HomeMy WebLinkAboutWATER MAIN REPLACEMENT/RIDGE RD BORING PROJECT/2006
WATER MAIN
REPLACEMENT/
RIDGE RD BORING
PROJECT
2006
I
I POje. / of -z--
;;LDo Lc
WO:::fe.r rYLa.:u.., K<r2 Lacem~
t?~ Ra 8()r/~ ~J~Cf
I
1Lf. --J/A,tV -_c tJo-hr e. of' Pv-b/lc- He...aIi 1/'3 Q..." 01 CLnS .
I '
'~, ~rrn of (lmn I ,(;<,~+ ~ e.s+ C c&-f.
14- .JurJ - , ~ Ertq;n.ee.,s b-Anv:d-e P/cv-cs) 5-(2=s.
J ' )
;-:-(J)~_~~Co.CL-t:cc:bC2t:.
)5- ~N-D' :=B,lC5Q.l\..(. -\-~"",,-_olo - I '7{ S~;-~_Q.-r.KbJ'c.-h-e.q.."".n'2-/:1}::\ J4.",...Q...
~." doo" O!'::l. p.L~ t:tS_Sp_.ec. dLCA..f.i.cntS_-fo..:"",,_o:f: c~ ~ e.~~"Yla:le.
of_test k..._-tk_co~~rr.b.. of'- ~ ::E;d9,oa ~!C.(_l..t.)a:tv..._tV:1lQ.>:\_
r:.&ox: I ~ -R:.o~..e..d-_d~.t:...e.~-+;n~_Cit_Cl.~~k._-to_f4b.l:lj;h-nd:ik~_qf-
So...i.d_k~_;V\~+cLv:.-t.c..+';.",_,_-/I. D ~i-r-fn~'IY.1:e.-t:Y_f..!Lf7J~c.~_scU:l
E.l~_~_,tJ~-.fvt"-FJ.I~-jl\~c.+-;_c:b..
bl. 0 ;;:s.,,,,-<.::><o \( '-' 6'''.<..- \\.........-("_\-"-.:J~OJ::L<--<?-- ~cr ~,~"'"-~~~~'{'l\"'\h8.~~~~
- ~~sol.~/:>J":l_Qh- ';)'13_t:<prso" ;_.,_~JfL~?'-::r-:e.~,,{:: c.~.!..().I:\$_.{(,_C!::!:\, 0-[
;!]. J..!/N - 0 b
~1:L~_~_es:\:...m.a:k._of: ~.s-ol-_~.I':--tL_c.on.sJ_~:::l;_~oJ_f.k,~,-d..~_
[f(o.ad_LL2a.k.~M.a:.,~ &r";'~ YCDd_~d_~c:>..bt_li \-:......~_~+_o-f-
.hid .} do J, ..b'd cb -k' C;.i Cl IZ 1:0
I _s~I&r=..7- _ca:xtJOf-a..o.'if g,gc. - / - ~c._ .,,"'ft---"(- .e.t:.... - .
e......b_L_"'Sk-~~~V""J._;_Se.f.l:\.~-{.~.""_:b...d-" ~ .L.x:J.Y.\.~_J.;m...._,,-.J79..1!<.C:s-.-
dc.v_C-ec~2"rLo:Ll.;d5.,
~'lS,~Y\-\.)101l1R~ ~v- ~\w ~V" ~\d-."~(l~ ~~~'v-~\<>..C-U"L\.~~'('~~~~,
'-...J
_L~' \!w,,- Db_ -B.-e.s:oJ.'!o.L.o.l'\.. 'Dh - ~..I/-~_a~Y.d.i.r:LZ1_<:.Db.:l-V""'C<.-d:- OJ...!...f:h.vt"": -z.;''''"g ~-
_(lJl~v--ta_~~_%~"rtd +Ju C ;:ty~Ler:tS. .f<?~~g..._'L_c..o_~~~+-_
kr:..-<:"'Qh...sk\.(.C-b.Ob, 01 dU3.:.d..'t<2. ~ruI. wdev NI.~.'O._~:_~_
!-C-=j~t.-t
i Pa- 2.. of' 2-
I
:::l....-D c[p
W~r ~ ~1~eLlt
):{~~Yd BQJ~ ~Cj-
2q-~-0I_ ~rfD---.---,--yon ~ CLAd ?a~fYl~ RoY"l-C1
Z6-~ ~'1je.e..rs. ~Frt
s- ~ oA _&s:aly..-tID'1-f?h~d. rr7_l?_~?;.~9-_l.MQr-f-<._--f:''D\'" :fbcE;dg&_
~~ tDcdclC..-t'V3..a.:.= ~o.-c."v.\.t1- _-cod~e.~t
I
I
I
I
I
-
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
2006 WATER MAIN REPLACEMENT - RIDGE
ROAD BORING 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
2006 Water Main Replacement - Ridge Road
Boring Project in said city at 7:00 p.m. on the 27th
day of June, 2006, said meeting to be held in the
Emma J. Harvat Hall in the City Hall. 410 E.
Washington Street in said city, or if said meeting
is cancelled, at the next meeting of the City
Council thereafter as posted by the City Clerk.
Said plans, specifications, form of contract and
estimated cost are now on file in the office of the
City Clerk in the City Hall in Iowa City, Iowa, and
may be inspected by any interested persons.
Any interested persons may appear at said
meeting of the City Council for the purpose of
making objections to and comments concerning
said 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.
I MARIAN K. KARR, CITY CLERK
/
/
.....,
0 =
=
;;Eo ""
<-
)>:::! c:::
z il
0 -
-In .r:- r
:<, m
m -0
-:D ::Jl: r-1
o~ '.J
;;E/'o. ~
):> N
-
--- ---
ENGINEER'S ESTIMATE
PROJECT: 2006 Water Main Replacement - Ridge Road Boring Project
DA TE: 6/13/2006
ENGINEER'S ESTIMATE
EXTENDED
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
1 Mobilization LS 1 $6,000.00 $6,000.00
2 Water Main Scrina LF 750 $90.00 $67,500.00
TOTAL EXTENDED COST $73,500.00
.....,
0 =
=
~
~O L.
>- s 11
::.;:! ~
C) - r
----10 ~
--<, in
m -0 r<
o:;&! :x \......1
.;:'^' r:ii
~ r'V
-
...
'--!l '-r......
'- c... L '
. . i
I l L~.i_... .~
7
?n~' ."., I 4 p,. 2 "I
y" . jj ;I'~ . "; : ,"
L." _,.} "'.'" ~ . '-
"-"""'y ""1 '-'-~-l/
LJII \_;Ltr-;;"\
,r,\' . "...y...... \ 'A
11 '{I!!\ ' ') I !! ild
V~-~I \.)1 J I\.,,~t
. ~,&-.
CITY OF IOWA CITY
,~, DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
,
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
2006 WATER MAIN REPLACEMENT- RIDGE ROAD BORING PROJECT
IOWA CITY, IOWA
I hereby certify that this engineering document was prepared by me or under my direct personal
supervision and that I am a duly licensed Professional Engineer under the laws of the State of
Iowa.
l\IJ\lllUll'l!I."f'~
SIGNED: DATE: ."'''\\O(r.:SSJO~.f~
~'::"'<t.~..o"""".".... ,;,I'~,
~ '" .. ^,.
..~()_).. 0.,\,," ~
t/ /.!j ~;. ". -t;.~.
--'JP fffp/ RONALD R. \%'%
;:::", . [' K.uJ- t . iI.f -260(; ~In: KI\'OCHE ~mE
~ =(J:" : rnE
-....... .. J~:::;-O .::()...
Ronald R. Knoche, P.E. ;.:.J... tv I .. Ii
.,' .. .. ::
... .. .. ...
City Engineer '\ ... ....i
'I ~ o. ." *
, Iowa Reg. No. 15570 ~~"'~ .0...... 1:J......,.........
""" IOVI/A. \\\\\'
IIIIUUIIIII"'\\
My license renewal date is December 31, 2006.
"
F11 L".::O
. iL.,__
TABLE OF CONTENTS ZG~S .!UN II. PH 2: 22
CITY C"F1<roe!Number
IOWA Ciff, ICNVA
TITLE SHEET
TABLE OF CONTENTS
ADVERTISEMENT FOR BIDS ... ........................ ............. ... ....... .......................... .... AF-1
NOTE TO BIDDERS ........... ........... ........... ... .......................... .................... ....... ...... NB-1
FORM OF PROPOSAL .......................................................... ............ .................. ... FP-1
BID BOND.. ...... ..... ........ ... ................... ... ............................................ ..... ................ BB-1
FORM OF AGREEMENT. .......... ............................................... ........... ......... ...... .... AG-1
PERFORMANCE AND PAYMENT BOND ...... ............ ......................... ......... ... ....... PB-1
'- CONTRACT COMPLIANCE
(ANTI-DISCRIMINATION REQUIREMENTS) ......... ........................ .... .............. CC-1
- GENERAL CONDITIONS... ................... ........................................... ..... .................. GC-1
SUPPLEMENTARY CONDITIONS ...... ........ ...... ... ... ....... ........................................ SC-1
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID
PROJECTS....................................................................................................... . R-1
SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
Section 01010 Summary of the Work ......................................................... 01010-1
Section 01025 Measurement and Payment ................................................ 01025-1
Section 01310 Progress and Schedules ..................................................... 01310-1
DIVISION 2 - SITE WORK
Section 02100 Site Preparation................................................................... 02100-1
Section 02220 Earth Excavation, Backfill, Fill and Grading......................... 02220-1
Section 02660 Water Distribution................................................................ 02660-1
Section 02750 Directional Boring & Drilling ................................................. 02750-1
, DRAWINGS
PLAN VIEW - WATER MAIN REPLACEMENT
.
Ridge Road 2006
"
FII cD
, .....L
ADVERTISEMENT FOR BIDS ?rr' 'UP I t Pri 2: 22
2006 WATER MAIN REPLACEMENT - RIDGE Lv".tJ J [i" f
ROAD BORING PROJECT CITY CLEhl<
Sealed proposals will be received by the City IOWA CiTY, IOWA
Clerk of the City of Iowa City, Iowa, until 10:00
A.M. on the 18th day of July, 2006, or at a later
date and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. Sealed proposals will be opened immediately
thereafter by the City Engineer or designee. Bids
submitted by fax machine shall not be deemed a
"sealed bid" for purposes of this Project. Pro-
posals will be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat Hall at
7:00 P.M. on the 18th day of July, 2006, or at such
later time and place as may be scheduled.
The Project will involve the following:
Boring approximately 750 linear foot of 8"
PVC Water Main. Pipe material and boring pits to
be supplied by City of Iowa City Water Division.
