RURAL SEED: A. The following seed mixture shall be used for permanent seeding of rural areas in accordance with lOOT I Section 2601.04. Mix Ibs./Acre I RURAL MIX" Fescue, Kentucky 31 or Fawn 25 Ibs. I acre I Perennial Ryegrass 15 Ibs.1 acre Sideoats Grama (Butte or Trailway) 5 Ibs. I acre Switchgrass (Neb. 28, Blackwell, Pathfinder or I Cave-In-Rock) 3 lbs. I acre Birdsfoot Trefoil (Empire) 5 Ibs. I acre 2.04 LIME AND FERTILIZER: I A. Ground agriculture limestone containing not less than 85 percent of total carbonates. I B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen. - 15% Phosphorus - 15% Potash - 15% I " At least 50 percent of nitrogen derived from natural organic sources of ureaform. I I 02920 - 2 I I I PART 3 - EXECUTION I 3.01 STABILIZATION SEED, FERTILIZER and LIME: ....., = - = o <:T' I A. Apply seed and fertilizer in accordance with !DOT Section 2601.05. zO ?; -n )>3 ;00 _ 3.02 URBAN & RURAL SEED, FERTILIZER and LIME: 0-- I -j0 W m I A. Apply lime by mechanical means at rate of 3,000 pounds per acre. .""" 1m :tP ;.....--. -::IJ :Jt U ~?' C? B. Apply fertilizer at rate of 450 pounds per acre. )> x:- I w C. Seed Areas: I 1. Seed during approximate time periods of April I to May 15 and August IS to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I 2. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed and without I additional compensation. 3. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of I seed in one direction, and other half at right angles to original direction. . j 4. Rake seed lightly into loam to depth of not more than \I,-inch and compact by means of an acceptable lawn roller weighing 100 to ISO pounds per linear foot of width. I 5. Hydro-seeding may be used upon approval of the Engineer. I 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. I 3.03 MULCH: A. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch I shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately I \I, 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 I 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. I 3.04 MAINTENANCE - ALL PLANTINGS: I A. Begin maintenance immediately after each planting and continue until final acceptance of work. Water, mulch, weed, fertilize, cultivate and otherwise maintain and protect all plantings. I B. Maintain urban seed areas at maximum height of2Y, inches by mowing at lea.t three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original 02920 - 3 I I mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses I specified, and reasonably free of weeds and undesirable grasses. C. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year I maintenance period. I I END OF SECTION T:\6400\64160 1 O\Specs\641W 1 OS25 _ 02920.doc I I I I I co I .j ~ co n ~O JC 0:- ~ ...,; W W .-l~ I -l C') 0_ - ~O U- 0::: "'" O~ I :lI: "" 0 = = "" I I I I I I 02920 - 4 I I SECTION 03350 I COLORED CONCRETE FINISHES I PART 1 - GENERAL I 1.01 WORK INCLUDED: A. Colored finish for new concrete curb ramps. I 0 "" REFERENCES: = 1.02 "'" ;Eo 0-, :Jl: .J>- ;". I A. L.M. Scofield Company Tech - Data Bulletin A-104.1O. o=< ~ 11 - ~C w r B. L.M. Scofield Company Tech - Data Bulletin A-5 14.02. ' r- m m :b> I -:0 :Jt ~--, 0- i....J C. L.M. Scofield Company Guide G-I 07.02. ~/". co )> +'" D. ASTM C309 - Liquid Membrane-Forming Compounds ti)r Curing Concrete. co I I I , 1.03 QUALiTY ASSURANCE: I A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and I the methods needed for proper performance of concrete coloring. 1.04 SUBMIlTALS: I A. Comply with Section 01310. 1.05 DELiVERY, STORAGE AND HANDLING: I A. Deliver material in unopened containers with labels identifying contents attached. I B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. I 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot-weather work. I B. Pre-Installation Meeting I PART 2 - PRODUCTS 2.01 1I<<TERIALS: I A. Concrete: Reference Section 02520. I B. Water: Fresh, clean and potable. I 03350-1 I C. Colored Hardener: I 1. Litochrome Color Hardener by L.M. Scofield Company. 2. Color: Tile Red (A-28). I D. Bonding Agent: Product known to enhance adhesion to concrete. I E. Curing compound: 1. Lithochrome Colorwax by L.M. Scofield Company. I 2. Color: Tile Red (A-28). I PART 3 - EXECUTION 3.01 INSPECTION: I A. Verify that sub grade is installed according to specifications and is free of conditions which could be detrimental to performance of colored concrete. I 3.02 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. I B. Float concrete from two directions with wood trowel to create a uniform surface. Do not I use metal trowel. C. Colored Hardener: Apply 60 pounds per 100 sq. ft. or rate recommended by manufacturer. I Apply evenly in two phases using dry-shake method. Wood float after each shake. D. Trowel surface with a steel or aluminum trowel leaving no trowel marks. I E. Protect concrete from premature drying, excessive hot or cold temperature and damage. F. Curing Compound: Apply per manufacturer's guide for rate and method. I 11/00 I shared\engineer\specs-ffi03350.doc (j'> <( I ..:r co ~3 I ,..... :lC (1:- L-< ..:: '::IT uJ C') OC: .-I - ?:O I - LL- 0:: cd _<C :u= 02' ..." Q = I = "" 03350-2 I I ~ 1 -....= -1i2:t f~~!i ~ ~... "IIU'~ ........~ CiTY OF IOWA CiTY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX ENGINEER'S ESTIMATE OF COST www.icgov.org March 13, 2006 City Clerk City of Iowa City, Iowa Re: 2006 WATER MAIN IMPROVEMENTS - ELLIS AVENUE, MCLEAN STREET & MOSS STREET PROJECT Dear City Clerk: The estimated cost of this project is $245,000. Sincerely, ~~oD Sarah R. Okerlund, E.1. Civil Engineer ...., 0 = = "" ~o ::It :<0- Il 0::2 ::0 - r -0 w .;:<Ii m m = 0 -:0 :It ~^ C? )> en N NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2006 WATER IMPROVEMENTS - ELLIS AVENUE, MCLEAN STREET, AND MOSS STREET PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans. specifications, form of contract and estimated cost for the construction of the Grand Avenue Improvements Project in said city at 7:00 p.m. on the 21sT day of March, 2006, said meeting tabe held in the Emma J. Harvat Hali in City Hall, 410 E. Washington Street in said city, or if said meeting is cancelied, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hali in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK -------- -----.- ----.- ?~ r 03;2?6 I I I Prepared by: Sarah Okerlund, Public Works. 410 E. Washington St., iowa City, IA 52240 (319) 356-5149 I , RESOLUTION NO. nl';-89 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2006 WATER IMPROVEMENTS - ELLIS AVENUE, MCLEAN STREET, AND MOSS STREET PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, until 10:00 a.m. on the 11th day of April, 2006, or at a later date andlor time as determined by the Director of Public Works or designee, with notice of said later date andlor time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next 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 April, 2006, or at a later date andlor time as determined by the Director of Public Works or designee, with notice of said later date andlor time to be published as required by law, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 71!=:t day of (Z-(. ~ ) MAYOR Approved by ATTEST:~~ ~ ~ ~riZ~ 5/1'1"'(/ City Attorn y's Office CI ERK Pweng/res/2006ellisavf'.appp&s.doc 3/06 . . Resolution No. 06-R'l Page ? It was moved by r.h~mpion and seconded by R::'lilp.y the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey v Champion x Correia x Elliott x O'Donnell x Vanderhoef x Wilburn I I ADVERTISEMENT FOR BIDS 2006 ELLIS A VENUE, McLEAN STREET AND MOSS STREET' WATER IMPROVEMENTS CITY OF lOW A CITY Sealed proposals will be received by the City Clerk of the City ofIowa City, Iowa, until lO:OO A.M. on the I I th day of April, 2006, or at a later date and/or time as determined by the Director of PublicW orks or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to beheld in the Emma J:Harvat Hall at7:00 P.M. on the I 8th day of April, 2006, or at such later time and place as may be scheduled. The Project will involve the following: furnish and install approximately 260 square yards oftotal paving (asphalt, Portland Cement Concrete, and brick), furnish and install I ,245 lineal feet of water main, furnish and install water hydrants, valves and water service, minor demolition, seeding, removals and other related work. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc., ofIowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CIlY, lOW A, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract \vithin 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 AD-I T:\6400\64I 6008\Specs\Contract Docs.