All work is to be done in strict compliance with
,- the plans and specifications prepared by City of
Iowa City Public Works - Engineering Department,
of Iowa 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 frorn the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a surety
in the State of Iowa, in the sum of 10% of the bid.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and- mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to the
-. City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
,. percent (100%) of the contract price, said bond tei
AF-1
;;
be issued by a responsible surety approved by the
," r::r'1 City, and shall guarantee the prompt payment of
-II all materials and labor, and also protect and save
I . L.J .
harmless the City from all claims and damages of
;;~; J.' 1'-, " . 2 any kind caused directly or indirectly by the
(I. : 22 operation of the contract, and shall also guarantee
C'" ./ the maintenance of the improvement for a period
I, I_~ _. c., \/\ of two (2) year(s) from and after its completion
'0':: r" 'I ICW'A and formal acceptance by the City Council.
' 0/ 1 ~ _ ! I
, . ,
The following limitations shall apply to this
Project:
Working Days: Q
Early Start Date: Julv 24. 2006
Late Start Date: AUQust 7. 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 Iowa City Public Works - Engineering Office,
410 E. Washington St., Iowa City, Iowa, by bona
fide bidders.
A $15.00 non-refundabie fee is required for each
set of plans and specifications provided to bidders
or other interested persons. The fee shall be in
the form of a check, made payable to Treasurer of
the City of Iowa City, Iowa. ..
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the ..
Iowa Department of Economic Development at
1515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with 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 Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities. .
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK -.
AF-2
.
"
"
NOTE TO BIDDERS
1. The successful bidder and ail subcontractors are required to submit at least 4 days pr!or to
award three references involving similar projects, including at least one' municipal
reference. Award of the bid or use of specific subcontractors may be denied if sufficient
favorable references are not verified or may be denied based on past experience on
projects with the City of Iowa City.
2. References shail be addressed to the City Engineer and include the name, address and
phone number of the contact person, for City verification.
3. Bid submittals are:
Envelope 1: Bid Bond
Envelope 2: Form of Proposal
~,
(5 (:;::">
. C ~:J
C','"
:;;~o '-
)::>:::::i = 11
, .~
..' 0-' - --
,.-
==10 ..,... I
.c<, ""'" in
[T1 r,
;:=:: :IJ .-- '.......1
~^ .....)
P I',,)
N
.
.
NB-1
..
. FORM OF PROPOSAL
2006 WATER MAIN REPLACEMENT - RIDGE ROAD BORING PROJECT
CITY OF IOWA CITY
NOTICE TO BIDDERS:
PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE
CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT.
Name of Bidder
Address of Bidder
TO: City Clerk
City of Iowa City
Civic Center
410 E. Washington SI.
Iowa City, IA 52240
The undersigned bidder submits herewith bid security in the amount of
$ , in accordance with the terms set forth in the "Project Specifications."
I .,
I .
I The undersigned bidder, having examined and determined the scope of the Cont,act
I Documents, hereby proposes to provide the required labor, services, materials and equipment
- and to perform the Project as described in the Contract Documents, including Addenda
, and , and to do all work at the prices set forth herein.
We further propose to do all "Ext,a Work" which may be ,equired to complete the work
contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work.
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
1 Mobilization LS 1.00 $ $
2 Water Main Boring LF 750.00
TOTAL EXTENDED AMOUNT = $
,...,
0 =)
c.'::)
<" 0.'
.<0 '-
~ ):::-~ L_ Il
0-< z
-
='/0 .;.- I
.-<, r-n
I II
.. rn ..,.,
~:D ,--,
'-'~ U
<........ ""
$; "oJ
N
FP-1
.
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows: .
NOTE: All subcontractors are subject to approval by City.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract
Documents and agrees that, in the event of any discrepancies or differences between any
conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the
more specific shall prevail.
Firm: Jo
Signature: ~
Printed Name:
Title:
<'\J
N :::f
- - N '-/ ::>
- - ~;: C~ Address:
, I ~ -:;~-
. - , -
~ . ",,-
-- ..::r ~. ~=
li- - . ,
. ----- '--
=-_..J u~
-,
'-':> Phone:
r'~ 0
,~
'....
Contact:
.
-
FP-2
..
BID BOND
. , as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the sum of
Dolla,s ($ ) to pay said sum as herein
provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
"-'
0 <=
conditioned on the Principal submission of the accompanying bid, dated = for
0"'
'-~O '-
2006 Water Main Replacement - Ridae Road Borina Project. :<:-:--.---::.. c:::
)..-""-J 11
-<,J ... ,.~
Cl -,. - r
=:jCJ ~
NOW, THEREFORE, /r- m
~--.....~ I -0
IT: r-l
---,I ::t!: \J
(a) If said Bid shall be rejected, or in the alternate, 97~ N
~
$; N
(b) If said Bid shall be accepted and the Principal shall execute and deliver a c'tihtract
in the form specified, and the Principal shall then furnish a bond for the Principal's
faithful performance of said Project, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects
perform the Project, as agreed to by the City's acceptance of said Bid,
.
then this obligation shall be void. Otherwise this obligation shall remain in full force and effect,
provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
~, the amount of the obligation stated herein.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the
Owner in the event that the Principal fails to execute the contract and provide the bond, as
provided in the Project specifications or as required by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time within
which the Owner may accept such Bid or may execute such contract documents, and said Surety
does hereby waive notice of any such time extension.
The Principal and the Surety hereto execute this bid bond this day of
,AD., 20_.
(Seal)
Witness Principal
By (Title)
(Seal)
Surety
. By
Witness (Attorney-in-fact)
Attach Power-of-Attorney
-
BB-1
.
FORM OF AGREEMENT
:-!h4iSfAGREEMENT is made and entered into by and between the City of Iowa City, Iowa .
L:::C'(jlty~'1I4nc.fl: ?: /? ("Contractor").
C . . \('{,h~ie1i~ the City has prepared certain plans, specifications, proposal and bid documents
10'-".'., ('!" ,.' nWA
dated the 14th day of June, 2006, for the 2006 Water Main Replacement - Ridge Road Boring
Project ("Project"), and
Whereas, said plans, specifications, proposal and bid documents accurately and fully
describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
1. The City hereby accepts the attached proposal and bid documents of the
Contractor for the Project, and for the sums listed therein.
2. This Agreement consists of the following component parts which are incorporated
herein by reference: ,
a. Addenda Numbers
...
b. "Standard Specifications for Highway and Bridge Construction," Series of
2001, Iowa Department of Transportation, as amended;
c. Plans;
d. Specifications and Supplementary Conditions;
e. Advertisement for Bids;
f. Note to Bidders;
g. Performance and Payment Bond;
h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects;
i. Contract Compliance Program (Anti-Discrimination Requirements);
j. Proposal and Bid Documents; and
k. This Instrument.
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. -
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):
.'
.. . ., .
I
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
,....,
=
0 =
"'~
'S:O '-
:;:- -- ,=
/=:;:J ~ ""T1
DATED this day of ,2~ -
---1 C) ,- j
..-<i ::2 iT1
ill r-\
0 5:D -'. '-.J
City Contractor -- /"- r"
.;;>
j; r-.,
"-' N
Bv Bv
/Title)
Mayor
ATTEST: ATTEST:
(Title)
City Clerk (Company Official)
Approved By:
City Attorney's Office
'.
0
AG-2
;;
PERFORMANCE AND PAYMENT BOND
-II C" ,
\ 1. ,_ J
, as
n.... ! (insgrt tfie l3alme and address or legal title of the Contractor)
I., ~.' ~
Pfincipal, h~reinafter called the Contractor and ---- ---
\,..... ' \~ ._L... ll\ (insert the legal title of the Surety)
IO'J r'-' 'OWA
,,\ v,l ,,11..
, as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of Dollars
($ ) for the payment for which Contractor and Sur aty
hereby bind themselves, their heirs, executors, administrators, successors and assigns. jointly and
severally.
WHEREAS, Contractor has, as of , entered into a
(date)
written Agreement with Owner for 2006 Water Main Replacement - Ridqe Road Bonn9. Pr:JJ8ct
and
WHEREAS, the Agreement requires execution of this Performance and Payment Cord. to
be completed by Contractor, in accordance with plans and specifications prepared J\' .
City of Iowa City Public Works - Enqineerinq Department, which Agreement is by reference made
a part hereof, and the agreed-upon work is hereafter referred to as the Project. .
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety m"y
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 ,n
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 Agreemert Of .
subsequent contracts of completion arranged under this paragraph). bufficient
PB-1
~
;
funds to pay the cost of completion, less the balance of the Contract Price, but not
. exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner. to
, ,
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of I ) 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. ,....,
0 =>
=
'"' c~
~O <-
SIGNED AND SEALED THIS DAY OF :r>-j 1= 'Tl
0-< -
20_ - [-
-iO ~
...._( ro-- " rn
ITl r--',
'5:::0 ~-
IN THE PRESENCE OF: ~ \..J
~^ r::>
)> N
~)
(Principal)
Witness (Title)
(Surety)
Witness (Title)
(Street)
':
(City, State, Zip)
.
{phone)
PB-2
.
FI' --,
. 1._1 .
- I. .) ,
"1( 1"14 P" 2 22
L: ,,'; yJ . II:
C -Y'" '/
II v:'" ':'l\.\
Ir\,I/;' ,~:.....: 'OWA
v. ~ \ .J! t " I
Contract
Compliance Program
.
.
~~
CITY OF IOWA CITY
.
,
:
.
SECTION 1- GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure
that applicants seeking employment with them and their employees are treated equally without. regard to
race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status,
and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
PROVISIONS:
1. All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by
another governmental agency) must abide by the requirements of the City's Contract Compliance
Program. Emergency contracts may be exempt from this provision at the discretion of the City.
Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the
City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
.:
3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants
are made aware of the City's Contract Compliance Program reporting responsibilities and receive the
,,' appropriate reporting forms. A notification of requirements will be included in any request for proposal
and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on
pages CC-2 and CC-3) or other required material must be received and approved by the City.
5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
7. All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code
section 2-3-1.
~,
i5 I~
C::.')
;2:0 <;J.....
'--
.J>~ c:
....., - 11
n-< --
-)n - f-
0<. ~- rTI
- ,
n-j -u
'i 0:0 =.0: r---,
'-'
:;~>^ N
'>
5> N
. N
CC-1
.
," .-") SECTION II - ASSURANCE OF COMPLIANCE
_, I I_I .
I : _: .'
"'c;r~ll fOII\-hi~ s~~ ~h the minimum requirements of a satisfactory Equal Employment Opportunity Program
- ''W ich /vi I b~ levlewea for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO
T~f~O.~~~~TING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT.
ICWiih f~s~ectlQ~'@ performance of this contract, the contractor, consultant or vendor agrees as follows:
(For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.)
a. The contractor will not discriminate against any employee or applicant for employment and will take
affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
payor other forms of compensation; and selection for training, including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. S 1608 et sea.) and relevant orders of the U.S. Secretary of
Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement. .
Where is this statement posted?
.
4. What is the name, telephone number and address of your business' Equal Employment Opportunity
Officer?
(Please print)
Phone number Address
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters.
~
.
CC-2
:
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
.
.", .,: ...
..,
,."
. The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name Phone Number
Signature Title
Print Name Date
:
..
r-.>
0 =
=
~o c~
'-
>-1 ~E !l
r- -<
,) - r-
=10 .::-
---< ,- """--1
' .
rn -0 . ,
O:I1 :T: r-~
'-../
.-c~/... N
->
:5> r."
r."