\Adv. for Bids.doc ----------- --- . said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvements for the period of five (5) years for paving and :water mains, from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Working Days: 40 Specified Start Date: June 5, 2006 Liquidated Damages: $ 100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the . Office ofthe Project Engineer, MMS Consultants, hlC., 1917 S. Gilbert Street, Iowa City, Iowa, by bona fide bidders. Questions in reference to said plans and specifications should be directed to Edward Brinton, P.E. ofMMS Consultants, Inc. at 319-351-8282 or fax. 319-351-8476. A $25.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. "!be fee shall be in the form of a check, made payable to MMS Consultants, Inc. Plans and specifications will be available on March 22, 2006. Prm"pective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of AD-2 T:\6400\6416008\Specs\Contract Docs\Adv. for Bids.doc Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the FOIm 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 re- quired under Iowa Statutes. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order ofthe City Council ofIowa City, Iowa. MARIAN K. KARR, CITY CLERK AD-3 T:\6400\6416008\Specs\Contract Docs\Adv. for Bids.doc . Printer's Fee $~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, 88: THE IOWA CITY PRESS-CITIZEN OFFICIAL PUBLICATION FED. ID # 42-0330670 NOTICE OF 'PUBLlC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE I, 2006 WATER IMPROVEMENTS - ELLIS AVENUE, MCLEAN STREET, AND MOSS srREET PROJECT IN THE CITY Diana Becicka, being duly sworn, say OF IOWA CITY, IOWA TO ALL TAXPAYERS OFTHE CITY OF that I am the legal clerk of the IOWA .IOWA CITY. I<YoNA. AND TO OTHER INTERESTED PERSONS: CITY PRESS-CITIZEN, a newspaper Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, published in said county, and that a specifications, form of .contract and esti. mated cost for the construction of the notice, a printed copy of which is Grand Avenue Improvements Project in said city at 7:00 p.m. on the 215T day of . March, 2006, said meeting to be held in hereto attached, was published in said the Emma J. Harvat HaIl.in City Hall, 410. E. Washington Street in said city, or if said I time(s), on the meeting is cancelled, at the next meeting paper of the City Council thereafter as posted "by the City Clerk. following date(s): Said plans. specifications, form of con. tract and estimated cost are now on file in f\'\ (lAJ. 1-. \\1l1 JoolP the office of the City Clerk in CJty Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any in.terested persons may appear at said meeting of the City CouncU for the purpose of making objections to and comments concerning said pla,ns, specifi. eations, contract or the cost 9f making Legal Clerk said improvement. This notice is given by order of the City Subscribed and sworn to before me Council of the City of Iowa City, Iowa and as. provided by law. l'l~ dayof~ MARIAN K. KARR. CITY CLERK this 69103 March 16, 2006 A.D. 20 0(0 . ~Jti ~.ta'Y Pub", @. UNDAKROlZ :\ Co-,..,dwk,., Number 732$19 . . My Commission Expires January 27, 2008 f0v ~;O6 I Prepared by: Sarah Okerlund. Civil Engineer. 410 E. Washington St., Iowa City. IA 52240 (319)356-5149 RESOLUTION NO. 06-125 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2006 ELLIS AVENUE, MCLEAN STREET AND MOSS STREET WATER IMPROVEMENTS PROJECT. WHEREAS, Yordi Excavating, Inc. of Cedar Rapids, Iowa has submitted the lowest responsible bid of $173,730.00 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, iOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Yordi Excavating, 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 lRth day of ~( ,2006 )^~k MAYOR ~ Approved by /7 ATTEST: )7{~ J.,!. ~ ~~r; "'I It, /e'(, CITY CtERK City Attorney's Office It was moved by Vanderhoef and seconded by Bailey the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion x Correia x Elliott x O'Donnell x Vanderhoef x Wilburn pwenglresJ06EJlis-awrdcon .doc I FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Yordi Excavating. Inc. ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 13th day of March, 2006, for the 2006 Ellis Avenue. McLean Street & Moss Street Water Improvements Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers .Q.; b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; ....., 0 = = CT' e. Advertisement for Bids; ~() ::n: )>- ".. 11 ~ -< f. Note to Bidders; n - r- ---10 - , :<, "'" m m 0 g. Performance and Payment Bond; O::IJ :K - "",,/'0. - <: .. h. Restriction on Non-Resident Bidding on Non-Federal-Aid Proj~s; N x:- i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 ~-~ . 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Tom Terrell Borina :1; lfi.ROO 00 Beeline Traffic Control $ 3.500.00 LL Pelling Asphalt $ 7,400.00 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this \O+!:1 day of \'Y\L~ ,20~. Citv Contractor ""~ WJL (Title) President: Mayor ATTEST: ATTEST:~Yuuf.. ~ ~lOl.~ 7reA/~~') II cJ(qAA) (Title) ,Office Manager 0- City Clerk (Company Official) Approved By: c~~ sf "Jive." 0 '" = = >-0 ~ :J.1; ),;-- ".. -1 -< TI ~~. l) , - ~o - r-- , , , m m :::>- 022 - 0 ~ - ;?:/'- - .. )> N AG-2 +"" --- l " . PERFORMANCE AND PAYMENT BOND Bond Number S349214 Maintenance Bond Number S349215 Yordi Excavating, Inc. 707 27th Ave., SW, Suite B, Cedar Rapids. IA 52404 as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Employers Mutual Casualty Company (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 One Hundred Seventy"Three Thousand, Seven Dollars Hundred Thirty ($ 173.730.00---------------------) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of ~ ,\ D , 'lDo\o , entered into a (date) written Agreement with OWner for 2006 Ellis Avenue. McLean Street. & Moss Street Water Improvements Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by MMS Consultants of Iowa City, lowa_, 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;. othelWise it shall remain in full force and effect until satisfacto11' comp\i!Yon of the Project. ~o ~ k- :::it A. The Surety hereby waives notice of any alteration or extension of time maQe ~the.....,.., (j-<' - ~ Owner. =in - r- .-<. . B. Whenever Contractor shall be, and is declared by Owner to be, in defaulI;:-und81" them o =&! ::r ..., Agreement, the Owner having performed Owner's obligations thereunder, ~-SurefY.=may\...J promptly remedy the default, or shall promptly; ~ 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or PB.1 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 andlor amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated io keep the improvements covered by this bond in good repair for a period of five (JLJ 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 2nd DAY OF May 0 = = ~ <:0 ::K 20~. )>-l >- 11 ~-< -< ~) - IN THE PRESENCE OF: -lG - ! .-<r m Yordi Excavating, Inc. m ". (R 'naipal) ...u ~ 0 - ~w~ /' - o. N Company <. Y'.J:c;;. ~.;/ Witness Joyce P.O. Box 712 (Street) Des Moines, Iowa 50303 iCilY. State. Zip) (515) 280-2994 (phone) PB-2 ----- ," ,pi D~[NYil~ ~~q~~r~mpamies; 'y; ,......,.,., .,., .. .,. '.... .. ,...No ": P.O. Box 712.. Des Moines, 1,6,50303;0712 ,,;" CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporalion 2.: EMCASCOI~suran,:"Comp~ny, an Iowa Corporation ...' . ..... .....6,EM~!'roperty & Casualty Company, an Iowa Corp~ratio~ ; 3: .... U~io~ 1~$lJf!~ g9il!p~~Y~f l'fovidenee, an Iowa Corp9ra~on, " >". h iTh~"'~"1liton Mutual Insurance gpmpany';~p Ohjpg9rPl\ratiop'Y ; :~.n!in?iSE~CA~O!nS~r~n':"~r~pany, an Iowa Corporali?n .. ..... .... .., .,., ...... ..... ..'. .. . .. ...... ..; ..... }, '.... ..... ..". .'i' .. ... .. , '. h~re;na~eri~!err~di91e~eralli,e~"cotripany" and collectively as 'C9rylpan'ies~;,eactidoes,. by tl;lis~Pre"ents. make. constitute and appOint; >:.:, ',' 'i. ,.; JEFFREY R:BAKER; F. MELVYN HRUBETZ, PATRICK K. DUFF, GREG T. LAMAIR, JOYCE O. HERBERT, MARKE. KEAIRNES;' . NANCY D. SCHWARZ, INDIVIDUAllY, DES MOINES, IOWA .:.....................................................................................................:................... its true and lawful attorney-in-fact. with full power and authority conferred to sign, seal. and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nalure as follows; IN ,~N:Aty1quN~.~qT~9:~OING TEN MilLION Dql!iARS:....:.;.::.;h,..:;:S:.;,i:....,,;,.:.................................:;;:,;}'...".,}.::;,(*~p!09D;Rpp.?O);, 'and to bindea'Ch cd~pany ih~reby as fully and to the same extent as if such Instruments wera.signed by Ihe duly authonzed officersiJf eac~ suCh C~pa'~: and ~ of' ~a$-'Of sai~~.n?~y'R!!'l'u'!'1t\?!be aulhority hereby given are hereby ratifledand Confirmed: ., :'... <,..:,:,..' <>t '.., ,. The authority hereby granled shall expire April 1 , 2008 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY T~is P9~er-Of;l\tt~~eyi~l1'adeHn~ executed pursuant to andby.the auth~ri~:~fthe}oII0wil)9res9Iution of the Boards of Dire~t~~ of8ach9!.th~Gorpp~nie;~ta jregul"j1Y;C~e<1~!