..
.
CC-3
.
r:'f I i-T
I '\sEctiON 11\ - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
.
~ "'1'" ,..
-r.'" .J'cbtt,p~~~p~~CY
\~:,brl~~~ur company's policy regarding equal employment opportunities. Document the policy and post
10, ., ilm:a 'tol1ls~Ml'ous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors asking their cooperation. The policy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
have a position in your organization which emphasizes the importance of the program.
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All
employees authorized to hire, supervise, promote. or discharge employees or are involved in such 'actions
should be trained and required to comply with your policy and the current equal employment opportunity
laws. .
4. RECRUITMENT
,
(a) Let potential employees know you are an equal opportunity employer. This can be done by
identifying yourself on all recruitment advertising as "an equal opportunity employer".
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment
will only perpetuate the current composition of your workforce. Send recruitment sources a letter
annually which reaffirms your commitment to equal employment opportunity and requests their
assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory
barriers.
(d) Select and train persons involved in the employment process to use objective standards and to
support equal employment opportunity goals.
(e) Review periodically jOb descriptions to make sure they accurately reflect major job functions. Review
education and experience requirements to make sure they accurately reflect the requirements for
successful job performance.
(f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this
information necessary to judge an applicant's ability to perform the job applied for?" Only use
job-related tests which do not adversely affect any particular group of people.
(g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job
related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal
interviews can be a major source of discrimination.
(h) Improve hiring and selection procedures and use non-biased promotion, transfer and training
policies to increase andlor improve the diversity of your workforce ,epresentation. Companies
must make sure procedures for selecting candidates for promotion, transfer and training are
based upon a fai, 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
I CC-4
. I ~ I
--= -~
:f~w!:llt~
. F1U:D '""~ ",lIIIlml;.
..,....
2006 JUN I" PH 2: h' '1). .City of ~
CI--V ('LE'=';' . .... ~ '. t~
II ,-) 11I\ ,
10W,\ CITY, IOWA
Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa
City Code of Ordinances which prohibits certain discriminatory
practices in employment. Please note that the protected
characteristics include some not mandated for protection by Federal
. or State law. As a contractor, consultant or vendor doing business
with the City of Iowa City you are required to abide by the provisions
- of the local ordinance in conjunction with your performance under a
contract with the City.
"
-
CC-5
-- -
.
2-3-1 2-3-1
::! Cfl -
I ' .
CHAPTER 3
" O' '.' 14 fi; 2: 23
L~JJ...IL..
DISCRIMINATORY PRACTICES
C -~, ~ ..,
JI,)' ,A~~. ,.,
to'i,'/' ,,-.-..--,/ li-\\!'/A
! .,'n _.d, II I\.;'\'
SECTION: C. It sha.1I be unlawful for any employer,
employment agency, labor organiza.
2-3-1: Employment; Exceptions tion or the employees or membe,s
2-3-2: Public Accommodation; thereof. to directly or indirectly lldver-
Exceptions tise or in any othe, manne, Indicate or
2-3-3: C,edlt Transactions; Exceptions publicize that Individuals are unwel-
2-3-4: Education come, objectionable 0' not. solicited
2-3-5: Aiding Or Abetting; Retaliation; for employment Qf membership be.
Intimidation cause of age, color, creed, disability,
gender identity, marital status, nation-
al odgin, race, religion, sex or sexual
orientation. (Ord. 95-3697, 11-7-1995)
2-3-1 : EMPLOYMENT; EXCEPTIONS:
D. Employment policies relating to p,eg-
A. It shall be unlawful for any employe, nancy and childbirth shall be governed
to refuse to hire, accept, register, by the following:
c1a.ssify, upgrade or refer fo, employ-
ment, or to otherwise discriminate in 1. A written or unwritten employment
employment against any other person policy or practice which excludes f,om .
0' to discharge any employee be. employment applicants or employees
cause of age, color, creed, disability, because of the employee's pregnancy
gende, Identity, marital status, nation- Is a prima facie violation of this Title. .
a/ origin, mce, religion, sex or sexual
orientation. 2. Disabilities caused or contributed to
by the employee's pregnancy, mlscar.
B. It shall be unlawful 10' any labo, orga. riage, childbirth and recovery the,e.
nizatlon to refuse to admit to member. from are, fo, all jOb-,elated purposes,
ship, apprenticeship or training an temporary disabll\t1es and shall be
applicant, to expel any member, or to treated as such under any health or
otherwise discriminate against any tempo,ary disability Insurance or sick
applicant for membership, app,entice- leave plan available In connection with
ship or training or any membe, in the employment or any written or unwrlt.
p,lvlleges, rights or benefits of such ten employment policies and practices
membership, apprenticeship or train. involving terms and conditions of
Ing because of age, color, c,eed, employment as applied to other tem-
disability, gender Identity, marital porary disabilities.
status, national origin, race, religion,
sex 0' sexual orientation of such ap- E. It shall be unlawful fo, any person to
plican! or membe,. solicit or require as a condition of
employment of any employee or pro.
897
Iowa. City .
.
CC-6
-~ - -
.
. 2-3-1 r-I' ~-) 2-3-1
I-J U= L
spective employee a test for the prose JUN I 4 fl1l1'1 ~':9ployer or employment agency
ence of the antibody to the human which chooses to offer employment or
immunodeficiency virus. An ag,ee. CITY CLE-a~r-ertise for empl~yment:to .only the
ment between an employe" emPI~,V,6 CTf. dff,~)~d or elderly. Any such employ.
ment agency, labor organization r" I . rtklit. r offer of employment shall not
their employees, agents or members discriminate among the disabled or
and an employee or prospective em- elderly on tt1C basis of age, color.
ployee concerning employment, pay c,eed, disability, gender identity, mari-
or benefits to an employee or pro. tal status, national origin, race, reli.
spective employee in ,eturn for taking gion, sex 0' sexual orientation. (O,d.
a test fo, the p,esence of the antibody 95-3697,11-7-1995)
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
epidemiologist determines and the if the employe' or members of the
Director of Public Health declares family reside therein during such em-
through the utilization of guidelines ploymen!.
established by the Center for Disease
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
to acqui,ed Immune deficiency syn. employer's family.
, drome poses a significant risk of
t,ansmission of the human Immunode- 5. To employ on the basis of sex in
ficlency virus to other persons in a those certain instances whe,e sex is a
. specific occupation. bona fide occupational qualification
reasonably necessary to the normal
F. The following are exempted from the ope,ation of a partlcula, business or
provisions of this Section: enterprise. The bona fide occupational
qualification shall be interpreted nar.
1. Any bona fide religious Institution 0 r rowly.
its educational facility, association,
corporation' or society with respect to 6. A State or Fede,al program de-
any qualifications for employment signed to benefit a specific age class!-
based on religion when such qualifica. fication which serves a bona fide pub-
tions are related to a bona fide reli- lic purpose.
gious purpose. A religious qualiflca.
tlon for Instructional personnel or an 7. To employ on the basis of disability
administrative officer, serving in a in those certain Instances where pres-
supervisory capacity ot a bona fide ence of disability is a bona fide occu-
. ,eliglous educational facUlty Or rell- pational qualification ,easonably nec.
gious institution shall be presumed to essary to the normal operation of a
be a bona fide occupational quallfica. particular business or ente'prlse. The
tion. (Ord. 94-3647,11-8-1994) bona fide occupational qualification
shall be interpreted narrowly. (Ord.
94-3647.11-8-1994)
.
897
Iowa City
.
I CC-?
---.-----
.
r-:I ir'
,-1'.'-:-. .) I
.
... .. ':' 14 P;; 2: 23 GENERAL CONDITIONS
...L;..J ~ -, I
C'. ., ., I
\ ~ I V~l..._~-l, '\
I "I r '-y '~\\IA
IJ\I\ \ .... t , i..)' ,'.
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended,
shall apply except as amended in the Supplementary Conditions.
.
.
.
.
I GC-1
I
. "j i-I
,I -.1
SUPPLEMENTARY CONDITIONS .......t_'-../
Z006 111" 14 PH 2: 23
ARTICLES WITHIN THIS SECTION '~ v'wn
CITY CLERI< .
lOW!... cln; IOWA
S-1 Definitions
S-2 Limitations of Operations
S-3 Insurance
S-4 Supervision and Superintendence
S-5 Concerning Subcontractors, Suppliers and Others
S-6 Compliance with OSHA Regulations
S-7 Employment Practices
S-8 Contract Compliance Program (Anti-Discrimination Requirements)
S-9 Measurement and Payment
S-10 Taxes
S-11 Construction Stakes
Caption and Introductorv Statements
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
. Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as
amended and other provisions of the Contract Documents. All provisions which are not so
amended or supplemented remain in full force and effect.
.
S-1 DEFINITIONS.
ADD to or CHANGE the following definitions within 1101.03 of the lOOT STANDARD
SPECIFICATIONS.
"ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his
authorized representative.
"OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council
and duly authorized agents.
"CONTRACTING AUTHORITY:' "DEPARTMENT OF TRANSPORTATION," or "COUNTY"
shall mean the CITY.
"lOOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as
amended.
S-2 LIMITATIONS OF OPERATIONS.
Add the following paragraph to 1108.03 of the lOOT STANDARD SPECIFICATIONS:
.
Except for such work as may be required to properly maintain lights and barricades, no work
. will be permitted on Sundays or legal holidays without specific permission of the ENGINEER.
R-1
---- -----
.
S-3 INSURANCE.
r-' , '-r'\
f-' I
I I -' .
A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION
r-" ~.. "t Il, ? ~;. 2: ~Jtore commencing work, the Contractor shall submit to the City for approval a
L__.! .-'.....
r"- .. <: ... Certificate of Insurance, meeting the requirements specified herein, to be in effect for
,....\~:I.' '_ '-:-: ,_I,;":'~e full contract period. The name, address and phone number of the insurance
Iv. ., . c., .. -U'., mpany and agent must accompany the certificate. The liability limits required
hereunder must apply to this Project only. ,
2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
3. Cancellation or modification of said policy or policies shall be considered just cause for
the City of Iowa City to immediately cancel the contract andlor to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or poliCies of insurance purchased by the Contractor to satisfy his/her
responsibilities under this contract shall inClude contractual liability coverage, and shall be in
the following type and minimum amounts:
Tvpe of Coveraqe
Comprehensive General Liability Each Occurrence Aqqreqate .
Bodily Injury & Properly Damage* $1,000,000 $2,000,000
Automobile Liability Combined Sinqle Limit .
Bodily Injury & Properly Damage $1,000,000
Excess Liability $1,000,000 $1,000,000
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa.
*Properly Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable.
The City requires that the Contractor's Insurance carrier be A rated or better by AM. Best.
In addition, the Contractor shall be ,equired to comply with the following provisions with
respect to insurance coverage:
1. The entire amount of Contractor's liability insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured .
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self-insured retention. .
R-2
.