~~")~~tirig'?je~c~;~fT'Pany duly called and held ir 1 ~99;' :. .f'; ". .......... f........;,: :.,;',; ;.,>;:.:,... 'REScl~YEq; j'he ei~$iden.iaiid;~h~fExecutive Officer, any vicep~~"ident,the J'easurer'~ndthe$ecrelary of Employers Mutuai\;a~$ity;cwnPanysBe!ih$ve"Po\v~'; aQ~;~u!HoritY!pd1laPBo!11t a~2m~y~,in-fact and authorize themlo execute'onbehalfo! each Company and attach the seai o!Jhjigompe~y}tJ}~ret9,. t>Pn~~'~n~;/ undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) 10 remove any such attorney-in-fact atany time'and reVOKe the power and authority given to him or her. Attorneys-in-facl shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to them, ta execute and deliver on behalf of the Company. and 10 attach Ihe seal of the Company Ihereto. bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature Ihereof. and any such instrument executed by any suCh attorney-in-fact shall be fully and In all respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in ali respects 9indlng~pon tl)isSomB~.ny. JheJ~?"imile or mechanically reBroduceqsignature.of sUCh,offi<;ey, ",hether made heretofore or h~f~after,wherever~ppe~ring UP?~a '.tiJrtjfied .copyiif:a.irYpowei-6f,attoin~y of the Company, shall be.yali~ and pindingupon Ihe Cornpanywith the same force and affeclasJhoiJgtl'rnanua!lya.ffixed, .>.:;.'. '::, ;. ::. :,_.,-:,'" ,::' <c>i ---'_?:"':: -~::" '::_,/::"'--"'::::')::::, ,/r'-,,:" ,:::. ,:. ':.:; ":_:: _::' ,.,_':-:'" :~::;: -} :,::.:' {:: .:::- <:~ /:,,::/,,;, -,- ::_ i ":;':/', :}_}i':-<:_;.:-':\ '1N.....,W1Ttl.~S~ WHE~50f~ !~ec. ?~Patil'es have caused these j)le~ents. .t9be~ign\,qf9re~ChbY.".h~irOfficers as shown. and the Com.. o. ,alj!. ~eals, t?be. per. . eta...... ~.~~~~.:.Ih...~. .....'.:... .20l11.dayof . .....il;\PrJ. 2UUb ..' .If{.:.' .... .. .... ",.",..,. ....., ..... ... . .i,.i...:'. t...:,....:;...' .~... ~1.'. vr.i! ~>"..: .y.;;,;../" Seals B GKI C', Jffr' ' """"'" ","''''',,,,, ""'''''''''' ruee . el ey halrman e ey S. Brrdsley .... \) INSlI "', ..., !i:\CE. Co "" ", ,,\'1 & C ", . ' . , .......s'\; ,,,,,,,,'941-" " 9:-~ """,,~O"'.<,'" " '<.~.,,,,,,..-fJ' ..... of Companies 2, 3, 4, 5 & 6; reSident AsSistant Secretary :"~,,"'~\\fO"4>::;:'~ i"~...,.~~",PO/f4>.. -:9:'0:, l~,,"~<:)lIPOR4;-"_?""'~ of Company l' Vice Chairman and :...... '" <"'..('>~ .~..,," ....-:.0. _~.,," ....~r~ I ~~~ SEAL ~~~ ~;~-1863 o~~~ ~oi'-1953 oE::;,9EOofCompa~y} j.>.:!~~~;~~?~~:~~ff;f'li~Ii;::~:;;::~~f \~':::~i~t.::~:;){ .....,. ..... : :'.':;;: .' >;,~ "1: ,}., ... .... ...... ... ";;'i'~"';J;"',,'" ;. "",;"".. '''''''''''' On thii.2Q1h .~aY of Apnl AD.'. 2005',:,.. 'be!or~ m~'.a/ . .'~':'< "'~~\\~~~~";>'''~'' . ,'~~~~7,~~~N~~'", ..~~~~\~~,~,t ~~""" Notary Public in and for the State of Iowa, personally appeared Bruce G.-Keltey and'Jeffrey'S. ,. /~:<~\\?O"4~"-:.~\ /<::.'/~~?OFl'/:;'"o:, ~\ !t/~~~O"/:;,,:<2;.\ Blrd~ley, who, ~ing by .me duly. sworn, did say that they are~ and are known to me t~ be the :: ~:: ~ ; ~ :: 8: :: ~ ~ ~ ~ ~ '" ~ S! ~ Chairman, PreSident, Vice Chairman and CEO, and/or ASSistant Secretary, respectively, of ~ ~ '- SEAL ..' $, ,,':< '- SEAL i:;, 'o"'o SEAL ..' IJ ' each oIThe Companies above; that the seals affixed to this instrumenl are the seals of said \ ."",,,,,,,,"'.../ \~.;;"""""",~."'c./ ",..}'<"'~'",,,,,,,"~<f / corporations; that said instrument was signed and sealed on behalf of each of the Companies ~ ~,..,...'ow~,....., '~,..~rH O"'f,\l~.,..' ~..,,~aINES,\~....' by authority of t,~eir respective Boards of Directors; and that the said BruceG. and .:...;. .. .."...................(5...... .............,..'.'~."......... . ...........^..........,........................^.....................;..'.....'......:..........'. '" "". '.......'...................J. e..ff...,..r...f!Y..................S......'......'..........B....i..r. d....S..........I..e... y........ a........~.......,........S......U.......cI1.......,..........O....fficers, acknowledge the e.xe........,.......cu.................t...io...n.....,.........0........f....S..........a... ...i..d..................in......s......tru............m...~.........n.....t......t.o .,.: ... I)TQ ./ ":.:. . ..:. .; '" ,~oluntary~ctandPe~d ot eaCh of the Companies.! \. '.k ;C.;;":';:; ,; ..; ." ..... ...... .. .... \' ; ;.My-Commlsslon EXplresS~ptember 30,2006, <.:'-" r:.'..' ",:,., .;. , ~..~. .:=.~~;= CE':IFICA;Ei~..:"~r~ I. David L. Hixenbaugh, Vice President of the Companies. do hereby certify thai the foregoing resolution of the Boards ~fctbrs b~ch otfl1ie" Companies, and this Power of Morney issued pursuant thereto 9n . ... AP!iI 20,,2005 . _ fll .n.. . . ' ;'6ripeh?I(6fde~r~y.R;Bf.~r;.f.M~lvyn Hrubetz, Patricl<,KD~ff~.0regT.~l)'!air.~oyce q. Herbert. Mark E. Kejli ~':f:S.I.~ aretru~~n~/lllincy~~mullfQ(ceandeffect. .........; .... '" '\ ....;' ..... .....,. . .")>;; " ";' .... ......; .... '.;, 1~;T~stil11ohy.\'Vl)<l."'pfJhav~subSGribed my name and affixed.~faGsimileseaI9f eachCorppanythis 2ndda '. .....r,(5Q06... ;;; ":r'.':.':':'::"': ",':"~:'.' " ,:,::,:L;;,:,::.:' ....",...',..', ~':,~,. ,:.,; ." . (J:'r:':~':,. ."~' ,,' h,< Vice-President '"~~Jenm> 0 ~C!l1()l:@. -"'t' :tll'm,.,ij 0 . . _,. ------ City of Iowa City MEMORANDUM ENGINEER'S REPORT October 9, 2006 City Clerk City of Iowa City, Iowa Re: 2006 Water Improvements - Ellis Avenue, McLean Street, and Moss Street Project. . Dear City Clerk: I hereby certify that the construction of the 2006 Water Improvements - Ellis Avenue, McLean Street, and Moss Street Project has been completed by Yordi Excavating, Inc. of Cedar Rapids, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City. The final contract price is $178,608.50. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, 1!'-47?. I< ,-.> 0 = = :>~ "" Ronald R. Knoche, P.E. '-r;:~ Cl -"" ---! C'") City Engineer .) -< Ii C) .', - --..;0 0 ! .-<r- ill m = OJ.J - ,--, \..J ~'^ Cl )> N Cl ------ 7' G[] "() Prepared by: Sarah Okerlund. Civil Engineer. 410 E. Washington St., Iowa City.IA 52240 (319) 356-5149 RESOLUTION NO. 06-326 RESOLUTION ACCEPTING THE WORK FOR THE 2006 WATER IMPROVEMENTS - ELLIS AVENUE, McLEAN STREET, AND MOSS STREET PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2006 Water Improvements - Ellis Avenue, McLean Street, and Moss Street, as included in a contract between the City of Iowa City and Yardi Excavating, Inc. of Cedar Rapids, Iowa, dated May 10, 2006, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the City Clerk's office; and WHEREAS, the final contract price is $178,608.50. 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 17th day of October ,20 06 C2L (jjL MAYOR Approved by ATTEST: ~..0~' ~ ' ~/" 1:6 CI CLERK It was moved by Champion and seconded by C':orrp;a the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion 1<" Elliott x Lehman x O'Donnell 1<" Vanderhoef x Wilburn pweng\reslellis.mclean.moss.doc 10.06 I jl, '-1--1 , .' I. o~nrl.~';;'13 M'I(J:39 L ~\..: \1 ~""j \ . (JI" I' :~L'I-~ '=:1<- \. ....... .... .......:>>...... ... '.. ............. .............>>:,...... ......<.. . ....>... ..... .>.'l0'i\:::..Gji'I::'-)\"'!~ ~ CITY OF IOWA CITY ~ JJEPARTMENT of PUBLIC WORKS 2006 Ellis Avenue, McLean Street, and Moss Street Water Improvements Iowa City, Iowa I.: ......... .... . ... '. ........ . ............................:.... :,..,.:......:....:: >~."'.... ...... ... . ... .:.. ...:.::.:..::..........?::..:.......: .:........ . .:...: .:.:... :C::.'. . ..........,..:..:.:..>;::..:...:..:. .. ... .. . .... . .. ..' ... ... . .. .. .... ..... .........:.:.......:'....<::...).......,.:..1 Project Location Map Index PARK ROAD 1. TITLE SHEET ~ 2. MOSS ST. + ELLIS AVE. WATER MAIN PLAN (SOUTH HALF) 25 3. MCLEAN ST. + ELLIS AVE. WATER MAIN PLAN (NORTH HALF) GROVE ST 4. INTERSECTION DETAILS t 5. OVERALL PAVEMENT + WATER MAIN LAYOUT PLAN + CONSTRUCTION PHASES ~ 6. DETAIL SHEET (1) <( 7. DETAIL SHEET (2) 8. TRAFFIC CONTROL PLAN (1) ~ z PROJEc-T LOc-ATION 9. TRAFFIC CONTROL PLAN (2) ~ MCLEAN ST w 10. TRAFFIC CONTROL PLAN (3) AND CURB RAMP DETAILS ~ MCLEAN 0 cr:: 0.. ~ ~ Ct: W cr:: > ~ Ct: ~ w ~ > I- f- W w <c t::l ~ > > cr:: <( <( Z 1-2 O 0 I hereby certify that this engineering document was prepared by (f) <c z me or under my direct supervision and that I om a duly licensed o <C PLAN APPROVED Professional Engineer under the laws of the State of Iowa. ~ ..J / 0 "<t W ~~~? ill City of Iowa City 0 ~ Z ~ .. RIVER ST _ r--- 3(,5/z.., t;:j w ill ~~~ ~ cr::O .... Pages or sheets covered by this s801: I-- 0 ~ f/.. U) N t ~r /P " :.; Ill.! Z n ts ' ~ ~ ~ ~~ ~ 0 n Z Z ~ <( 0 W ry 3: (f) ::> '5: ~ ~ Prepared by ~ ~ L l.L (f) 3: I ,... :....... .:......... ... . .' .. . ..... .......... .... :...,:..:i... '" '.... ............. . . . ... ... ..... . .." ..' ...... ......... .... ..... .... .. .... : ........ 'c.' ,:.. :..:.:..,. :.:....,. ..~ ..j d ~ ill BAYARD ST 8 :-; -/ n I N ~ M MMS CONSULTANTS, INC. ~ 1917 S. Gilbert St. 0 M Iowa City, Iowa (319) 351-8282 Designed bY:EHB ~ . "<t I I11IlIlIID <> CIVIL ENGINEERING <> LAND SURVEYING <> Drawn by: en ill . ~ <> LANDSCAPE ARCHITECTURE <> C /" Location Map Not To Scale <> SITE AND LAND DEVELOPMENT PLANNING <> :::~b1/30/06 ~ ill 6416-010 Sheet 1 0 of 1 Sheets r- 1 t ~\ \ ' ,_I I -ll.. ~.-~/ /", NOlE: \ Ii "r, 13 '1\ 8' 39 , 1. PROVIDE 6" lEE AND VALVE EXIST GRAlE IN~. ZOUS 'I i', I', h, ,. " FOR 220 RIVER SlREET I 315 ELLIS AVE I I 315 E I TOP = 99.07 \I / 2. MAKE THIS CONNEC';ON AFlER \. LLI SAVE. I I IE OUT = 96.67 " , " F " ELLIS AVENUE WORK IS 315 ELLIS AVE. (CONNECTS TO EXIST. DMH 1ST RETAINING WAll! ._C "~. /' COMPLETED. \ \ PA'!H NOT DElERMINED) IO\,:W, C> i '{, IOV , 3. USE ALL 6" DIP MA lERIAL " 4. USE MEGALUGS OR / EQUIVALENT ON EVERY FITllNG EXIST INTI< " AND CONNECTION. TC= 99.83 /' 5. CAP EXISTING SERVICE & EXIST RETAINING WALL \ 1 IE IN= 95.43 , ABANDON IN PLACE. IE OUT= 95.43 " (ROOF DRAINS 1& / ) -N FROM 315 ELLIS AVE. ~ EXIST RETAINING WALL", NEW 6" ~ ~ NOT TO SCALE I 220 RIVER ST. 1 1. INSTALL HYDRANT SSEMBLY CONNEClED- PA'!H / / SERVICE ,--/. 2. MAINTAIN HYDRAN SEPARATION OF 3' NOT DElERMINED) ~ " 'f ;E- >66<Y./. BACK OF CURB Q Y / 'f.. (/1\ EXISTING WAlER ~ 1m vvV'-. G ' NEW 6" L SERVICE .00 , u_ -:c r ' 'u / VALVE _I'- ' I&.N'V<X:OO ~ @ ,"'. , , I n :x:; ~ >Q Q ~, " I I '1;0000: :X:XX >0 S / :SO<SO<: 0< I 'u .~ ", RETAIN & PR~lECT ~ :x ~ ~ "\ REMOVE SHRUB (INCIDENTAL TO ~ ,/ ~ REPLACE SIDEWALK AT }XISTING BUS ES m:s8 ~ WAlEjR MAIN CONSlR~CTION) '/.~ 6-X~ ~ X ~ ----' - ~"""""''0," ------ CIVIL ENGINEERS .' EXISTING GRADE WAlER MAIN " / r ~ :XX:x Xo<::>OO<: I Ie )~ ___ ___ "\ ____~x ,,",,",,",""'''''''''''''''-: ~ /.K. \ BO~SRIN~G ~ ~IV <;'v " . JV:>>IX 1 )( '0 !iiiO\'; ~ <'<< LAND PLANNERS . ;' >-< If Lorv (('11'_ _'t. ~ L ~ ,', '~<< ~ 6' o . \7. ~ / C? 15.;,1/~~ \ __ -to--@--@~--~-~~- -~- --- --- --- G ~ ~ ~ ' Iii .. .if;,. 6W 6W ...6W . '" .",,, LAND SURVEYORS CS'4< . ( ~ ~ _ __ ___ ___ ___ ----+Odf1s ~-~~-$-.""1\} ~"@'","",",,,,,-,",~ 4 6W ~ LANDSCAPE ARCHITECTS ~. _ --- --- .- ~ .,'~ :"., . ...... :x ~ .. ..' ~ ., "., ,.<,,-::0..'\.."'0.'o.~ . OQQl,',,",,",,",",,";:' ""'<,,, .,';", ',y, ' G ~ G G G c:/ ',/' ) ) ) "" _ l ------ - ENVIRONMENTAL SPECIAIJSTS ~ :x t-.::: . .",-",'", G / ) ) ) ) ) r - - - ~ 6' 0 '/)()() G G . . ?' - ~ ~ . , '-.... G G G I C> ~ '%. ./' /. \/ ELLIS A" IE - - / -)- r' 1917 S. GILBERT ST. ~~' ~ ~ J. D . - - V . IOWACllY.IOWA o ,['0 i>., , '-. ,.... .... '/..... _? 6W 6W 6W ..L' / 'f, (319) 351-8282 o . 6W..... b 6W 6W I /' ~ . o. . 'I..... I: . ..... . 6W 6W 6W . // ' ~ :x '^'^':X :>0 www.mmsconsultants.net . ...(D' W . .6W a> / <.XX.,(',('>0 xx '. "....'. . _... "... . - - ~ '" / ./. %< ~ <XX:x ~ 5781CST.SWSUITED \ ~~~ o .. .'. . ~. .' . ,~ 59 ~ I V , _____ _______ ___n____________ (319)841-5188 '.~.:.. . . .... . ;0( xxxx ~11 / ~:\ ~ / ~ ___n_______________________ .-v :)0;)(; ~ _------------- -----.~ --.. .-J~ / .~, EXIST SAN MH EXIST GRAlE INTI< : ________ lR = 102.31, :/ "" IE IN (S) = 91.17 IE IN = 94.73 I ____________________________ JOOc:OO< IE IN (E) = 91.61 : ~'/ ~ ~ IE IN (NW) = 91.07 IE OUT = 94.73 , Dat:& F0vlo'on ___________________________ m ~:x : IE IN (SW) = 92.01 \ /' IE OUT (N) = 90.57 ' EXIST SAN MH r ,- ':><XXX /' IN IN(SW)= 94.51 "a> I Li: /~~ "" ~ lR = 99 54 " / , TOP IN(W)= 95.01: \ . "'\ ~ ...... /. ,J.< : IE IN (N)' = 82.14 , : : IE OUT (N) = 91.61 \ ~ . 0 v / ' IE IN (S) = 81.74 / ' / . . - ~ ' ~ I T.O.P.= IN(W)= 92.84 ", / , ' . ." / / EXIST DMH, T.O.P.= IN(E)= 88.54 / : : . /. / lR = 98.36' : IE OUT (E) = 79.94 ..- ;' / :';!'\="',"*-! 0.1 \ rc c ~ ' ~ 1320 ELUS AVE.I "" - ..M ~ I / : : EAST END OF MOSS ST. ' '" / / "l I O!).. IE OUT = 91.66 : : ", / / \ I / / I'd"\ ~ v ' ' / : :' ' ( > : ~ X\. ~ NEW 4" VALVE -N ! ! / , \ " ~ / ~ ,.. or ELLIS AVENUE. . I " : .' \ ~ v/ / ~~ l"," ~ - 1 ,J 2. MAKE '!HIS CONNECTION AFlER ELLIS I~ : :; / ~"\ J 1 (l'\P' ''f...L. AVENUE WORK IS COMPLElED. ': '\ ( j _, V ~ '""fi;;.\l"i 1"JI. Ol \ vv..-: 3. USE ALL 4" DIP MAlERIAL FOR '!HE : '[ I vA" 'iE \ ' WA lER SERVICE. I , ' 5 -il 4. USE MEGALUGS OR EQUIVALENT ON ./' x' .xxx.J< ~ V '. 1.J<xX x x x ~Vx?J [<xX INSTALL lEE 6' FROM NOR'!H : t-' ~ /" / @ ." ~ EXISTING WAlER EVERY FITTING AND CONNECTION. I X ~ ~ ~ ~x XXX /' EDGE OF DRIVEWAY TO 315 \ ~ ; ~ II F$. P,1 ~ ~~ ----1:SERVlCE 5. CAP EXISTING SERVICE & ABANDON IN LEGEND X )().(' xx x xv< x.x. x.X ~ l\),." ELUS AVENUE. ~ / / ~ r,. PLACE. >< X X X X x XN :x 'x >< x X:-x: x x x )< x j~ c :" / /;--, ~ I-L< NOT TO SCALE S ---- Xx ';<x>Ov<- ~ h) 'x x x/'>OO<x';< I( (\)9 _ /_ X x- '\ I----~ ~~ '" /"I I JiI lIW -NEW WAlER LINE _ >< xxy<)()< x x V c X"X '^:;7 , . _",' __ G / / , 6W- -EXISTING 6" WAlER UNE ! =-e-rV _ _ _ _ _ _ _ y - x x x x' x X'x X'xV;< .................. '0.......... /7 /YY'Y/Y)?')")" 2' ;r '777/ -< -< -<< : ~ ~ I ; /: Y'I'.>'Il" 2W- -EXISTING 2" WAlER UNE - - - V~ ,,/. .. x.A ><.)< X )6(x~ 0x \'0.. \( ,,'0. ~>.,,>..>..>..>..)..).. '\. '\. '\. '\. '\. '-.Co. ,~ ~ '\.') ~ \ ^ . / (\ ~~"l'l "l'I ws -EXISTING WAlER SERVICE . ~ 0,)< ..)<..)<. >() xx'>: X'\ , ..., yO , .. , ~ ~ r '\ ~ : ~ ) -EXISTING SAN SEWER I / << Y:'";x. "x)< /\I~)< ~:x: x x X x ~r::r y ""'1 J G ~ ~ 1303 ELLIS AVE. I \ / / x.. '~~ ~ ' -EXISTING STORM SEWER /)( 'X Qs< XX><>< x ~ '" ><'X x ><x >?9<x. X'k;..~ ~ I/'- ..;" / ~ ~ G -EXISTING GAS UNE XX,~.~ ~~71lo..~'f1-...~/ \ .......J.:/ : I / ; .....\ ~ ~,It~ Y T -EXISTINGlELEPHONELINE ./'0 JX x v / r 6" PVC / / . ~ v ~ / / /'~ REMOVE & REPLACE E -EXISTING ELEClRlC . . ' ,../' 185 S.Y. A.C.C. 6" PVC V \,L~ . EXIST SAN MH : // ~?________;..../ -OCT\!-- -OVERHEAD CABLE TV '" / \/ '\ ) ) lR = 10~.3B \ /' ~ \ "> f'; -OIlE - -OVERHEAD ELEClRlC REM~~RE:~~TING ELlIS AVE. GJ""-'-" /' . en / ~ J: \ "'.... ~//r \_________________________________n______n__n____ - - - -EXISTING LOT LINES 6W 6W / ..,.. / ~ to ____on . -NEW WAlER VALVE . N _ - 4' W . R - / ~ ------------------------------------------- -- \ \ r.,~-"'" 0 -EXISTING WAlER VALVE Moss Street & ElliS Avenue 5;' AlE MAl BO ING] i\ 6" DIP l ~~ ~ ~ ~ ... -NEW FIRE HYDRANT Water Main Plan MAINTAIN lRAFFIC TO 220 RIVER V ~ ~l. '/( \~"'- \ '(f -EXISTING FIRE HYDRANT (South Half) ST. & 315 ELLIS AVENUE. ()) V '" . ~. ~ i :E / ,,'70 ~ -EXISllNG SAN MH i .V .---- y ~' GV ,...-,-.. / X>< x XX x'YX x x X><x /'\__~ ________n_______________n_______ IXI -EXISTING GAS VALVE x V ~ GJ .:/ en ~ 0'1 L L ~ ~ ________________-------------------- -; ~ I~-------"'-------------- gJ -EXISllNG POWER POLE ~~ . /:E . -~ q ------------ II" \ I I 7> -EXISllNG GUY WIRE ---.... \ v I I 316 RIDGELAND AVE. --......... / 303 RIDGELAND AVE. 0 -< -EXISTING WAlER SERVICE , _ _ _ _ _ _ _ _ -M 0 \ ~ ; - - - - - - - - - - - ff '7 I ~ 1309 RIDGELAND A VE.I & -EXISllNG PROPERTY MARKER / -.- -EXISTING SIGN / x:x -EXISTING LIGHT FIXTURE I / EXISTING WA lER SERVICE , INSTALL NEW WAlER MAIN TO MATCH EXISTING / EXACT LOCATION ii -EXISTING INTAKE WAlER MAIN GRADE & MAINTAIN DEP'!H OF / 9 NOT DElERMINED AT LEAST 5.5' BELOW TOP OF CURB UNDER / ELEVAlED SIDEWALK. ~ -EXISTING lREES . / / V 2006 Ellis Avenue, / . , ~ -EXISTING SHRUBS McLean Street and Moss Street / -b- SCALE: 1 =10 I / 0 ~ Water Improvements / . OJ -SIDEWALK AND DRIVEWAYS TO / ~ REMAIN AS IS IOWA CITY '" RETAIN & PROlECT INSTALL 20' OF NEW JOHNSON COUNTY PIPE FROM CENlER " NOlES' ~ IOWA EXIST. RETAINING WALL OF lEE 6 PVC USE MEGALUGS ON ALL -SIDEWALK TO BE ADDED 0. ff.:A- _ _ _ _ _ _ _ _ _ _ _ FlTllNGS & CONNECTIONS I '" --- ~. 45' ~ 6" DIP B NO -SIDEWALK AND/OR DRIVEWAYS TO BE REMOvED AND REPLACED 0. ~ 4 ~ 6' . '" I . I-EXISTING ASPHALT ~ ty 0. '" G 0. .. 4. t:>. b.. .a :'! ~ 0. WAlER MAIN BORING NOlES: [. I " .MQIE;. 1. CONlRACTOR SHALL USE BORING ME'!HOD FOR . '. ._. -EXISTING PAVEMENT ~ 1. MAKE '!HIS CONNECTION TO EXISllNG lEE TO START '" 0. ELLIS AVE PLACING WAlER MAIN PIPE WHERE INDICAlED. .. MMS CONSULTANTS INC. ~ ELLIS AVENUE WORK. '" 6 W' 2. NO CASING PIPE REQUIRED. I ~ 2. USE ALL 6" DIP MAlERIAL 0. 3. USE RESlRAINED JOINT PVC. mm Data, ;;,. 3. USE MEGALUGS OR EQUIVALENT ON EVERY FITIlNG~ 6W -EXISTING GRAVEL 01/30/06 ~ 4. CUT AND PLUG EAST SIDE OF lEE OWHEN ALL WORK ~ Oeotgned by. Fkold 6001:. No. ~ IS COMPLElE. tS' 0. EHB :;' 5. '!HIS WORK IS INCIDENTAL TO n&: WAlER MAIN CONNECllON. 0. '" - ~ / / / / / / 1 0raHn by. 5Gale, ~ '" _ '" -REMOVE & REPLACE PAVEMENT cen 1'=20' g "'. '" '" /////// CheGklOdby. SheeltNo. ~ '" '" EHB 2 ~ 0. - -4 t. . Pro pGt. No. g '" 0. ~ '" b.",'" '" REMOVE & REPLACE 30S.Y. P.C.C.&. , - INSTALL CURB RAMP IOWACllY'; b. '" '" b. '" REMOVE & REPLACE 30S. Y. A.C.C. 8 '" ^ 6416-010 of. 10'; (; ,...-\' cO '- , I . \ .--.. , C\ t~;\ '(','. j- '1 \:) \ 'J "n':- ~\l"\\ . f c,,"" ..- -"i S \ ~ ~,' . -. ..,C.,:'_"]'; 11\ ~/: .'/." (\\ ':1 \'(. \(- " lo.. , 46" ,;;,. "h O'f~' Q.oI: ',/ \; l'1l'I' NORTH 0 I ~Q~ ~~~, ': ~ .