3. If Contractor's liability insurance coverage is subject to any special exclusions or
. limitations not common to the type of coverage being provided, such eXclusioP/ pr -..
limitations shall be noted on the Certificate of Insurance. '...C L)
4. The City prefers that Contractor provide it with "occurrence form" liabi~4n&ura~~ pu 2- ~ 3
II . /
coverage. If Contractor can only provide "claims-made" insurance coverage, then the "-
Contractor must comply with the following requirements: . CITY. ClEo,<
,IOWA CITY -ic;w
a. If the Contractor changes insurance carriers, or if Contractor's. insurance . 1'\
coverage is canceled, during the contract period or within two years after City's
acceptance of the work, Contractor agrees to immediately notify the City of such
event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period,
Contractor shall be required to obtain replacement insurance coverage to fulfill its
obligation hereunder.
c. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
. d "Tail" or "prior acts" coverage so provided shall have the same coverage, with the
same limits, as the insurance specified in this Contract, and shall not be subject to
any further limitations or exclusions, or have a higher deductible or self-insured
. retention than the insurance which it replaces.
5. The City reserves the right to waive any of the insurance requirements herein provided.
The City also reserves the right to reject Contractor's insurance if not in compliance
with the requirements herein provided, and on that basis to either award the contract to
the next low bidder, or declare a default and pursue any and all remedies available to
the City.
6. In the event that any of the policies of insurance or insurance coverage identified on
Contractor's Certificate of Insurance are canceled or modified, or in the event that
Contractor incurs liability losses, either due to activities under this Contract, or due to
other activities not under this Contract but covered by the same insurance, and such
losses reduce the aggregate limits of Contractor's liability insurance below the limits
required hereunder, then in that event the City may in its discretion either suspend
Contractor's operations or activities under this Contract, or terminate this Contract, and
withhold payment for work performed on the Contract.
7. In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
suspend Contractor's operations or activities under this Contract, or terminate this
Contract, and withhold payment for work performed on the Contract.
. C. HOLD HARMLESS
1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
. officers, employees, and agents from any and all liability, loss, cost, damage, and
R-3
.
expense (including reasonable attorney's fees and court costs) resulting from, arising
F\~ '-T, out of, or incurred by reason of any claims, actions, or suits based upon or alleging
- ._' .'.J bodily injury, including death, or property damage rising out of or resulting from the .
,.... \' 2' G~tractor's operations under this Contract, whether such operations be by himself or
-;~ ...;...; '..." ~} F " . ~erself or by any Subcontractor or by anyone directly or indirectly employed by either of
..-
- ..., them
Ci-f'I' ...._chI'. .
\0\':,\ C\'~:. 2.0V-&ntractor is not, and shall not be deemed to be, an agent or employee of the City of
Iowa City, Iowa.
S-4 SUPERVISION AND SUPERINTENDENCE. .
Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS:
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per
day, seven days per week to respond to emergencies which may occur after hours.
CONTRACTOR shall provide to ENGINEER the phone number andlor paging service of this
individual.
S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS:
Bidders shall list those persons, firms, companies or other parties to whom it
proposes/intends to enter into a subcontract regarding this project as required for approval .
by the City and as noted on the Form of Proposal and the Agreement.
If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish .
documentation of all efforts to recruit MBE's.
S-6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 11 0?01 of the IDOT STANDARD SPECIFICATIONS:
The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910
(General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The
Contractor and all subcontractors are solely responsible for compliance with said regulations.
The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals
or materials that will be at the job site. The Material Safety Data Sheets will be submitted to
the Project Engineering prior to the start of construction and supplemented as necessary
throughout the project. This data is being provided for informational purposes only and does
not relieve the contractor of any obligations for compliance with applicable OSHA and State
laws regarding hazardous chemicals and right-to-know.
S-? EMPLOYMENT PRACTICES.
Neither the Contractor nor hislher subcontractors, shall employ any person whose physical or
mental condition is such that hislher employment will endanger the health and safety of them-
selves or others employed on the project.
.
Contractor shall not commit any of the following employment practices and agrees to include the
following clauses in any subcontracts: .
R-4
.
To discriminate against any individual in terms, conditions, or privileges of employment
because of sex, race, color, religion, national origin, sexual orientation, gender identity,
. marital status, age or disability unless such disability is related to job performance .of such
person or employee.
.
To discharge from employment or refuse to hire any individual because of sex, race, color,
religion, national origin, sexual orientation, gender identity, marital status, age, or disabi.\ity
unless such disability is related to job performance of such person or employee..
S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS).
For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's
Contract Compliance Program, which is included with these Specifications beginning on page CC-1.
S-9 MEASUREMENT AND PAYMENT.
Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines
all pay items and methods of measurement. The provisions of this section will supersede
applicable sections in the IDOT STANDARD SPECIFICATIONS.
S-10 TAXES.
Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of
Iowa City does issue tax exemption certificates to preclude the payment of sales tax. The
. Contractor shall submit the information necessary for the certificates to be issued. If tax
exemption certificates are not issued, prior to project acceptance by the City Council, the
Contractor shall submit to the Engineer a statement of taxes paid, including. all information
.' required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor
for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor
will occur within 30 days of the City receiving reimbursement from the State. Tax statements
submitted after the project has been accepted will not be accepted or reimbursed.
S-11 CONSTRUCTION STAKES.
Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following:
The Contractor shall be responsible for the preservation of stakes and marks. Any
necessary re-staking will be at the Contractor's expense and will be charged at a rate of
$75 per hour.
'"
0 =>
=,
::;Eo =,
<-
Y".=:j ~ Tl
-<
0 -
=in ..... f--
...-<r fT]
in ""'"
--0 ~ ,..-,
Q5;:: '....--1
'..,. N
. 5> N
W
.
R-5
.
.
SECTION 01010
SUMMARY OF THE WORK
Jl> ART 1 - GENERAL
General desc,iption, not all inclusive.
A. Base Bid Work:
1. Bore and install approximately 750 linear feet of 8" Certain Teed Certa-lok pye Pipe.
2. Pipe materials to be supplied by the City ofIowa City Water Division.
3. Boring pits to be constructed and backfilled by the City ofIowa City Water Division.
06106
shared\englneer\specs-ii\OIOIO
.
.
M
hJ ;of
N
r '/-'>
. . --"
-- -'~
"- "
-- , , -
-.
- ..::;- \. .; :~-=
L~= - ;-U
;=- ,-
.,",,-:r::
, '--'~-
, . ->
, 0
<'-.l
.
.
01010-1
.
F j! r::- -.,
. L. '- L.J
SECTION 01025
200& JUli I 4 p!J 2' "3
II . t..
MEASUREMENT AND PAYMENT
CTf CLCOj/
I u1 \
IOWA CITY, IOWA
PART 1- GENERAL
1.01 SUMMARY:
A. Procedures and submittal requirements for schedule of values, applications for payment,
and unit prices.
1.02 STANDARD OF MEASUREMENTS:
A. Work completed under the contract shall be measured by the Engineer. Payment will be
based on the actual quantity of work perfonned according to the various classes of work
specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity
to be present during measurement.
1.03 SCOPE OF PAYMENT:
-" A. The Contractor shall accept the compensation as herein provided as full payment for
furnishing materials, labor, tools and equipment and for perfonning work under the
. contract; also, for costs a,ising from the action of the elements, or from any unforeseen
difficulties which may be encountered during the execution of the work and up to the time
of acceptance.
B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a
unit cost basis. In either case, some 'work may be required for which a separate pay item is
not provided. Completion of this work is ,equired. If a separate pay item is not provided for
this work, it is to be considered incidental to the project and no separate payment will be
made.
PART 2 - PRODUCTS
2.01 NONE
PART 3 - EXECUTION
3.01 PROCEDURE:
A. Payment under this contract shall occur no more than once per month for work completed
by the Contractor. Payment is based on an estimate of the total amount and value of work
completed minus 5% retainage. It is not the City's policy to pay for materials and
equipment stored or furnishings fabricated off site.
.
The 5% retainage will be released 3 I days after the project is accepted by the City Council,
provided no claims against the project have been filed within 30 days of project acceptance.
. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of
claims.
01025-1
.
C~02: - J}ID ITEMS: .
.' '.
, I _:.../
A. GENERAL
, , /4 C''' 2 "3
C ,,'I.,. III : l.
The following subsections describe the measurement of and payment fo, the work to be
C ,. C '- ... done under the items listed in the FORM OF PROPOSAL
11'1 ' ...,......:.nl\
10" r,' , 'T'A
" ~', - \ \.... Ii., I', ,'v Each unit or lump sum price stated shall constitute full payment as herein specified for each
item of work completed in acco,dance with the drawings and specifications, including
clean up.
It is the Contractor's responsibility to identifY the locations of public and private utilities.
No additional compensation will be made for any interfe,ence or delay caused by the
placement and/or relocation of said utilities. No additional compensation will be made for
repair costs to fix damage caused by the Contractor or hislher Subcontractors.
Work associated with existing items on private and/or public property that a,e to be
protected, removed, relocated, replaced, reinstalled or modified is conside,ed incidental
unless it is listed as an item in the FORM OF PROPOSAL Existing items damaged or
unsuitable for relocation Or reinstallation will be ,eplaced with like item and painted, if
necessary, at the Contractor's expense.
All trees and shrubs shall remain and be protected from damage unless specifically noted as
"REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by .
the Engineer. The prices for those items which may have any impact on existing trees and
shrubs shall include compensation for special precautionary measures ,equired to prevent
injury or damage to said tree, shrub or root system. .
The prices for those items which involve grading or excavation shall include compensation
for top soil removal and replacement (unless it is listed as an item in the FORM OF
PROPOSAL), disposal of surplus excavated mate,ial, handling water, installation of all
necessary sheeting, bracing and temporary fencing around all open excavations and supply,
placement and compaction of specified backfill.
The p,ices for those items which involve surface removal adjacent to buildings or vaults
shall include compensation to protect exposed surfaces from water which may leak or seep
into vaults and/or basements.
All labor, materials and equipment required to bring surfaces to the proper elevation and
density including loading, hauling, and disposal of unsuitable material, below grade
excavation, borrow and hauling, placing, fonning, drying, watering and compaction of fill
material, and all such work as may be required to make the grading work complete with a
unifonn surface free of rock, broken concrete, tree roots, limbs and other debris is
incidental to this project unless it is listed as an item in the FORM OF PROPOSAL
The Contractor must pay for all pa,king pennit fees, meter hoods, lot and ramp fees, and
parking tickets. The Contractor must figure these costs into their bid prices. The City will
not waive pa,king fees or fines. Penn its paid for by the Contractor will be issued only for
construction vehicles, not personal vehicles. .
The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent
driveways, streets, sidewalks and private property, when mud and debris is deposited there .
as a result of any construction activity. The cost of clean up shall be incidental.
01025-2
.
B. BID ITEM DESCRIPTIONS
.
1. Mobilization
The unit price for mobilization will be paid via a lump sum based on a percentage of
site mobilization complete.
2. Water Main Boring
The unit price for this item will be paid based on the number of linear feet bored as
measured end to end of assembled pipe. Included with this item is boring and
installation of supplied carrier pipe.
The following items shall be considered incidental unless they are included with other
items listed in the FORM OF PROPOSAL. Reference Section 02665, Part 2.0 I and
Part 3.03 for City provided parts and services.
a. Temporal}' support of existing utility mains and service lines.
b. Repair or replacement of utility services damaged by Contractor.
c. Protection of existing valves so they are fully operational and accessible during
construction.
, The following items shall be furnished and/or supplied at no cost to the contractor by
the City ofIowa City Water Division.
.
a. 8" PYC water main carrier pipe, joint materials & fittings as necessal}'
b. Potholing existing utilities as necessary
c. Jacking pit excavation & backfill
d. Receiving pit excavation & backfill
e. Disposal of excavation and spoil material
f. Connections to existing water main & services
g. Testing and disinfe"ction of water main and water services
r-->
0 c.=>
06/06 ,=
cr>
shared\engineer\specs-ii\OI025.doc :2:0 <-
)> \ c:: II
~-
O~,. - --
===iO r I
.--< r:; -0 rn
f. ,---',
022 -... \~...J
.--- /, N
<:: N
, )> w
.
01025-3
.
:-=;! II'
j I L.!__.'__j .
"..~, '" . 14 0" ~ "3 SECTION 01310
Ll,.... ~ , . " I II L: '-
C: -\ I ...-', :~~..,
,I I ........,__ 1 :1\ PROGRESS AND SCHEDULES
1~' ~.. (y., :"V/A
v';,',. "-,,, "l\')
PART 1 - GENERAL
1.01 SUMMARY:
A. P,epare, submit and update as necessary a schedule ofthe work.
B. Time is of the essence. Minimizing inconvenience, disruption and duration of
disruption to residences and businesses is a high priority. Scheduling of work shall be
planned with this in mind.
1.02 SUBMITTALS:
A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of
the proposed' work with the controlling operation identified. The schedule shall include
proposed dates and durations of street closings. Work may not begin until the schedule is
approved by the Engineer. .
B. The Contractor shall submit updated construction schedules at two week intervals .
throughout the project.
PART 2 - PRODUCTS
None.
PART 3 - EXECUTION
3.01 MEETINGS PRIOR TO CONSTRUCTION:
A. A Pre-Construction meeting will be held prior to beginning wo,k.
3.02 PROGRESS OF WORK:
A. Work will be limited to five (5) working days. Saturdays will not be counted as working
days. The early start date is July 24, 2006. The late start date is August 7, 2006.
Liquidated damages of$100.00 pe, day will be charged on work beyond 5 working days.
B. 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.
C. Work will proceed in a well organized and continuous manner to minimize the disruption ,
to the general public (both pedestrian and vehicular) and the local businesses and residents.
Access to businesses and residences shaIlqe maintained at all times.
.
D. Construction will proceed in phases. The particular phasing sequence is outlined in the
project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub-
01310-1
I
.
. phase shall be sufficiently complete to allow reopening to the public, as detennined by the
Engineer.
E. Restoration activities such as pavement replacement will follow closely behind the work
even if multiple mobilizations a,e necessary.
F. The Contractor will become an active partner with the City in communicating with and
providing infonnation to concerned residents and businesses.
G. Work will be staged to minimize the length oftime parking spaces and parking revenue are
lost.
3.03 COORDINATION WITH UTILITIES:
A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead
of time. The Contractor shall work closely with the utility companies to aid in these
relocations to keep the project on schedule.
3.04 STREET CLOSINGS:
.
A. NotifY the Engineer four days in advance of street closings so that a press release can be
issued. No street may be closed without the Engineer's approval and said notification. No
. streets are anticipated to be closed with this project.
06/06
. shared\engineer\specs-ii\OI310.doc
'"
0 <=
C::;)
s: "'"'
-~O <-
)>=1 ~
0-':: 2 11
-
":;10 r- i
z........r- m
m -0
-:0 :x r-'
0- '-.j
-.::,/'.. ",
:r; r~,)
W
.
.
01310-2
.
e'l C')
I j l_.,' _ ~ J SECTION 02100 .
"" ~ # 'I ,
I- ~. . 14 F;; 2: 23
C 'i - '--v SITE PREP ARA nON
I ;. I . '~I.L,~:,\
J' ,. , C'. / '~\' 'A
r. i , '... , i
" "/ J....... ~
PART 1 - GENERAL
1.01 SUMMARY:
A. Furnish labor, material, tools and equipment to p,epare site as indicated and specified.
1.02 REFERENCES:
A. !DOT Standard Specifications.
PART 2 - PRODUCTS
None.
PART 3 - EXECUTION
.
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will confonn with the .
following divisions and sections of the !DOT Standard Specifications:
Division 2 L Earthwork, Subgrades and Subbases.
Section 210 L Clearing and Grubbing.
Division 25. Miscellaneous Construction.
Section 2519. Fence Construction.
3.02 EXISTING TREES, SHRUBS AND VEGETATION:
A. All trees, shrubs and vegetation shall ,emain and be protected from damage unless
specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by
the Engineer.
B. No construction materials and/or equipment are to be sto,ed, piled, or parked within the
t,ees' drip line.
C. Contractor is responsible for damage outside the limits of construction, and for t,ees,
shrubs and vegetation not designated for ,emoval. The Contractor's liability for tree and
shrub damage will be based on the appraised value, not ,eplacement value, and shall
include the cost of appraisal by a qualified a,borist.
.
.
02100-1
. 3.03 EXISTING STRUCTURES AND PROPERTY:
A. Remove existing signs and posts within the construction area as directed by the Engineer.
All pennanent traffic signs will be removed, stored, and replaced by the City of Iowa City.
Contractor shall provide 48 hour minimum advance notice for sign removal and for sign
replacement. 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
store any unique supports for mailboxes. Restore mailboxes and thei, supports to their
prior location and condition when road is reopened.
3.04 EXISTING FENCING:
A. Only fenCing designated by the Engineer shall be removed.
B. Sections of fence removed for construction shall be replaced per the applicable bid item. If
not addressed, replace with new materials.
3.05 EXISTING UTILITIES:
A. Contact approp,iate utility ,epresentative to verify the presence and location of buried
utilities in the construction area.
.
3.06 EROSION CONTROL:
. A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control.
11100 ,....,
shared\engineenspecs-ii\02100.doc 0 =
=
0'
:2:0 ,
I'> --; E -11
? , ~
-<- -
0 ,--
--; (j &"" ,
;:< r-- -ry "rT1
- ill r-.'l.
--\-, :ot \-.j
CJ~
~/' N
)> N
W
.
.
I 02100-2
I
.
-I' C'-
,-- I
, ,'._ _L- I .
SECTION 02220
.", .." It, 0." ^. "3
L..-'!..... r I j, (.. ~
c~~1~ EXCA V A nON, BACKFILL, FILL AND GRADUNG
'0\,",1 ,CI" ")V'A
I., I" 1.... .f
PART 1 - GENERAL
1,01 SUMMARY:
A. Excavating, placing, stabilizing and compacting earth, including trench and f{'{'k
excavation, addition of borrow and backfill, disposal of excavated I1HlIl'ri,'!' .'nJ f,'!" 'i..
strip, salvage and spread.
1.02 REFERENCES:
A. roOT Standard Specifications.
1.03 QUALiTY ASSURANCE:
A. Whenever a percentage of compaction is indicated or specified, u...~ pcr\,.'L'n: "f I d .::',\ 'I
density at optimum moisture as detennined by ASTM 0698-91, unk" ,,,,,,',: ,'II:." i" .
B. Borrow sites and materials shall be approved by the Engineer prior to use.
-
ll'ART2-PRODUCTS
2.01 MATERIALS:
A. Granular backfill material shall consist of Class A Crushed Stone. roOT Standard
Specification Section 4120.04 and Section 4109, Gradation No. 11.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section \\Iii ,-\J\IrnIJI. \\ih: ':11.-
following divisions and sections of the roOT Standard Specifications:
Division 21. Earthwork, Subgrades and Subbases.
All sections
Division 24. Structures.
Section 2402. Excavation for Structures.
3.02 TOPSOIL: .
A. Strip and stockpile topsojl from lawn, grass, and crop areas for "'LJrJ~1i.'L' JI.:.'::>l\J).,lh'\) .!Od
landscaping work. Strip topsoil to a unifonn depth to provide 'lllticicnt 'I' ,""".' ,'I .
material for placement of a minimum of 9 inches of topsoil for surface rest"r.,tioll " ld
02220-1
.
. landscaping. Protect topsoil from mixture with other materials such as aggregate and from
erosion. Removal of topsoil from the site is not permitted.
3.03 DRAINAGE AND DEWATERING:
A. Provide and maintain ample means and devices (including spare units kept ready for
immediate use in case of breakdowns) to intercept and/or remove promptly and dispose
properly of all water entering trenches and other excavations. Keep such excavations dry
until the structures, pipes, and appurtenances to be built therein have been completed to
such extent that they will not be floated 0' othenvise 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
pipes, flumes, or channels for water that may flow along or across the work site.
r--.>
C. Take all precautions necessary to prevent damage to the work by rain or QY..lwater ~ring
, the site, whether water entry be overland or by groundwater. :2: 0 ::::
)> I z Il
3.04 0-< -
TRENCH EXCA VA TION: ~n ;: I
) . . ""-1
.-<-::;:; -u I I
A G I I ~ ,--,
. enera - :.0 -- V
O-c-
.-/' N
~ ..
.' 1. Excavate trench by machinery to, or just below, designated subgra9>: when ]3.il'e is
to be laid in granular bedding or concrete cradle, provided that material rem'iribing
at bottom of trench is only slightly disturbed.
.
2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to
be laid directly on bottom of trench. Remove last of material to be excavated by
use of hand tools, just before placing pipe. Hand shape bell holes and fonn a flat
or shaped bottom, true to grade, so that pipe will have a unifonn and continuous
bearing. Support on firm and undisturbed material between joints, except for
limited areas where use of pipe slings have disturbed bottom.
B. Protection
1. Barricade and fence open excavations or depressions resulting from work during
non-working hours and when not wo,king in immediate area.
C. Trench Width
1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep
sides of trenches firm and undisturbed until backfilling has been completed and
consolidated.
2. Excavate trenches with vertical sides between elevation of center of pipe and
elevation I foot above top of pipe.
, 3. Refer to plans for allowable trench widths within the pipe envelope for various
types, sizes and classes of pipe.
. D. Trench Excavation in Fill
02220-2
---..-
--.-----
.
r-I' --j
l-;;_.~:__ 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe .
when pipe is to be laid in embankment or other recently filled areas. Take
,..-..... 1"11 r " 2 "4 particular care to ensure maximum consolidation of material under pipe location.
L. ...\." 1'4 j If : L.
Excavate pipe trench as though in undisturbed material.
C:~,' , , -, '/
'II 1..... LI.i\
''''J'' ('. , 'Ey VA Excavation Near Existing Structu,es
p,_" . ,'\ \..J; 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
necessary for doing work properly.