~ I "A 1)< 'y'/- I - I X I '~>> SCALE: '''='0' ')X ,>( I x X 'X~ G 0)<(0 x~~x . I Xi)( Y'X X X _____u_u_n_n~m__~~ ,." 0 : '< ~ 1108 MCLEAN ST.I CLEAN OUT ____C-~~ () ~ I EXIST SAN MH ____ ~ X TR = 104.37 I ~ y> K/)(< IE OUT = 95.87 / / 1365 ELLIS AVE.I : , I >< Xx I CIVIL ENGINEERS _) :' n I \LJ / _ : LAND PLANNERS EXIST SAN MH WATER SERVICE / I V/V ~ I X I LAND SURVEYORS TR = 109 96 . . ' NOTE: CURB RAMPS SHAll BE CONSTRUCTED / ?- ""If' )< ;> IE (W) = '102.86 r ______.... " / " TO MEET REQUIREMENTS OF IDOT RB-6(1) / rJ '/ )< LANDSCAPE ARCHITECTS IE (NE) = 103.46 .. . ______ __ ,4' '0" / I ~ ~ R : ENVIRONMENTAL SPECIAIJSTS .. ______....',,' ',", * /' WAlERMAINSHALLBE I 1/'/1') R I 1917S.GILBERTST. _____________________u__u_ .______.... , " ' / )<.~ I IOWACITY IOWA 1 ,,-.., ' PLACED AT LEAST 18 BELOW / )< . '4 , ", ~ ..' ... . " SEWER SERVICE WITH AT I '/ )< )< (319) 351-8282 ~ '. .;~. " " ,'. / / LEAST 5.5' OF COVER. I 3t/ ><;X>;X I www.mmsconsultants.net ,41"1, __ " ' f>/ XXxi G ' .. "'(.F: '" .; _ . ~ . REMOVE AND REPLACE " v: y V 5761 CST. SW SUITE D . ' .. . ---vv 8"" ~ EXISTING SIGN / L MAINTAIN 3' HORIZONTAL V / 5: \ d I CEDAR RAPIDS. IOWA ", '. ". V " CLEARANCE FROM rC. 1/, 1;-,... X 'X I (319) 841-5188 G i ~--- / MANHOLE "-" 17 WSI ~ 32' ,. ! - -_ " EXIST 15"\11 CMP I v: I )\ '8 . ",;:;' _ ' FL = 74.16 I v: xz., I ,;,' - -- . , cr/ ~ I V ;y< I 1 y: , _ _ '1 v:.y I Date ~V15lon .~ ' - V ;XXX 1:<;: i -' I 1:'/ \ ~ 1213 MCLEAN ST. I :;, ~_ " ~ I D'j."V --: >< I <', : '__ ~ EXIST GRATE INTI< I !//-,kl> \ I ): I ---_. Jf6 TOP = 99.19 I-?'i :x )< I ~ V ~ J'411IE OUT = 96.19)( 'X)(\(V'Y"X>< >Y / / l% >-x;;. I REMOVE SIDEWALK & DRIVEWAY~; ---__ ~ X><:x.V02<xW // // ~ << (PARTIAL P.C.C. & GRAVEL) & ;" -_ I ~ "0 I REPLACE WITH P.C.C. ~:; ~[]=l]~~~ ~~~ '" ~1i~~ ~ _ I ^'~ '" I X:>< I ~ ~ I ,,X 0-_ \' ~ I >-';y X I . ,/'\.. ~ ... . <:: ~ SAN MH-- ... " , "y \ >< '<< TR = 100.08 ---, , ~.\: IE IN (W) = 93.181 1 /> IE OUT (S) = 72.718 ' I ... ') I '('~ I : I )/' I ::; I I LEGEND I '<".,<:> ~." I , ... ~ ::> IX X I >;,' :,. 1'\ <.D [Xx I >> , 1. EXPLORE TO LOCATE TO SEE IF ': OW -NEW WATER LINE ::.-< <( rxxx 1365 ELLIS AVE. I f. ' IT IS POSSIBLE TO MAKE SERVICE I I 6W -EXISTING 6" WATER LINE I ~ rn y\ >-- '., CONNECTION AND CHECK WITH :' 2W -EXISTING 2" WATER LINE I (" :l::.Ij t>()( I :t." . ENGINEER. ' E STI G lE I Y -' ....x)< . ' < : 2. REMOVE & REPLACE SIDEWALK ' ws - XI N WA R SERVICE WATER MAIN SHAll BE V \ . -1 "X.>< I .:<. AS NECESSARY TO INSTALL NEW 1 ) -EXISTING SAN SEWER PLACED AT LEAST 18" V ...:./ W I>< )< I METHOD FOR PLACING WAlER I' I I WITH AT LEAST 55' OF 0 I X X MAIN PAST THIS TREE & NOT . CA'. <;: , I' 360 RIDGELAND AVE. G -EXISTING GAS LINE COVER PATH OF STORM --- I .:/ ~Y"x CUT & COVER, SO THE TREE ..... ~>Y 1 . Frl" 1/ ROOTS RECEIVE MINIMAL rn ,. , : T -EXISTING TELEPHONE LINE SEWER NOT DETERMINE '/0:7 r / x I DAMAGE = , . 1/ / / V v/ ?\?< I . :i 'liE -EXISTING ELECTRIC /. ~ ~ / XX I W , : -OCW--- -OVERHEAD CABLE TV Y' ~ XX : '-OHE - -OVERHEAD ELECTRIC ^)< I 1 _m_m_m_ -EXISTING RIGHT OF WAY I . (A .,/ XXX I ____ :: - - - -EXISTING LOT LINES \ 0 V 'Y I EXIST RETAINING WAL~ --------_______! I . -NEW WATER VALVE - r '/ ~ Vk \ ~ I <0 --------, ' 1\ y~~ X I C AN OUT ____~ ----____,' 0 -EXISTING WATER VALVE :x )( ---- EXIST SAN MH ------___ ' \ 0 0) TR = 103.57 -----__ ... -NEW FIRE HYDRANT I ^~ Y\ . ~ . IE IN SW - 94.97 L :x i"~ X W M' /' . . f. IE OUT (S) = 93.67 ~ -EXISTING SAN MH ~~ X X / / ~ x;< I ater am Plan FL = 104.91 GV -0< >>< 0.::: . ...:./ ?)(< I (N rth H If) / F;" '103.3 1><1 -EXISTING GAS VALVE -' ~ I ~ .. ~ 0 a EXIST FLUME 3' . oY -EXISTING POWER POLE X ~ ~ I ,A... ' 1/ ~ , X)< I ,;y .;xvv< x yy<xY I ~ "-- >><xx I : ws 0 7J -EXISTING GUY WIRE x:~ X "'-"" ~ ~ >sv< I I ' 'v ~ ~:x , ...d : V- . -'-' ! 1330 RIDGELAND A VE.I 0 -EXISTING WATER SERVICE I I' ~ X ~ . 'x"Y \ . I' 8. -EXISTING PROPERTY MARKER 1315 ELLIS AVE.I : ~ ____j>( ~.x~ ~ . . j>-.,'y 5: ~ ~)<0 : . f^, y ~ 'xc ,,-;>( 'X 1329 ELLIS AVE.I ~I 'I I.....".... -EXISTING SIGN 1 f^,~ <.D tI \ fV<)<><X'><x~~N p-.., V>< x )< -)'QV<: ) \: I 332 ELLIS A VE.l : X;X -EXISTING LIGHT FlXlURE : ~ .J ~ xx :x ~. 1 1 tv Ii ~ x x-V<><;XX$<>< . iIiii -EXISTING INTAKE 't'-<. ~x: X)(' > EXIST RETAINING WALl, . . : ~ x..x~ )< ><.x -)<,. ~ ~ 36" '< l< X'x: 0X X x:x. I I V -EXISTING TREES I 0 I '<: ~ ~ .v S )< x 0/.....<: >xv ~ -EXISTING SHRUBS ~ -I ~ "- ( \ '"" '" '" ~ IY IX>< 2006 Ellis Avenue, . .. . . . : I~ ~9.5~ 82.14 -~WJXf~L~s A~D DRIVEWAYS TO I~ 0 ~ : McLean Street, and Moss Street ~ I IE IN ~S~ = 81.74 Xi>-/' I X I Water Imp~ovements . T.O.P.= IN(W)= 92.84 ws <P i'. /' v I. ~ T.O.P.= IN(E}= 88.54 ----- TOP = 99.07 : 1. USE All 6" DIP MATERIAL (TEE &: r-.. /' <.D [X :x JOHNSON COUNTY IE OUT = 96.67 TC = 99.83 I WAlER SERVICE) r-.. X>< I (CONNECTS TO IE IN = 95.43 . -U--U-U-----__U_____U_______U__n__U ~ 2. USE MEGALUGS OR EQUIVALENT ON t'\ ~ ~" ~ I IOWA EXISTING DHM- IE OUT = 95.43 ' - - - - - - - - ~ -SIDEWALK AND OR DRIVEWAYS ALL FITTINGS & CONNECTIONS. I'< X DETERMINED) 315 ELLIS AVE. CONNEClED"' TR _ 9836: SAME ELEVATION AS CURRENT WATER X X I -PATH NOT DETERMINEOD) . , SERVICE TO 330 RIDGELAND AVENUE I I'< X:J<x IE IN = 91.66 I I .1 . ~ x x ~ 36' IE OUT = 91.66 , . -EXISTING ASPHALT ><< I 1315 ELLIS AVE. I . ~ ___::.\'IS__ _nWS __wsu ___ws __WS_h __~h_ i . 18" ,'/ ~> ~: EXIST GRATE INTI< I , . . '"\, '>- )< 1 IE IN - 94.73 1 18 >-- ~ IE OUT = 94.73, \ _ . )0 0. I , "<.. 'l )o~ 5: >< I' ~-EXISTlNG GRAVEL -,..... ~ <.D Xx)o: MMS CONSULTANTS INC J I v >:xx;. . ' 18: 1320 ELLIS A VE.I: / / / / / / / ' ~ D>y I Dat<>. 01/30/06 fJ,.. I I ~ a -REMOVE & REPLACE PAVEMENT 1 I :; ~ De~'gned by, Fit>1d IlooI< No. / / / / / / / IY!XX 'X I EHB I ~ ]y ~~ I DrGwl by. Scal.., J .J .J .J [II . / fY I can 1-=20. r~r~r~r~r - INSTALL CURB RAMP /~ ~ I>< / I CheGkedby. 5heetNo, .JJ.JJ.J'.J' EHB 3 Fro JeGt No. IOWA CITY 6416-010 of, 10 ,'-"\ c\\ '(:\; \;"", .-:,0; \ , '0' f\ ':> " ,0 \ ( \\\lS' ~ \ f rC";"~ . ...\-,\\~~ . ''/10 0\\ <~ , ) (~ ,\ \ I lJ' ,I' d'\'I-" ~ " SCALE: 1"=10' ~ I ''''-.6w. , I CIVIL ENGINEERS , , '----.... I , 108 MCLEAN / LAND PLANNERS , , LAND SURVEYORS , , , I I LANDSCAPE ARCHITECTS I REMOVE SHRUBS AS ENVIRONMENTAL SPECIAUSTS 4 DIRECTED BY ENGINEER & PROTECT TREES 1917 S. GILBERT ST. <J. . ;j I IOWA CITY, IOWA ~C~ ,j I (319) 351-8282 4 . ~S7' WATER MAIN SHALL BE PLACED www.mmsconsultants.net 1320 ELLIS A VE.l I 4 AT LEAST 18" BELOW SEWER 1 5761 CST. SW SUITE D ~<J' 4 I WITH AT LEAST 5.5' OF COVER. I CEDAR RAPIDS. IOWA 1 <J ~ 1 I (319) 841-5188 I ,j", 6~ 4 1. USE 6" TEE & VALVE ON 4 ~ SCALE: 1"=10' <J DEADEND HYDRANTS (SEE I DETAIL SHEET 6). r <J 2. MAINTAIN MINIMUM HYDRANT 1 1316 RIDGELAND AVE.! I RevISIOn 4 <J SEPARAllON OF 3' BACK OF _~HE. Dotts CURB AND 5' FROM WATER J- 4 SERVICE. '" OHE - I I <J 1 8 1 ADD WATER SERVICE TAPS r ,j I TO 6" DIP SECllON FOR: <J I <I 1. 303 RIDGELAND AVE. '" , I a: 2. 309 RIDGELAND AVE. '" ,j 4 REMOVE & REPLACE 3. (X2) 316 RIDGELAND AVE. <I 5 S.Y. P.C.C. ----- @ 1360 RIDGELAND AVE.I 1 <I INSTALL 90' ELBOW /0" '----.... <J 1 4 20' FROM POWER POLE I ,j 4 , <I 4 , <J , ,j 'I I I LEGEND ew NEW WATER LINE 6W -EXISllNG 6" WATER LINE REMOVE EXISTING HYDRANT 2W -EXISllNG 2" WATER LINE ws -EXISllNG WATER SERVICE I ) -EXISllNG SAN SEWER , -EXISllNG STORM SEWER G -EXISllNG GAS LINE T -EXISllNG TELEPHONE LINE E -EXISllNG ELECTRIC -ocw-- -OVERHEAD CABLE TV 1309 RIDGELAND A VE.I -OHE - -OVERHEAD ELECTRIC - __u_m_u__ -EXISllNG RIGHT OF WAY - - - -EXISllNG LOT LINES C) ( 'iNS . -NEW WATER VALVE 0 -EXISllNG WATER VALVE -6W 6W T OW -NEW FIRE HYDRANT """ 1 MAKE THIS CUT AND CONNECllON AFTER '"Cf -EXISllNG FIRE HYDRANT DEADEND HYDRANT ASSEMBLY INTERSECTION DETAILS MCLEAN STREET WORK IS COMPLETED. ~ -EXISllNG SAN MH -G SEE DETAIL- SHEET 6 . 2 USE ALL 6" DIP MATERIAL. 3: USE MEGALUG OR EQUIVALENT ON EVERY GV -EXISllNG GAS VALVE FITTING AND CONNECllON. 1><1 EXPLORE FOR EXISllNG WATER 4. THIS WORK IS INCIDENTAL TO THE WATER SCALE: 1"=10' ~ -EXISllNG POWER POLE SERVICES TO 303 & 309 RIDGELAND AVE. MAIN CONSTRUCllON. - ---~----- 7> -EXISllNG GUY WIRE WS WS 40" ---------------- - - - --I 0 0 -EXISllNG WATER SERVICE , , , b. -EXISllNG PROPERTY MARKER MAINTAIN MINIMUM HYDRANT I '~ SEPARAllON OF: I - 1. 3' BACK OF CURB , -EXISllNG SIGN 2. 3' FROM POWER POLE , I I -".- , - 50:!: TO BE BORED (SEE SHEET 3) Q: -EXISllNG LIGHT FlX1URE Ws ",,6W / I I 1303 RIDGELANA iii -EXISllNG INTAKE I 1 I I . EXISllNG PIPE eJ 1 I MCLEAN ST. -EXISllNG TREES I CAP 6" PIPE @ -EXISllNG SHRUBS I I , I r 1 I - -) ~ -SIDEWALK AND DRIVEWAYS TO I I 2006 Ellis Avenue, REMAIN AS IS 1 1 McLean Street, and Moss Street I ~C~ ~ -SIDEWALK TO BE ADDED ............ Water Improvements s-r.. ~ -SIDEWALK A'm!oOR DRIVEWAYS IOWA CITY JOHNSON COUNTY I TO BE REMO 0 AND REPLACED IOWA ............ ~ I I-EXISllNG ASPHALT REMOVE EXISllN HYDRANT - - - - ----- - - - ----- - - - I l~ A I-EXISllNG PAVEMENT . 4 , USE MEGALUG I .' @ CONNECllONS 1 USE FULL 20' ~ -EXISllNG GRAVEL , PIPE SECllON !!d I G ~;;;;;; ;j-REMOVE & REPLACE PAVEMENT MMS CONSULTANTS, INC. Q2 Dot<>. 01/30/06 ..J I cd o.."lgMd by. F1&1d Boo!< No. J _I - INSTALL CURB RAMP EHB , I'-------- . DrCH'l by. 5cale. I ,- ,- 1 "=10' ~ ,- can I r I ~ - GheGt:<odbo,j' 5hlO<Ot No. I I EHB 4 Project No. IOWA CllY 6416-010 of. 10 .-- ~---. I(\\'\:\ ) tj ,., '0'. '.:. " t", .,Q \ J C \. -\\'" 1'0)~'" ./c),( ,r" \[I!\. ""'i-'\/'O~'~I" (;I, ,,;'( \ , " \O\\\!~' .' ./ I / / / - / , 130' pve 45'BORIN 65' pve 120' pve 130' pve 30' BORING 135' pve 40' DIP 30' DIP 55' P 1 BORING / I CIVIL ENGINEERS / I I LAND PLANNERS / 1220 RIVER ST. I 1315 ELLIS A VE.l I 315 ELLIS A VE.I 315 ELLIS AVE. 329 ELLIS AVE. 365 ELLIS AVE. I 213 MCLEAN ST. I LAND SURVEYORS LANDSCAPE ARCHITECTS ::: ENVIRONMENTAL SPECIAUSTS ~1HIffi\~~ 0 Q ~'if'~~ 3l ; 1917 S. GILBERT ST. ad {} E E IOWA CITY. IOWA /" '" . E L (319) 351-8282 ~ . ~ "" . ...--- II u__u_u II ...____ U_U___h__ h__U______U__..._h___ u_ www.mmsconsultants.net .L ..... .." '" "", """~~.\',< ""'" ""' 5761CST.SWSUITED q,' ~. '. .. ow ow ow ow ow e ow w ow CEDAR RAPIDS. IOWA 9:- .' ~ .~o 'flHlffi\~~ OW Q~'if'~~~ . ~1HIffi\~~ OW Q~'if' (319) 841-5188 ~ . '. ..... . .0,. . ow ow 0 wow. ow 1. o. ow . ==r='w 6 _ _ _ _ ..- _ _ "-- ...... .,..... . _ _ _ _ _ ' ~ -' - - 1 ... - - - . . . .4 ".. .... .. ' ". . . . . . . .' "/:0... ""," "'.. .. .. 4f' . il',' . . . . . .1 . .'>' ,:</ ~',:.-o?>; ..~ ;:" i:';<>:-_~/ ,," " <<,;. ,,'/':-"\Z/' ""...;.;. "~/.~;: "'0' ,,,; c,,~ Dote I RloVl51On r_________u_..._..__________u___oo_____oo___oo______oo__oo____ -------------...-------------------------00-1. ,. ____U_h_________________ --------------------------------~------------ ------------u-----------u----------u--------7 t ... ~1HIffi\~~ ow Q ~'if'~~ 3l _ ' ./ .I / I I I / " ~. \ /' / ,/ I ~ j.. . Ii f i / / / . .. f I /' / / I 1. ~ I I . .,-<. / / I . ~ Ii I I / ... 1202 ELUS AVE. 1 / / . 1 1 I I . / ........ / /' ~. 320 ELLIS AVE. I I 332 ELLIS AVE.J I J / ..... . . I ~ 1 340 ELLIS A VE.I If / / ~ I / / . I I LEGEND " I' / / I I I~, I 0'1/ NEW WATER LINE 303 ELLIS AVE. 1 Sf.. 6W -EXISTING 6" WATER LINE .I / I ~/If. 2W EXISTING 2" WATER LINE / / f / 1108 MCLEAN ST I ws -EXISTING WATER SERVICE I~ . ) -EXISTING SAN SEWER / / . I I ,I .I , -EXISTING STORM SEWER / / : ~ /. . : : i / G -EXISTING GAS LINE / /' ! .. . !~L I j ... T -EXISTING TELEPHONE LINE / l.:__n__n__oo___________________u_..._m__oo__n__oo__oo_____________________.___ hJ Il. . _n_m_______~_u~ ~~~_~ ~!~~_~ _n_m_m_____m_m_____...J L____m_m_m_m__ --L ,/ E -EXISTING ELEClRlC . os ___oo__..._____m_m oo___u_____m__h_____h_____-' -Dew-- -OVERHEAD CABLE TV ..... . ...... ~ ~1HIffi\~~ 000 Q ~'if'~~ ~ -OHE - -OVERHEAD ELEClRlC . " I . , _m__oo_oo__ -EXISTING RIGHT OF WAY ...... ill ',' '. . ., .-' - ---;- - =~::TI=:~~Tv~~': ...... ..... __n_____oo__________oo__m_____________h__oo__n______________________________________ ---oo_-4P--.----oo--------------u______oo_____________________-oo--n-----h-i-------n__n___n______________n_m___._________________n___________.... .. '. - I 0 -EXISTING WATER VALVE..... / / ~ , ... -NEW FlRE HYDRANT ....., <f ~ ~1HIffi\~~ 00 Q ~'if'~~ ~ i -------.. OVERALL PAVEMENT & "(f -EXISTING FIRE HYDRANT " ..... 1303 RIDGELAND A VE.I / ; WATER MAIN LAYOUT PLAN ~ -EXISTING SAN MH '", 25' DIP J316 RIDGELAND A VE.l ' 1330 RIDGELAND A VE.l 1360 RIDGELAND A VE.l & CONSTRUCTION PHASES ~ ~~~~ I gf -EXISTING POWER POLE 1309 RIDGELAND AVE.! ....... I ?J -EXISTING GUY WIRE o -EXISTING WATER SERVICE . Phase I - Installation of new water main on Ellis Avenue ~ Item . . Estimated . b. -EXISTING PROPERTY MARKER # Descnption Quantity Umts Step 1 - Shut off water to the existing tee (south end of Ellis Ave.) and remove plug. Install 1 M b'l' . 1 LS holding spool, valve, 45 degree bend, pipe, all the thrust blocking, turn off the new valve, and -EXISTING SIGN 0 Ilzatlon . . . -v- . . . Ty turn the water back on. Use megaIugs on all fitttngs and connecttons. Use all DIP until after x:x -EXISTING LIGHT FIXltJRE Service Address Service SIZe Service pe 2 Traffic Control 1 LS second 45 degree bend. . " Ad" t 3 Remow and Replace PCC Pawments and Driwways 75 SY iiii -EXISTING INTAKE 220 River Street 6 lJacen Step 2 _ Continue installation of the pipe north installing tees and valves for 220 River Street, ~ 4 Remow and Replace ACC Pawments 185 SY Moss Street, 330 Ridgeland Avenue, hydrant assemblies at 315 Ellis Avenue and McLean Street U -EXISTING lREES 303 Ellis Avenue 1 "-2" Across 5 Remow and Replace PCC Curb and Gutter 170 LF and Ellis Avenue intersection. Bacteria and pressure test the new water main. f/!!J EXISTING SHRUBS . 1" 2" A 6 Remow and Replace PCC Sidewalk 2,150 SF - 315 Ellis Avenue - cross 7 Install PCC Sidewalk 950 SF Step 3 -Install service lines on Ellis Avenue except for the 6" line to 330 Ridgeland Avenue. 2006 Ellis Avenue, ~ -SIDEWALK AND DRIVEWAYS TO 320 Ellis Avenue 4" Adjacent 8 Install PCC Curb Ramps 5 EA Phase n - Installation of new water main on Moss Street McLean Street, and Moss Street REMAIN AS IS "9 W t M' 6" DIP 285 LF Water Improvements 1" 2" Ad t a er am ~ 329 Ellis Avenue - lJacen W M' 6" PV 815 LF Step 1 - Install water main on Moss Street with tee and valve for 320 Ellis Avenue and the IOWA CITY -SIDEWALK TO BE ADDED 10 ater am C deadendhydrantassembly. Install service for 320 Ellis Avenue. Bacteria and pressure test the JOHNSON COUNTY 332 Ellis Avenue 1 "-2" Across 11 Water Main Boring 140 LF new water main. IOWA ~ " 12 Remow Hydrant 3 EA -SIDEWALKAND/ORDRIVEWAYS 340 Ellis Avenue 1"-2 (X2) Across 3 I IIHd t 'thA'1 VI 3 EA Step 2-Install services on Moss Street. TO BE REMOvED AND REPLACED 1 nsta y ran WI UXI ary a w I I 365 Ellis Avenue 1 "- 2" Adjacent 14 Install Hydrant wlout Auxilary Valw 1 EA Phase ill - Installation of new water main on McLean Street . . -EXISTING ASPHALT . 15 WaterValws 4" 1 EA 108 McLean Street 1 "-2" Adjacent 16 W t V I 6" 9 EA Step 1 - Install deadend hydrant assembly, valves, fittings and water main on McLean Street l 4 I a er a ws from east to west. Cut and cap the existing 6" water main on McLean Street. Install tee and . : .' -EXISTING PAVEMENT 213 McLean Street 1 "- 2" Adjacent 17 Water Service Adjacent to Main (1.0") 2 EA valves and connect to new water main. Bacteria and pressure test the new water main. 18 Water Service Adjacent to Main (1.5") 2 EA ~ 303 Ridgeland Avenue 1 "-2" Across 19 W t S . Ad' e t t Main (2.0") 4 EA Step 2-Install services on McLean Street. MMS CONSULTANTS INC -EXISTING GRAVEL a er el'Vlce ~ac n 0 I . 309 Ridgeland Avenue 1 "-2" Across 20 Water Service Across from Main (1.0") 2 EA Phase IV -Completion of new water main installation Date. 01/30/06 ~ ; ; ; / / / j 21 Water Service Across from Main (1.5") 2 EA D<>!>lgned by. Field Book. No. / / / -REMOVE & REPLACE PAVEMENT 316 Ridgeland Avenue 1 "-2" (X 2) Across 22 Water Service Across from Main (2.0") 2 EA Step l-CompleteMcLean Street crossing. Bacteria and pressure test the new water main. Dr.,...., by. EHB Scal... 330 Ridgeland Avenue 6" Adjacent 23 4"WaterServiceConneclion 1 EA Step2-Installservicefor330RidgelandAvenue. GheGkedby. can Sheet:No. 1"=30' 24 6" Water Service Connection 2 EA EHB 5 360 Ridgeland Avenue 1 "- 2" Across 25 Lawn Restoration 1 LS Step 3 - Turn off the water to the existing tee where the project began. Cap existing pipe and FroJ=t No. plug the tee to the east Turn the water back on. IOWA CITY 6416-010 of. 10 I .., \~\ I '\-\ \' . .?J~ \-\'\ I). 's. \?J \/\:u '(\~"" /:\( 1,,'. .~,\..-t..\"N'~f:'.. C ," \0 .JI "\, \, It'-, \_J. \o\~.r' WAlER SERVICE DETAIL NOT TO SCALE '."llIi'lliilllli SEE SECTION 02665 STOP BOX STOP BOX LID ~;1~~!~~L~~ir_ '~'f~~~~~!:'~f'~! WATER SERVICE WORK McDONALD #5601-1" OR 5603-2" McDONALD #5601L (reg) OR 5607L (cement) FOR CONTRACTOR \USUALLY LOCA1ED " BEHIND SIDEWALK CURB CIVIL ENGINEERS SIDEWALK SIDEWALK LOCATION VARIES LAND PLANNERS PROPERTY LINE LAND SURVEYORS " mill m- IIIIIIIIIII~ _'.:.. .:..~' _11111111111111111111 . . . . .. IIIIIIII1IIIIIIIIIII1III1III IIIIIII111IIII1I1I1IIIIIIIIIIIIIIIIII1 .,..".. I III TIIIIIIIIIIIIIIIIIIIIII III1 liT LANDSCAPE ARCHITECTS 1IIImllllllllllllllllllllllllllllllllllllllllllllllll11111111111. '. , . I111III11I11II11I11I111III'1 III III III III III III II1I III III III III IIIIIII ENVIRONMENTAL SPECIALISTS 111...111 I~IIIIIII 111111111111~11., ,ill",III",ill., .1 il, "ill" ,lll~ III J ~IIIIIIIIIIIII 1111"r 1"1111111111111111~11I1111'lIill,,,ill,,,111111111111111111111111. . . .. : .. . .. . II III III ... .:.. ".. ", '. 