F. Disposal of Unsuitable Soil
1. The Contractor shall notifY the Engineer and Iowa Department of Natural
Resources (DNR) if soil contamination is found or suspected during excavation.
2. Soil disposal and ,emediation method shall be an option outlined in the /DOT
Construction Manual Section 10.22, and approved by the Iowa DNR and City. The
Contractor is not to proceed with soil removal and remediation measures until
instructed by the Engineer.
.
3. Disposal site to be provided by the Contractor and approved by the Engineer and
Iowa DNR.
.
4. Contractor is responsible for completing and filing all necessary Federal, State and
local government agency fonns and applications.
G. Care of Vegetation and Property
1. Use excavating machinery and cranes of suitable type and operate with care to
prevent injury to trees, particularly to overhanging branches and limbs and
unde,ground root systems.
2. All branch, limb, and root cuttings shall be avoided. When required, they shall be
perfonned 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 not leave frayed, crushed, or tom edges on any roots I" or la,ge, in
diameter or on any branches. Frayed edges shall be trimmed with a utility knife.
Do not use tree paint or wound d,essing. If conflicts with large roots and branches
are anticipated, notifY the Engineer.
3. No construction materials and/o, equipment are to be stored, piled, 0' parked
within the trees' drip line.
4. Excavators and loaders used on brick surfaces shall be limited to those with
rubberized tracks or rubbe, ti,es.
5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces
.
when treads or wheels can cut 0' damage such surfaces.
02220-3
.
I 6. Restore all surfaces which have been damaged by the Contractor's ope,ations to a
condition at least equal to that in which they were found before work commenced.
Use suitable materials and methods for restoration.
7. Aerate all grassed and planter a'eas compacted by construction activities.
8. Utility lines, including drainage tiles, encountered shall be ,estored in one of the
following ways:
a. Repair or otherwise reconnect the utility across trench after trench has
been backfilled, provided adequate drainage gradient is maintained, if
applicable.
b. Connect drainage tiles to nea,est stonn sewer.
The Contractor shall document the location and elevation of any utility lines
encountered. The Contractor shall notify the Engineer whenever a utility is
. encounte,ed and submit the proposed method of restoring the utility for review and
approval.
All utility repairs shall be made prior to backfilling the trench.
H. Water Services
,
1. Pennanent copper water service lines which are damaged (cut, nicked, bent,
. crimped, crushed, etc.) shall be replaced from the water main to the curb box with
new copper service pipe, without any joints. The cost for this work shall be at the
Contractor's expense.
2. In any excavation where existing lead or galvanized iron water services are in the
excavation or disturbed area, the Contractor shall replace the existing lead or
galvanized piping with new I-inch or larger coppe, water service pipe from the
water main to the curb box. The Contractor will be paid per the applicable bid
item. If there is no bid item, the unit price for the replacement of the water service
shall be negotiated prior to commencement of the work.
3. When water service is disrupted, the Contractor shall make a ,easonable attempt to
restore the service within two hours.
4. Water service pipe shall be type k soft copper.
3.05 ROCK EXCA VATION:
A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard
Specification Section 2102.02. "-'
0 =
'"'>
B. Explosives shall not be used for rock excavation. <: "'"'
<...0 ,-.
p- c
. --1 ;:: 11
0< -
, ='0 ..,.. r--
~~
- , fTJ
. r-o ."
"
O~ ::0: "
;:E-^- '>? \.......J
):> N
-
02220-4
-------
,
3.06 BA~KFlLLING: I
A. General
I. Do not place frozen materials in backfill or place backfill upon frozen material.
Remove p,eviously frozen material or treat as requi,ed before new backfill is
placed.
B. Backfilling Excavations
1. Begin backfilling as soon as practicable and proceed until complete.
2. Material and Compaction
a. Paved Areas: Under and within 5 feet of paved surfaces, including streets,
_"t sidewalks and driveways, backfill shall be Class A crushed stone placed in
'" :::C
N - -~- one foot lifts compacted to 95% Standard Proctor Density. The top 12
.........,.-..;:> inches directly below paved surfaces shall be Class A crushed stone
,..'" . .....,
- .:.:::~
- ~ _I compacted to 98% Standard Proctor Density. If under pavement, backfill
,-- -"- ......~
_7 ,-' to bottom of the subgrade. If not under pavement, backfill to within 12
- ' ..1--=
- ':J inches of finished surface.
L_ . .
- .~
- -
, 0-" b. All other areas: Backfill shall consist of suitable job excavated material
::--- ,
, 0 placed in one foot lifts compacted to 90% Standa,d Proctor Density. If
""
excavated mate,ial is unsuitable, backfill with Class A crushed stone to
within 12 inches of finished surface. .
c. Do not place stone or rock fragment la,ger than 2 inches within 2 feet of
pipe nor la,ge, than 12 inches in backfill. Do not drop large masses of
backfill material into trench.
C. Backfilling Around Structures
1. Do not place backfill against or on structu,es until they have attained sufficient
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.
2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted
to 95% Standa,d Proctor Density unless otherwise indicated or specified.
3.07 UNAUTHORIZED EXCA VATION:
A. When the bottom of any excavation is taken out beyond the limits indicated or specified,
backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard
Proctor Density.
.
.
11100
snued"<tngineet\:>pecs-ii\02220.doc
02220-5
,
. SECTION 02660 Fil H)
I L--.. f_
WATER DISTRIBUTION 200& JUN I 4 P/1 2: 24
CITY CLERK
PART 1 - GENERAL lOW;". C!TY, IOWA
1.01 SUMMARY:
A. Furnish, install and test water distribution system as indicated and specified.
1.02 REFERENCES:
A. This specification refe,ences the following documents. In their latest edition, the referenced
documents fonn a part of this specification to the extent specified herein. Iil case of
conflict, the requirements of this specification shall prevail. One copy of all references
ma,ked with a ... shall be kept on the site, readily available and accessible to the Engineer
during nonnal working hours. Copies may be obtained from the organizations or from the
Iowa City Water Division at cost plus 15%.
B. City ofIowa City Water Division
.
L Refe,ence Manual
. C. American National Standards Institute and Ame,ican Water Works Combined Standards:
1. ANSIIAWWA-CI04/A21.4: Cement-Mortar Lining for Ductile-Iron Pipe and
Fittings for Water
2. ANSIIA WW A-C105/A21 .5: Polyethylene Encasement for Ductile-Iron Pipe
Systems
3. ANSIIA WW A-C I I 0/A21.1 0: Ductile-Iron and Gray-Iron Fittings, 3-inch through
48-inch, for Water and Other Liquids
4. ANSIIA WW A-CllI1A2 1.1 I: Rubber-Gasket Joints for Ductile-Iron Pressure Pipe
and Fittings
5. ANSIIA WW A-CI50/A21.50: Thickness Design of Ductile-Iron Pipe
6. ANSIIAWWA-CI51/A21.51: Ductile-Iron Pipe, Centrifugally Cast, for Water or
Other Liquids
7. ANSIIAWWA-CI53/A21.53: Ductile-Iron Compact Fittings, 3-inch through 24-
inch, and 54-inch through 64-inch for Water Service
. 8. ANSIIA WW A C502: DIY-Barrel Fi,e Hydrants
,
. 9. ANSIIA WW A C504: Rubber-Seated Butterfly Valves
10. A WW A C509: Resilient-Seated Gate Valves for Water Supply Service.
02660-1
.
FI' '--1
' -I
I ,. .1_
II. ANSI! A WW A C51 0 Double Check Valve Backflow-Prevention Assembly "
,.-... I'''' .,. to 2' "I
, J...._. I", 'I. . ,--1
12. ANSI! A WW A CS II Reduced-Pressure Principal Backflow-Prevention Assembly
DB, ~ -"
,j' ... __L:.IIo\ ANSI! A WW A CSSO: Protective Epoxy Interior Coatings for Valves and Hydrants
1'1' '," (""C"'A 13.
L, , '-,I,., I.:.J
14. ANSI!AWWA C600***: Installation of Ductile-Iron Water Mains and Their
Appurtenances
IS. ANSI!A WWA C6S1 ***: Disinfecting Water Mains
16. ANSI!A WW A C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4-inch through 12-
inch for Water Distribution
D. American Water Works Association:
I. A WW A Manual M23***: PVC Pipe-Design and Installation
2. AWWA Manual MI7***: Installation, Field Testing, and Maintenance of Fire
Hydrants
E. Ame,ican Society for Testing Materials:
.
I. ASTM D2241
F. Manufacturers Standardization Society: .
I. MSS-SP-58 Pipe Hangers and Supports, Materials Design and Manufacture
2. MSS-SP-69 Pipe Hangers and Supports Selection and Application
G. Un i-Bell PVC Pipe Association:
I. UNI-B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride
(PVC) Pressure Pipe (nominal diamete,s 4-36 inch) complying with A WW A
Standa,d C-900 or C-90S.
1.03 SUBMITTALS:
A. Submit to the Engineer the following drawings or details for approval prior to installation.
One copy of each with the approval stamp shall be kept at the work site at all times.
B. Shop and Working Drawings:
I. Pipe layout with valves, fittings and hydrants shown
2. Valves
.
3. Hydrants
4. Fittings
.
S. Bolts
02660-2
,
, 6. Joints FlLtD
7. Tapping sleeves, couplings, and special piping mate,ials.
10U6 JUN I 4 P" 2' ')4
8. Polyethylene n . L
9. Thrust block designs and details CITY CLERK
10. Special backfill IOWl,,- CITY, IOWA
c. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard
for all piping materials.
D. Manufacturer's Literature:
1. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners .
and other accessories.
2. Brochures and technical data and coatings and linings and proposed method of
application.
E. Plans for initial operations and final operations: Special prepared drawings and typed list of
sequences of steps a,e needed prior to any operation of water distribution system. Submit 2
weeks prior to date of planned operation.
.
1.04 QUALITY ASSURANCE:
. A. Enginee, reserves the right to inspect and test by independent service at manufactu,er's
plant or elsewhere at Engineer's expense.
B. Contractor shall conduct visual inspection before installation.
1.05 TIME:
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.
B. Amount of advance notice required to the Iowa City Water Division when materials or
services are supplied by the Division a,e listed below. Serve notice to the Water Division at
356-5160.
1. For tapping service, provide 24 hours notice.
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.
.
PART 2 - PRODUCTS
,
. 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 and found in Appendix A.
If there is a disc,epancy between the Iowa City Water Division Refe,ence Manual and Appendix
02660-3
- -~-
.
III r-r",\
1-: I ,.- 'PI.: the Iowa City Water Division Refe,ence Manual prevails. ,
" u , ' '~ F' Jc~1
. . . u_ 2.'0' . 'J') . mE-IRON PIPE:
C! ;'; ,:"i:.;";< Thickness design shall conform to ANSIIA WWA C150/A21.50.