11111"1" IIIIIIIIIIII~ III III I I = POSSIBLE LOCATION OF 1917 S. GILBERT ST. i"lllll III 111="'- .., III .. "'.: .. ~ _I EXISTING STOPBOX IOWA CITY, IOWA I II~ 'I 111- - - - ~ - . .. . III-Il, III III I "mlllml I lit (319) 351-8282 ~IIII 1111111' :1~llllllllllllllllllllllllllllllllllllr =111=111= 11=111=111=111=111= III m:: III III I IIIIIII~ www.mmsconsultanls.net :111111111111111111111111111111111111111111~r IIIII"I"I! III II I- rllllll III II III III III III III 111= _-. IUII- I"IIII~ 5761 CST. SW SUITE D IIII~ NEW =IU",illlllllllllllllll~I",III,,1 ."'-:111=111 111=111=111=111=1' "111111111' NEW CUR~ BOX McDONALp nlllllllll CEDAR RAPIDS, IOWA rllllll -- CURB BOX _ _ #5601-(5) OR #5603 (5) -m-m IIIIIIM (319) 841-5188 r"llll I" In III II OR EQUAL TI m IIIIIII~' ! NOTE: CONTRACTOR TO INSTALL MATERIALS AS SPECIFIED II III ' III III r"llll I" In OR EQUAL PER SPECIAL CONDITIONS PREPARED FOR THIS PROJECT , ill III NEW CURB BOX ROD :111 III 111111,' co THRUST BLOCKS ARE REQUIRED AT PIPING DIRECTION CHANGES, AT DEAD ENDS, AND AT ARE HYDRANTS. I III ~m McDONALD #5660 OR #5674 lllllllllllll THRUST BLOCKS MAY BE PRECAST MASONRY UNITS, CAST IN PLACE CONCREfE OR 'TREATED HARDWOOD. :::111- Illn in IIIIT I Revision CAST -IN-PLACE CONCREfE SHALL NOT BE USED AT ARE HYDRANTS. CONTRACTOR SHALL !IIIII I nfUII11 ill II Date IIII1 _- = 11=111 111= POURED-IN-PLACE CONCREfE SHALL BE 2000 P.S.I. MINIMUM STRENGTH, A MINIMUM OF 18 INCHES REMOVE de REPLACE III "111111111lL III II Illk CONTRACTOR SHALL THICK, ANO SHALL BE CAST AGAINST A SOUD, UNDISTURBED EDGE OF 'TRENCH FOR BEARING. NO BOLTS, EXISTING STOP BOX om 1IIIII NEW CURB STOP REMOVE EXISTING JOINTS OR DRAIN HOLES SHALL COME INTO CONTACT WITH THE CONCREfE THRUST BLOCK AND THE PIPE SHALL CONTRACTOR ~III" SERVICE PIPE n" , II III III '"m"l" STOPBOX BE WRAPPED WITH A PI.AS1lC SHEEr AT THE CONCREfE BEARING SURFACES. THE MINIMUM THICKNESS OF ANY III 1 TYPE K COPPER 1IIIIIIIIIIIIIh :111 III 1= THRUST BLOCK SHALL BE 18 INCHES. PROVIDES II -11" 111- NEW SERVICE PIPE 1I1I1 - - - ,IUIUI 111"lm"'j CONTRACTOR CONNECTION .:II I III III. SHALL BE 1" IIIII III 11,,-, .",=,,,_,.._,,...;::;111 III III PROVIDES PIPE DEAD END 90. 45' 11-X4 OR 'millllll lillllllllllll! COPPER OR LARGER. ,lllllmllllllllllllllllllll'llllll I1III1IIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIIIII1IIIIIIIIIIIIIII1IIIII1II1II 111111111"lr CONNECTION SIZE OR TEE BEND BEND 22-1 2 BEND +" 3.0 +.0 2.0 1.5 . . . . ,. , 6" 6.0 8.0 +.5 2.5 . . , , <l '.4 . " , . ~ , . . NEW SERVICE 8" 10.0 1+.0 7.5 +.0 . ./1, '1:> b.' .. . .. A . PIPE . . . . , ,. 4 ,<# 04 10" 1+.5 20.5 11.0 6.0 . '" . , , I " . 4- .' ! 12" 20.5 29.0 16.0 8.0 1+" 27.5 39.0 21.0 11.0 NEW CURB STOP 16" 35.5 50.5 27.5 14.0 SERVICE SADDLE IS REQUIRED ON PVC MAIN AND ALL 1 1/2" AND 2" TAPS WATER DISTRIBUTION McDONALD #3845 AWWA SS STRAP BRASS SADDLE CC - FOR DIP McDONALD #6100Q (comp.) OR 20" 55.0 78.0 +2.0 21.5 MAIN STANDARD BRICK MUELLER #8-25209 (comp.) FORD 202 BS FOR PVC PIPE. OR CONCRETE BLOCK 2+" 78.5 111.0 60.0 30.5 nRJST BLOCK MNMUM BEARINQ AREA (tI SQUARE FEEn WAlER SERVICE ADJACENT NOT TO SCALE WATER SERVICE ACROSS TO WAlER MAIN FROM WAlER MAIN NOTES: I 1. INSTALL ALL NEW SERVICE PIPE TO CURB BOX. 2. REMOVE & REPLACE ALL CURB BOXES. 3. CONTRACTOR MUST AELD VERIFY SIZE. CONTACT LOCAL AUTHORITY FOR SPACING OF HYDRANT BEHIND CURB. DETAIL SHEET (1) USE 3 FEET BEHIND CURB AND LOCAL PUMPER NOZZLE TOWARD CURB IN MOST CASES. VALVCO 95E-'TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) 2-1/2" 1.0. - LOCKABLE C.I. UD BOTTOM OF COMPACTED STONE AT .MQIE:.. TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) j SUBGRADE 9Bl!: STANDARD PROCTOR MUST BE ONE FOOT l' AWAY FROM HYDRANT 3' - RADIAL t..:I . CLEAR SPACE VALVE BOX AND GATE VALVE SPECIFICA TION FOR DEAD END HYDRANTS 'TRENCH BACKALL COMPACTED STONE AT HYDRANT 95l!: STANDARD PROCTOR THRUST BLOCK '~El Ild INCH FEET ... -L @) INCHES - 4 2-0 t..:I . 6 2-0 :Z ~lIl I MAIN I INIllAL BACKALL 8 2-3 :2 ~~ GATE VALVES: a WATER MAIN 10 2-3 '!!! TRENCH CLOW F 6100 I 12 2-3 KENNEDY 1571-X SPRINGUNE BEDDING 15 2-9 PLUG . MUELLER RESILIENT SEAT A-236D-20 '>f;)! (SEE NOTES 1 & 3) 18 3-0 AMERICAN FLOW CONTROL AFC-500 21 3-3 lRENCH U.S. PIPE METRO SEAL 250 #5460 ~~~~ 2+ 3-6 9ACKFlLL AS REQ'D ~ . ~~\."7'\. UNDISTURBED SOIL ~ :Z ~ :E , r~ SWIVEL OR CEMENT 2006 Ellis Avenue, , co MAIN , I , '" HOLDING ANCHOR 1f?t BLOCKS WATER MAIN TRENCH DETAIL ALLOWABLE TRENCH WIDTHS I CLOW OR ER I SPOOL OR THRUST APPROVED EQUAl.; . FOR Mclean Street, and Moss Street ROOOED OR BLOCK BLOCKING NOTES: MEGA LUG Water Improvements 1. lHE BEDDING AND INIllAL BACKALL SHALL BE LOOSE, NATURAl., ANE SOIL WHICH SHALL BE HAND TAMPED ALONG THE SIDES OF IOWA CITY i lHE PIPE TO 12 INCHES ABOVE TOP OF PIPE. JOHNSON COUNTY 2. BELl. HOLES SHALL BE HAND SHAPED SO THAT ONLY PIPE BARREL IOWA HOLDING SPOOL OR RODDED RECEIVES BEARING PRESSURE. OR MEGA LUG HYDRANTS' 3. PLACE BEDDING TO ENSURE THAT THERE ARE NO VOIDS UNDER 4 1~" for 12" DIA. MAINS OR SMALLER Z :;\ 1 4" FOR 16" DIA. MAINS OR LARGER OR ALONGSIDE THE LENGlH OF PIPE. <( CLOW F-2545 MEDALLION 4. BACKALL UNDER AND WITHIN 5' OF PAVED AREAS SHALL BE COMPACTED CLASS A ~ KENNEDY GUARDIAN - K-81 MUELLER - SUPERCENTURION 250 CRUSHED STONE CONFORMING TO I.D.O.T. STANDARD SPEClACATlON 4120.04. AMERICAN DARLING ~K-73 FOR 4 1/2" IF UNDER PAVEMENT, BACKALL TO BOTTOM OF THE SUBGRADE. OR 884-B FOR 5 1 4 IF NOT UNDER PAVEMENT, BACKALL TO WITHIN 12" OF ANISHED SURFACE. BACKALL WI GRAVEL TO 18" ABOVE BOTTOM OF HYDRANT STAND PIPE 5. IN AREAS NOT UNDER OR WITHIN 5' OF PAVED AREA, BACKALL WllH SUITABLE EXCAVATED MATERIAl. IF EXCAVATED MATERIAL IS UNSUITABLE, BACKALL WITH COMPACTED CLASS A CRUSHED STONE TO WITHIN 12" OF ANISHED SURFACE. TYPICAL HYDRANT 6. SEE TABLE FOR ALLOWABLE TRENCH WIDTH Bd' 7. MINIMUM DEPTH OF COVER IS 5.5 FEET. MMS CONSULTANTS, INC, NOT TO SCALE Date. 01/30/06 o.."lgn<>d by. Fl<>1d Book. No, EHB DrCW'l by. 5Galth can NOT TO SCALE CheGk<od by, _No. EHB 6 Pro J"Gt No. IOWA CITY 6416-010 of, 10 ~\ f\\.E\! " f,~'\ '0\ 39 "'R I j \. 1~~~ ~\:j,\ .--"Z r ,\ ,.~. t C I ,: \;.v ()\' J J\ I ._', 'I \. ~ ~! \ - #6 EPOXY COATED BARS x 24" LONG lOIN;' u'" 30" ON CENTER DRILLED AND EPOXY GROUTED 9" INTO EXISTING SLAB MATCH EXISTING HOT MIX ASPHALT THICKNESS CENTERED IN SLAB MATCH EXISTING HOT MIX ASPHALT THICKNESS OR A MINIMUM OF 3" THICKNESS OR A MINIMUM OF 3" THICKNESS fI6 EPOXY COAlED BARS x 24" LONG 30" ON CENlER DRILLED AND EPOXY GROUlED 9" INTO EXISTING SLAB CENlERED IN SLAB MATCH EXISTING PAVEMENT 1HICKNESS 12" OR A MINIMUM OF 7" P.C.C. 12" I I I I EXISTING HOT MIX ASPHALT Existing Hot Mix Asphalt ,....-,....-,....-,....-,....-,....-,....-,....-,....-,....-,....- ,....-,....-,....-,....-,....-,....-,....-,....-,....-,....-,....-,....-,....-,....-,....-,....- q 4 q Existing Brick Surface 4 4 q 4 4 EXISTING P.C. CONCRETE 4 q 4 4 4. q <1 4 q q 4 4 EXISTING P.C. CONCRElE q 4. q CIVIL ENGINEERS 12" SUITABLE JOB EXCAVATED 12" SUITABLE JOB EXCAVATED LAND PLANNERS MATERIALS MATERIALS MATCH EXISTING P.C. CONCRETE LAND SURVEYORS 7" P.C. CONCRETE BASE THICKNESS OR A MINIMUM OF LANDSCAPE ARCHITECTS 7" P.C. CONCRETE CLASS A ROADSTONE CLASS A ROADSTONE 12" SUITABLE JOB EXCAVAlED ENVIRONMENTAL SPECIAlJSTS MAlERIALS 1917 S. GILBERT ST. IOWA CITY, IOWA CLASS A ROADSTONE (319) 351-8282 www.mmscansultants.net CONCRETE SHALL BE SAWN TO INSURE A CLEAN CONCRETE SHALL BE REMOVED TO 1HE NEAREST 5761 CST. SW SUITE D BREAK AT THE JOINTS. LONGITUDINAL JOINT AND A MINIMUM OF HALF THE CEDAR RAPIDS, IOWA CONSTRUCT THE CONCRETE BASE USING THE CONCRETE BASE SHALL BE FLUSH WITH THE PANEL BETWEEN TRANSVERSE JOINTS. (319) 841-5188 I.D.O.T. M- MIX CONCRETE. TOP OF THE EXISTING CONCRETE PAVEMENT. I.D.O.T. TYPE BT-3 JOINT SHALL BE USED TO JOINT USE CARE TO SALVAGE BRICKS DURING EXCAVATION. CONCRETE BASE SHALL HAVE A ROUGH FINISH. TO EXISTING CONCRETE. ONLY FULL OR HALF PANEL MAY BE REMOVED. AN I.D.O.T. lYPE BT -3 JOINT SHALL BE USED TACK AND PLACE )!z-INCH I.D.O.T. lYPE A HOT MIX USE I.D.O.T. M MIX. (24 HOUR CURE TIME). FULL PANELS MUST BE REMOVED IF THE PORTION TO CONSTRUCT A 7-INCH THICK CONCRETE BASE OF TACK AND PLACE )!z-INCH I.D.O.T. lYPE A HOT MIX TO JOINT THE BASE TO EXISTING CONCRETE. ASPHALT AND COMPACT TO THE PROPER ELEVATION. REMAIN IS CRACKED OR SETTLED. I.D.O.T. M-MIX CONCRETE. ASPHALT AND COMPACT TO THE PROPER ELEVATION. ALL JOINTS SHALL BE SAWN AND SEALED IN 1 R<lv151On ALL JOINTS SHALL BE SAWN AND SEALED IN ACCORDANCE WITH I.D.O.T. DETAIL RH-50 FOR Dat<o THE CONCRETE BASE SHALL BE FLUSH WITH THE ACCORDANCE WITH I.D.O.T. DETAIL RH-50 TRANSVERSE WITH #6 BARS 12" CENTERS AND TOP OF THE SURROUNDING BRICKS. FOR TRANSVERSE WITH #6 BARS 12" RH-51 FOR LONGITUDINAL CENTERS AND RH-51 FOR LONGITUDINAL. BRICK WITH HOT MIX ASPHALT OVERLAY HOT MIX ASPHALT OVERLA Y P. C. CONCRETE ROADW A Y NOT TO SCALE NOT TO SCALE NOT TO SCALE LEGEND IW -NEW WAlER LINE I i 6W -EXISTING 6" WA lER LINE I -EXISTING 2" WA lER LINE y 2W 7 I ws -EXISTING WAlER SERVICE ) -EXISTING SAN SEWER I 329 ELLIS A VE.l I I ~ -~--- , -EXISTING STORM SEWER G -EXISTING GAS LINE I I 1322 ELLIS AVE.! SCALE: 1"=30' T -EXISTING TELEPHONE LINE PROTECT ALL I \ 01HER TREES , 00.07 E -EXISTING ELECTRIC I -OCT'I'--- -OVERHEAD CABLE TV , 1329 ELLIS AVE.I 1322 ELLIS A VE.I , , -OHE - -OVERHEAD ELECTRIC CONTRACTOR SHALL CONSTRUCT _m__.._m_ -EXISTING RIGHT OF WAY . NEW SIDWALK - - - -EXISTING LOT LINES . -NEW WATER VALVE 0 -EXISTING WAlER VALVE @ ... -NEW FIRE HYDRANT '0" -EXISTING FIRE HYDRANT ~.r_ DETAIL SHEET (2) @ ~ -EXISTING SAN MH GV ~ -EXISTING GAS VALVE WORK LIMITS & $ lEMP. EASEMENT- PROPERTY SIDE -EXISTING POWER POLE (10' BEHIND R.O.W.) ~ I . STREET SIDE 7> -EXISTING GUY WIRE - 48:11 I 1320 ELLIS AVE.I ----------- TOP OF CURB 0 -EXISTING WA lER SERVICE REMOVE BY 01HERS @ / Sf GROUND 8:1 ~ -EXISTING PROPERTY MARKER 0 ----------- .....,.... -EXISTING SIGN \1320 ELLIS A VE.I :Q -EXISTING LIGHT FIXTURE -+k"'s\4_ NOT TO SCALE iiIi -EXISTING INTAKE GRADING LIMITS '&..i (ESTlMA lED) f!) -EXISTING TREES 1315 ELLIS A VE.I 0 x-s PROPERTY SlOE STREET SlOE # ELEVATION ELEVATION ~ -EXISTING SHRUBS 1. 102.14' 102.06' 2. 101.59' 101.51' - @ 2006 Ellis Avenue, ~ -SIDEWALK AND DRIVEWAYS TO 3. 100.44' 100.36' i 4. 100.96' 100.88' McLean Street, and Moss Street REMAIN AS IS 5. 101.70' 101.62' 1315 ELLIS AVE.! 6. 102.26' 102.18' Water Improvements ~ -SIDEWALK TO BE ADDED 7. 102.64' 102.56 @ 8. 102.96' 102.88' IOWA CITY Sf JOHNSON COUNTY X-S= CROSS SECTION ~ -SIDEWALK A~OR DRIVEWAYS I IOWA I TO BE REMO 0 AND REPLACED I I I-EXISTING ASPHALT ., I ST, - I MOSS @ I I f' . " . I-EXISTING PAVEMENT . o' I ~-EXISTlNG GRAVEL <:J --------- 1 MMS CONSULTANTS, INC, \ I 303 ELLIS AVE. I @ L/ / / /; / ;j Date, 01/30/06 \ De5igned by, FIeld 6001: No, / / / / / -REMOVE & REPLACE PAVEMENT I EHB ~I Dr""" by. 5c:.ale. - INSTALL CURB RAMP 1\ I can NOT TO SCALE Ch.oGlood by, Sheet No, SCALE: 1"=30' EHB 7 i? I I Pro JeGt No, r ~ I IOWA CITY 6416-010 of. 10 P\ tD \ \.--' 3 r.C! 8: 3 PHASE I & PHASE IV - STEPS 2 & 3 PHASE II - STEP 1 7crr t' 'lR \ ,: I .\.,Ji,i II. . _1".1 ( , . , "t'r n(' ell I'. ..- ,[ j "I \0 Qyri ('.. I'" '. I PARK \ ,\,. " PARK II' - ROAD ROAD w w > > - - 0:::::: 0::::: 0 0 G ROVE ST GROVE ST CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS W W ENVIRONMENTAL SPECIAIJSTS > > 1917 S. GILBERT ST. IOWA CIll', IOWA <C <C (319) 351-8282 www.mmsconsultants.net ~~ 5781 CST. SW SUITE D I CEDAR RAPIDS, IOWA (319) 841-5188 i Dal<o I Revl5lOn MCLEAN ST MCLEAN ST R3-2 / / .M CLEA~ ST -...:::::: W2l-' ~ W / / W 0 0 W21-7 Yho-4 R3-1 R9 ~ .....:::::-..... W21-7 - (f) W20-4 R3-1 if) /'; R 1-1 0:::::: 0::::: ~I w w > > ~II - - ~ ~ 0::::: 0::::: W > i ~ I M-sl <C <C w w w W UllUlY > > ~ ~ > > WORK AREA AREA <C <C Z <C <C Z W2o- /:I 0 i 0 ~ Z 0 0 ~ M-sl :5 0 I ~ ~ , , :% I MOSS t5 w W i rn ~ 0 IT) R5-1 ~ ST Ct: ST RIVER ST RIVER :% /: TRAFFIC CONTROL L :%~ \ 1W21-7 \ Plan (1) ~ ....... Z Z :'?/ Z Z :'?/ I <C 0 OAy <C 0 OAy 5 5 (f) (f) 0 --<i1? 0 --<i1? cr cr C) <)~ C) <) 2006 Ellis Avenue, i W i W I <C ~7 <C 7 McLean Street, and Moss Street I I LL ~ LL :2 :2 Water Improvements I IOWA CITY JOHNSON COUNTY IOWA I ~)'- ~ I I I BAYARD ST ONE WAY ONE LAN UllUlY ROAD WORK AHEAD AHEAD I R3-1 W1-6 ILOCAL 1RAFFIC ONL'II W21-7 W2ll-4 , Is~~1 I SDEW~CLOSEDI 1::cl I ROAD CLOSED I MMS CONSULTANTS, INC. RIl-9 R9-11 R11-4 R11-2 Date. 01/30/06 ~ NO PARKING ON ELLIS AVE. DURING lHE DURA1l0N OF lHE PROJECT. Designed by. F"'1d Booi< No, NO PARKING ON ELLIS AVE. DURING lHE DURA1l0N OF lHE PORJECT. ~ DIW NO PARKING ON MOSS ST. DURING PHASE II EHB MAINTAIN ACCESS TO ALL RESIDENCES AT ALL llMES. S1ka.1 ROAD MAINTAIN ACCESS TO ALL RESIDENCES AT ALL llMES. or""", by. 5Gale. CLOSED CLOSED --FT. AHEAD can NOT TO SCALE c.hec.1:<Od by, 5hcoeoI: No, M4-10 EHB 8 R5-1 R3-2 rLOCAL 1RAFFIC ONL VI Fl"o JlOGt No, W2ll-3 IOWA CIll' (USE APPROPRIAlE DISTANCE) (MlRDtIl'aOVKRIRES ON W2ll-3 SIGNS) 6416-010 of, 10 FILED PHASE II - STEP 2 PHASE III 2CQH\~,R 13 Al"1 8: lID C\ j'Y ',~tj:.\ ii< P ARK ROAD P ARK ROAD lOW!" 1>':\ IOWA W W > > ~ ~ o 0 GROVE ST GROVE ST CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS W W ENVIRONMENTAL SPECIAUSTS > >1917 S. GILBERT ST. IOWA CllY. IOWA (319) 351-8282 -<C -<C www.mmsconsultants.net 5761 CST. SW SUITE D =------------- 1'-- CEDAR RAPIDS. IOWA ~ ------J (319)841-5188 ! UlIUlY I WORK Date RAovlSlOn MCLEAN ST MCLEAN ST ~9 AREA I MCLEAf\ ST _-:;2 Ym-7 ~ / / MCLE ~ i W21-7 ~4 R3-1 .i9t'/ ..,::::-...... ~ (f) W21-7 W20-4 R3-1 R9-9J (f) i V R ~1 ~ ~ ' 0::::: ~ W W ~. > > ~ 0::::: 0::::: I ~ W W ~ > >~ W W UlIUTY ~ W1-el <C W W UlIUTY M4-10 > > = V/. > > = i <C <C Z ~ """,,0 <C <C Z i 0 ~J ~Z 0 0 o ~ AREA\<c 0 ! -1 ~ W1-81 --.J -1 ~ I W ~ ~kns;s\~ w ass --.J . rn V/ vh///~ rn w ~~ ~ ~ : % "'~R5-ST Ct: ST 0 RIVE R S T L ~ W1-el RIVE R Ct: TRAFFIC CONTROL \ ''''-7 ~ \ Plan (2) ....... Z Z ~ z Z ~ ~ 0 ~ ~ 0 ~ 6 (f) -<f 6 (f) -<f 1" C) cr ~<) C) cr () 2006 Ellis Avenue, ~ ~ ~ ~ 7 ~ ~ 7 McLean Street, and Moss Street :2 LL ~:2 LL Water Improvements IOWA CITY JOHNSON COUNTY IOWA I BA YARD ST S'J' :; ~ I .....7 I ~ R3-1 WI-a ILOCAl. 1RAFfIC ONL'iI W21-7 W2Q-4 I SDEWALK I I SDEWALK CWSEDI I ROAD ClOSED I I I C;~ AHEAD 1HRU~C ROAD a.osm MMS CONSULTANTS, INC. R9-11 Rl1-4 R11-2 Dat<>. 01/30/06 ~ ~ De"'gn<ld by. EHB F1<>1d Book No, S"IICI:I:.' ROAD Dr""'" by. Seal... i ~ DETOUR a.osm 'Z.~ can NOT TO SCALE I " ,,,,., "" ""' A"- """ '"' ",,'". <F '"' "..cr. @ IC!!!:I ~ --'Y. " '"'''' "" ""' A"- """ '"' _""" <F '"' "..cr. ~.. ~ ~ I NO PARKING ON MOSS ST. DURING PHASE II. ......10 '-..Y NO PARKING ON MCLEAN ST. DURING PHASE 111 EHB 9 MAINTAIN ACCESS TO ALL RESIDENCES AT ALL llMES. Ri5-' MAINTAIN ACCESS TO ALL RESIDENCES AT ALL llMES. Proj<OGt No. R3-2 W2Q-3 ILOCAL 1RAFfIC ONLYI IOWACllY (USE APPROPRIAlE DISTANCE) (_DI~OYkRES ON W2Q-3 SIGNS) 6416-01 0 of. 10 ! . .-\\ fJ'i rL.-.. .' PHASE IV STEP 1 ,,,~\ \3 ~'\\ g: l\ () - 2U~\i (,:)i .\ \'~ ',:::/ r~r-,r ,,:_111' PARK 'vI I '.,::--;: \OW{\ ROAD \O\~!J\ l, I W > - 0:::: 0 GROVE ST CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIAIJSTS W 1917 S. GILBERT ST. > IOWA CITY. IOWA (319) 351-8282 <C WWW.mmsconsultants.net 5761 CST. SW SUITE 0 CEDAR RAPIDS. IOWA (319) 841-5188 W21-7 Stme WI. d'th umd1ng@ 0adIIlIl_ Dato I Revl5lon ill rillmp PCll s-Il, e_ IloIorIIlbllWom'rlgll MCLEAN ST Tlbuilllon: 112<1 W W21-7 R11- @ '" Foot mlnlmLl1l. MCLEAN 0 Flare not requtrsd Q) CD FliIIl"8 reqUired (1Ch1 Max.llf I"DI1If) li11 adJaalnt tD sidewalk. - @ For vtd9 mEKlli11n1r curb r'l1T'f)5 may b& U!lsd at both 'lcktll With W2o-3 (J) iI 361' X 4Bl1 mlnLmLl'n landing In between. 0:::: Q) Fa!" croelngs controlllid by sU1'lals and t1f11E1d for full crou1ng. deter;tal'lle warrongs are not requ1red at medlaM. WI-6 W20-3 W TYPE B G) Ma:dl'lYJm tamp slape 15 8.33;: (does not ~ly lit. mld~bloek PERPENDICULAR RAMP crOSai.ngll far parallel ramps or the ~ra lei portlO11 of > combination ralTfls). RETURNED SIDES @ @ Maxtrnl.f\l landing slope 1n lIn'J direction 18 2i. (don not apply to m1.d-blcc:k croSfllngal. - @ Lenc:l1 ng @ Th& grade dlfrersncEr between the roadway slape and ramp slope 0:::: Llrodtng shall nct e~eed 13i(., W Flare net required CD > tEl Curb Rllmp W W <C UllUlY W2o-3 > > WORK TYPE C AAEA PARALLEL RAMP TYPE 0 <( <( Z 0 (Far use wlth restrtcted right-of-way} COMBINATION RAMP ~& 1.6"RZ.1I" ............... ran ~ . . ~ lFor use With restrle:ted rlght.of".wy) M 0 Z I I.S".M"4- ~~. 0 ~ <C I 7l\" 1>" -~~. 50X to ~1. or --1 .-J J base dl&"lleter 14 I ..I MOSS t5 ~l"l Un. $-$~- ~ ~"2" W O,~"-l.411 IT] Roadway Pavement SlOE VIElI 0 TCP VIEW DETAIL 'A' SQUARE PATTERN DETECTABLE WARNINGS ST - ACCESS AT CURBED MEDIANS @ (parallel all!1lment) cr:: - RIVER I TRAFFIC CONTROL - - - - - So. 6' IOwa Depa. b. .e./t Of 1'1 arlSpo. tatto.1 Plan (3) 'E' JOint - S1devalk Detail 'A' - Highway 0MII0n - s" Cu - - STANDARD ROAD PLAN RB-6 AND CURB RAMP DETAILS 'E' JoLnt-"- 1EYIS1ON16.Rtp!1C:8lIR8-1o Roadway Pavement Earth Slbgrlldlt 'V'..w..;.. Gutte r 7~" Radius APPRO EO BV OEBI LulO For ):lInt detll1la, &ell' Roadway TYPICAL INSTALLATION St....... Road Plan Rfl-52. PaWlment PEDESTRIAN.CURB RAMPS DETAIL '8' DETECTABLE WARNING (Sheet I of 3) (ALL RAMP TYPES EXCEPT C AND Gl Z Z <C 0 I 5 I (f) 0 (t 2006 Ellis Avenue, C) W 7 McLean Street, and Moss Street i <C LL Water Improvements :2 IOWA CITY JOHNSON COUNTY IOWA I ~ I ONE WAY I R3-1 wt-6 LOCAL 1RAFFIC ONL W21-7 W2G-4 I SDEWALK I I SDEW~tWSEDl l::cl I ROAD a.osm I MMS CONSULTANTS, INC. a.OSED RQ-g R9-11 R11-4 Date. 01/30/06 R11-2 De~I9""d by. Fkold 6001< No. ~ EHB ~ CICI NO PARKING ON ELLIS AVE. DURING THE DURATION OF THE PROJECT. DrCW'l by. 5Ga14!llt NO PARKING ON MCLEAN ST. DURING PHASE IV - STEP 1 can NOT TO SCALE MAINTAIN ACCESS TO ALL RESIDENCES AT ALL llMES CheGI:&t by. 5he<>t No. EHB 1 0 M4-10 Pro Jt>Gt No. I I R5-1 R3-2 LOCAL 1RAFFIC ONL IOWA CITY I W20-3 (USE APPROPRIA 1E DISTANCE) (\WlRDlwaOVktREs ON 6416-010 10 W2G-3 SIGNS) of.