10 " ,- " I('''J'/A
. ." l.... T, l....I ~
B. Manufacture shall conform to ANSII A WW A C 1511 A21.51.
C. Thickness for direct bury piping, unless otherwise indicated or specified, shall be class 52.
D. Thickness for pipe suspended from structures and bolted 0' ,estrained joint pipe, unless
otherwise indicated or specified, shall be class 53.
E. Cement mortar lining shall conform to ANSIIA WW A Cl 04/A21A.
2.03 DUCTILE-IRON PIPE JOINTS:
A. Single rubber-gasket push-on joints or mechanical joints conforming to ANSII A WW A
C II J 1 A21. J J. Furnish with all necessary hardware and gaskets.
B. Bell-and.spigot pipe joints conforming to ANSI A2 J.6 or ANSI A21.8.
e. For boltedlrestrained mechanical joint, use Griffin Bolt-Lok ,estrained joint or approved .
equal.
D. For unbolted/restrained mechanical joint, use Griffin Snap-Lok restrained joint or approved .
equal.
E. Do not use drilled & tapped retainer glands.
F. Plain end of push-on pipe factory machined to a true circle and chamfered to facilitate
fitting gasket.
2.04 POLYVINYL CHLORIDE PIPE:
A. Pipe shall conform to ANSII A WW A C900 and shall be thickness class DR 18 (Class 150).
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.
S. PYC pipe materials shall not be used in any area whe,e there is likelihood the pipe will be
exposed to concentrations of pollutants comprised of low molecular weight petroleum
products or organic solvents or vapors.
C. pve pipe shall not be installed under public roadways and shall not be used around
cul-de-sacs or other small radius curves.
2.05 FITTINGS:
.
A. All fittings shall conform to ANSIIAWWA Cl10/A21.10, with pressure rating of Class
250. .
B. Mechanical-joint fittings shall be ductile iron compact ANSIIAWWA CJ53/A21.53 or
02660-4
.
. , ductile standard ANSIJA WWA CllO/A21.1 O. Large fittings, l2-inch through 20-inch shall
be ductile iron standard ANSIIAWWA CIlO/A21.l0. Swivel tees shall be ductile iron
standard ANSII A WW A C llO.A21.1 O. Where ductile iron is not available (i.e., offsets),
cast iron standard ANSII A WW A C II 01 A21.l 0 shall be provided.
C. All fittings shall be bituminous coated inside and outside and shall be furnished complete
with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor-
Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application
of the lining materials.
2.06 VALVES & VALVE BOXES:
A. Gate valves shall conform to ANSIJ A WW A C509.
1. Valves shall be full line size gate valves with epoxy coating inside and
outside and contain stainless steel nuts and bolts.
2. Valve bodies shall be ductile iron or cast iron. Working pressure of the
valve shall be at least 200 psi and gaskets rated at 250 psi.
3. Valves shall have a standard 2-inch square operating nut and shall open left.
. 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 thrust collar made of
bonze.
B. Butterfly valves shall conform to ANSV A WW A C504, for buried service,
Class 150B.
1. Valve seat to be installed on disk or valve body.
""
2. Butterfly valves shall not be utilized in sizes smaller thari56", un1el;s so
..- en
noted on the plans. ::?; 0 L
.J.->=~ ~ 11
3. Working pressure of the valve shall be at least 150 psi. ~ ~ ;: I'
- , fTl
m ~ I
4. Valves shall be short body pattern with mechanical joint endt) 2:2 ::n:: 0
$/' N
"'- .,
5. Shaft seals shall be o-ring type. )> r;-;.
6. Valve shall have manual operator with a 2" square operating nut for
operation of the valve and shall open left.
. 7. All interior and exterior cast iron, ductile iron or steel surfaces shall be
.I painted with an epoxy coating and contain stainless steel bolts and nuts.
.
C. Tapping Valves shall be as specified for resilient-seated gate valves with the
exception that one end shall be mechanical joint and the other end shall be flanged
I 02660-5
f
F:r.Fr)
to match the tapping sleeve and shall have oversize seat rings to permit entry of the ,
",. ~ ~ '''', (l
.... ...'.... ~ ;: :; 2: ~t:lping machine cutters.
C', .~. "( l. Tapping valves be 175 psi minimum working pressure.
_J.M'_' of'
f0\"~ r'-y 1,-., ~'~
1.....,..,"\ ,. I I 1,..10''1 Valves shall be epoxy coated inside and outside with stainless nuts and
bolts.
3. Valves shall be furnished with all joint accessories.
D. Valve Boxes shall be 2-piece or 3-piece slip type, range 51" to 71". Use lids marked
IIwater".
2.07 HYDRANTS:
Specification standard: ANSI! A WW A Standard C502
Type of shutoff: Compression
Type of construction: Break flange or break bolt above the ground line and a
breakaway stem connection. All bolts to be stainless steel.
Main valve opening: 4Y, inches for 12" water main and under 5y. inches for 16" .
water main and above
.
Nozzle arrangement 3 nozzle, two 2 Yz-inch hose nozzles and one 4Yz-inch
and size pumper nozzle, with caps attached with chains
Nozzle thread: National Standard Hose Threads
Type of inlet connection: Mechanical Joint
Size of inlet connection: 6 inch
Depth of bury: Depth of bury shall be 6 feet
Direction of opening: Open to right (clockwise)
Packing: Conventional or a-Ring
Size and shape of I y, inch, standard pentagon
operating nut:
Working pressure: 250 psi
Color: Safety Red .
.
02660-6
:)
,
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.
O. 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 00 requirements for Class A, B, C, or 0 pit cast pipe.
3. Shall be furnished complete with all accessories.
4. Required for 12" and larger pipe or under paving.
.
E. Stainless Steel Tapping Sleeves:
. I. Shall be epoxy coated with ductile-iron flange and stainless steel bolts.
2. Shall meet the 00 requirements for class A, B, C, or 0 pit cast pipe.
3. Shall be furnished complete with all accessories.
4. Shall be compatible with Mueller, Clow, Kennedy, or U.S. Pipe
F. Stainless Steel Repair Clamps:
I. All stainless steel, single section, double section, or triple section, depending
upon size of main.
2. Shall have stainless steel boIts and nuts.
0 "-,
,=
2.09 GASKETS, BOLTS, AND NUTS: =
- ~
~C) ;:,
i>-
A. Mechanical joints made with: - --I :z 11
0--< -
::<0 ~ !
I. Bolts: 3/4 inch NSS Cor-BLUE. ' I ITI
m :2
622 ~ r:
. Bolt studs with nut on each end. ;2:" N '---'
2.
~ )> N
-
. B. All thread rod used to ,estrain fittings shall be stainless steel and 3/4" diameter.
02660-7
r
F: 1_~i) ,
2.10 LOCATlON WIRE:
o. . " , ~ L:. ,.. . 2 .....,
I.. ~ . J \J ~'. : 'i6cation wire shall be #12 solid copper, THHN insulation in yellow or orangc colc'L
(' '-.---',
'~", 2.~I ::;LW~fI..R:
lv, '. ,_ I I, . ~~ j.'
A. Lumber for bracing or supports shall be hardwood (Le. oak or maple). Do not usc ercosolcd
lumber in contact with piping materials.
2.12 WATER:
A. Reasonable amounts of water will be provided for use in the final ope.atiol" " \I ,,\., ;,1;;"1
flushing, disinfection and testing. Prior notice must be given to the ":a'er D:,:, i,,'
B. Contractor will not be charged for the wate, used as long '" thcr, IS re.b"',d:;, .:".. 10
control and conserve the rate and volume used. If there is waste flr l;.:tr""'Ie"~nL .. ("ll!",:C:)
will be charged for water.
PART 3 - EXECUTION
3.01 REFERENCES AND DOCUMENTS:
A. Contractor must have all required documents on the site beforc :,'''H11.'l '1110 ILL ". . .
B. Valves, fittings, hydrants and ductile-iron pipe shall be installed in accordance with
ANSIIA WW A C600 except as noted herein. .
C. PVC pipe must be furnished and installed in accordance with A WW A M23 and Uni-Bell
PVC Pipe Association UNI-B-3-88 except as noted herein.
D. Contractor must prepare and retain a set of "as-built" drawings on the job site with accurate
and current information on the location of all valves, pipe and special c01lstructinn rC.lttlr.~ .
Examples of special buried features would be:
1. Offsets in alignment.
2. Changes in depth, depth greater than 8 feet or less than 5 feet.
3. Special fittings or construction materials.
3.02 RECEIVING, STORAGE AND HANDLING:
A. The Engineer may mark materials which a,e found on lhe j, I ,1, .!l" ,1,.1'1 I'"
determined to be defective or not approved. The marking may he done with spray In;nl
The Contracto, shall promptly remove defective or unappro\ ,'d Ill""r;:.;, I"",, _' ~!it
B. While unloading PVC piping materials:
1. Do not allow the pipe units to strike anything. .
2. Do not handle pipe units with individual chains or sing,," ,'ahlcs. C\CII ;f I'" ldcd.
.
3. Do not attach cables to pipe unit frames or banding for lift II1g.
02660-8
!~
-,
. C. Within the "Storage" language of A WW A M23, change "should" to "shall."
D. Within the "Handling" language of A WW A M23, change "should" to "shall."
3.03 LOCATION, ALIGNMENT, SEPARATION & GRADE:
A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown
on the plans or as directed by the Engineer.
B. Contracto, shall have all buried utilities located by the 1-800-0NE-CALL service and shall
do exploratory excavation as necessary to determine specific conflicts between existing
utilities and new water main. No extra compensation will be allowed for the exploratory
excavations.
C. Water main shall be installed a minimum depth of cover of 5 Yz feet.
D. Water mains crossing sewer services, storm sewe,s or sanitary sewers shall be laid to
provide a separation of at least 18 inches between the bottom of the water main and the top
of the sewer. Where local conditions prevent this vertical separation, the water main shall
not be placed closer than 6 inches above a sewer 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 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.
.
.....,
E. N? ~ater pip~ shall pass th~ough or come in contact with any part of a ~er ma~le. A
mmlmum hOrIzontal separatIOn of 3 feet shall be mamtamed. ::2: () ,_ .
)> J c:. 11
-'"'_ I
F. All PVC water main and ductile iron water main with greater than 4.~-feet Iletweeu'
features that extend to the surface (such as hydrants 0' valve boxes) shall ~ fliarkeawith ~rl I
wi,e for the entire length to make electronic location possible. -:..._ r:g ~ ;~-, I
O,"'~ '-J
_",r, N
I. The wi,e shall be installed continuously as the pipe is backfilled. Je wi,e ~all be
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
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 tracer wire terminal box. These boxes shall be located between the
hydrant and the hydrant valve with at least two feet of extra wire inside the
box. Install the terminal box perpendicular from the hydrant and parallel
with the valve box, one-foot from the hydrant base. The tracer wire terminal
. box must be installed flush with the finished grade. If there is no fire hydrant
.I within 500 feet, bring the wire to the surface in a "daylight box" which is a
full-size valve box and mark the drawings appropriately.
.
02660-9
"
r- . ,-,'\
i-
3.04 'PIPE BEDDING AND BACKFILLING: .
'..... . , f lA, 2: ~Ductile-iron pipe bedding shall conform to the project plan details Or as otherwise specified
' _ _ oJ ... ~ .. I L}
or directed by the Engineer.
I "'.' - _"/
I...JII 1 \.JLC. :;\
lei ......:;, C::Y, a~)'NApvc pipe bedding shall conform to UNI-B.3-88 laying condition Type 2 including hand
excavation for the bell holes. The bedding shall be loose, natural, fine soil which is
compacted by stomping on the soil along the sides of the pipe to the top of the pipe.
C. Trench width within the pipe envelope shall conform to the plans or as directed by the
Engineer.
D. Set valves and hydrants on precast concrete bases.
3.05 PIPE RESTRAINT:
A. Thrust Restraint:
I- For pipe smaller than 10" diameter, concrete block shall be used, placing the
concrete block next to the fitting and undisturbed soil. For 10" and larger diamete,
pipe, blocking shall be by cast-in-place conc,ete. Cover fittings and joints with 10
mil. polyethylene before placing concrete. Brace fittings with hardwood lumber to
prevent shifting before placing concrete. .
2. Do not pour excess concrete on top of pipe and fittings.
.
B. Socket Pipe Clamps, Tie Rods, and Bridles:
I- Where indicated 0' necessary to prevent joints or sleeve couplings from pulling
apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles.
Bridles and tie rod diameter shall be at least 3/4 in. except where they replace
flange bolts of smaller size with nut on each side of flange.
C. Dead Ends
I- Pipe ends or fittings left for future connections shall be plugged or capped using
materials supplied by the pipe manufactu,er.
2. All pipe ends or fittings left for future connections shall be blocked against thrust.
3.06 JOINTS AND COUPLINGS:
A. Push-on Joints:
I- Inspect bell grooves and clean to assure complete gasket seating.
2. Use extreme care to prevent separation of joints al,eady installed.
.
3. Do not use push-on joints when boring. Griffin Snap-Lok shall be used in casing
with locking rubbers. .
02660-10
--
,
, B. Mechanical Joints:
1. The range of torque for tightening bolts which is indicated in ANSVA WW A C600
may be somewhat affected by the temperature. On cold days, mo,e torque may be
requi,ed.
2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of
the flanges. An average worker should not use a wrench longer than 10 inches.
3. On PVC pipe connections to MJ joints, cut the bevel off the end ofthe PVC pipe to
get full pipe diameter in the joint.
"-'
0 =
4. Do not deflect pipe at joint. =
"'"'
~~ <-
= -n
c. Sleeve-Type Coupling: -0'
n-< ~
- ~-
-10 r i
1. Clean pipe ends for distance of 12 inches. :<, -n [Tl
n, r-\
-:0 :3:
2. Use soapy water as gasket lubricant. Q 7; '-...1
<: N
3. Carefully mark and place the sleeve coupling in the center of the jOint. N
r
3.07 TAPPED CONNECTIONS UNDER PRESSURE:
.
A. Follow manufacturer's installation instructions.
.
B, Tapping mains for new connections 4-inch to 8.inch in diameter and larger may be done by
the Water Division or by a subcontractor at Contractor's cost. If by Contractor or a
subcontractor, the City must approve the personnel, materials, and method in advance of
the work. Water Division staff must be on site at the time of the tap.
C. A new and site specific tapping application must be prepared for each tap ,egardless of
size, and submitted to the Wate, Division. The tapping application must be completed and
include location, name, and address of water customer, schematic drawing, and materials of
construction.
3.08 POLYETHYLENE ENCASEMENT:
A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil
polyethylene encasement in accordance with ANSVA WWA C205/A21.5 installation
methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where
PVC main could not be used.
3.09 HYDRANT INSTALLATION:
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.
.
B. Before installation, clean piping and elbow of any foreign matter.
0
. C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to
vehicles. A set-back of 4 feet from the curb line is recommended.
02660-11
~
F1J Co'\ >
j ---. -_./
,
I ...,....~ :"" IpJ p Orient[lhe hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18
I "'v _... , ..,
, "in'ci,.€s above finished ground. The break-off flange should be no more than 6 inches above
C. I 'i \..~.E,-~und. The,e shall be no obstructions to fire hose connections.
'0"" ~. 'I 'n\'~
I " ~(. :' I, I"n\~ ase elbow shall be placed on solid precast concrete blocks on finn, undisturbed soil.
The barrel of the hydrant shall be finnly 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
crushed rock to allow water to release from the hydrant drain.
G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be finnly
compacted to provide good lateral support for the hydrant. This is essential to the
perfonnance of the break-off flange.
3.10 WATER MAIN OPERATIONS:
A. All work which involves operating the active public water distribution system will requi,e
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
Division office prior to using the water supply. .
C. Contractor shall submit a plan for initial operations and a plan for final operations to the
Water Division fo, approval. The plans shall include a drawing and typed list of actions ,
which show all the significant steps necessary to connect to the existing water distribution
system or conduct the filling, flushing and testing operations. The purpose of both plans is
to minimize the impact of service interruptions and p,essnre and flow variations on the
water distribution system and existing customers.
3,11 DISINFECTION FOR POTABLE WATER SYSTEMS:
A. General
1- Upon completion of a newly installed water main or when repairs to an existing
water system are made, the main shall be disinfected according to instructions
listed in ANSI! A WW A C651 and the following specifications.
B. Special Disinfection Requi,ements
1- Exercise cleanliness during construction. Protect pipe interiors, fittings and valves
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.
.
3. The minimum unifonn concentration of available chlorine used for disinfection
shall be 50 mg/L. Use either the granulated/tablet or continuous feed method with .
modifications as described in 3.11 Cor 0 below.
02660-12
'"
" 4. The chlorinated water shall be retained in the main at least 24 hours, during which
time all valves and hydrants in the section treated shall be operated in order to
disinfect the appurtenances. At the end of this 24 hour period, the treated water
shall contain no less than 25 mgfL chlorine throughout the length of main.
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 mgfL
and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in
the main through an opening not less than y., of the main diameter. For 6-inch
through J2-inch water mains, a single 2Y2-inch fire hydrant opening is adequate.
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
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.
C. Tablet Method of Chlorine Application
1. Use ANSI! A WW A C651, however slowly fill the main (less than I cubic foot per
I second) with system wate" pushing out as much air as possible. Do not wash out
the tablets.
I .
D. Continuous Feed Method of Chlorine Application
,
I .
1. Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet
per second in the main through an opening not less than not less than y., of the main
diameter. For 6-inch through 12-inch water mains, a single 2Y,-inch fire hydrant
opening is adequate.
,,~
2. Add the water and chlorine solution with the required concentratiQij)to fill t/R;; main
completely. ~ (') ;:
- c=
3.12 n~ 0<:: fl
TESTING: -'-'- --
-JC) -&:- r--
--< r- i!-'
A FOil" h . rn -0 ,1 J
. I 109 t e water maIO: ?;:: :D ~ '--I
v~ -..
~7.: N \.J
1. Fill the newly constructed water main system slowly using tr.il:>ied pulJ.tfl; water
under low pressure and low flow. The objective is to displace air with willer while
avoiding damage to new construction, customer services, and adjoining p,operty
due to the release ofair and water. Public Works staff must be on site to assist with
operation of the system valves and hydrants during this operation.
2. Open one hydrant lcompletely) at the end of the main or at a high point on the
main which is to be filled. Open a filling valve (the smallest one available) slightly,
Allow the water main to fill and slowly release the air. When the main being filled
. has released nearly all air, surging should diminish and water released from the
-' hydrant should flow in a steady stream. Monitor and control the released water to
minimize damage.
,
I 02660-13
^
1'" r r--,
t 1_'.=,_, After a few minutes of steady state operation, open all othe, valves slowly and then .
3.
,,-, '," I', F ' '") 'I open the initial fill valve completely, while regulating the flow hydrant to minimize
..... J.. ~~ ." t...; ,-} damage. When the main has been filled, open and close all hydrants sequentially to
r -, -,. I' fo,ce fresh water progressively through each section (new and old) of water main
'-.I! I I (J ~;..:. . \ which was shut down to replace fresh water into each section.
Ie.'" , r-, "~I 'fA
. .r. l.,.. \ I, ,... J w
4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down
hyd,ant flow slowly and allow wate, flow to cease and internal pressure to
stabilize. Then, each water service connection shall be tested at a sill cock and
observed by the Contracto, to verify adequate pressure and flow.
B. Pressure and Leakage Tests:
1. Conduct combined pressure and leakage test in accordance with ANSV A WW A
C600.
2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps.
Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable
water and labor. Use only potable water for testing.
3. Test afte, disinfection operations are successfully completed. If testing operations
require reconstruction or ,epairs during which the interior of the pipe is exposed to
contamination, disinfection will be required again. .
4. Keep the water main full of water for 24 hours before conducting combined
pressure and leakage test. ,
5. Pressure and leakage test consists of first ,aising water pressure at the lowest point
of section being tested to 150 psi internal pressure.
6. Failure to achieve and maintain the specified pressure for two hours with no
additional pumping means the water main has failed to pass the test.
7. If the water main fails the p,essure and leakage test, locate, uncover, and repair or
I replace defective pipe, fitting or joints. Conduct additional tests and repairs until
I water main passes the test.
I C. Valve Operations:
I
1. All valves shall be located and tested to verify operation. Remove the valve box
lid, insert the valve key and open and close each valve. Count the turns and ,ecord
the results.
I 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 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the di,ection of .
I 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.
02660.14
'. .
. 3. After hydrant has been flushed, close it and check for drainage. This is done by
placing the hand over the nozzle opening and checking for a vacuum. Then check
the hose thread for proper fit.
4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks.
E. Flow Test:
1. Flow tests shall be conducted to ve,i/y all components of the water system are fully
open and operational and to detennine the fire flow capacity.
2. Public Works staff pe,sonnel must be on the site to operate the system valves and
hydrants during this test.
3. A hydrant flow test shall be conducted on the hydrant at the extreme locations for
distance or highest elevation to detennine the fire flow capability of the system.
Static and flowing pressu,es and flow rates shall be recorded, and a copy
forwarded to the Wate, Division.
.
,
,
""
0 =
=
CT'
~O '--.
c::
'"-1 :z: 11
0-< - \
--0 .s:-
::2, -u fTl
m ~,
022 ~ ~J
<:' /'-. ':'?
~ 1"
.s:-
.
:;
t>
02660-15
, .
r-I' r- "
1- I' , .
L-.l..__ -,}
APPENDIX A I
'J' ," "" ) 4 f '? n5 I
(..'. ~ J ... _.. I "01 ~: "-
CIII' ~"1\i!cepted Products for Water Distribution Materials
10',1:, r';,' ''-', )'/1"\
" \t..... 1.... I J, I....... ,
WATER PIPE: (Ductile) ANSIIAWWA-A21,511CI51
American, Clow, Griffin, McWane, Tyler, and US Pipe
Class 52 for direct bury piping unless other wise indicated or specified.
Class 53 for suspended from structures and bolted or restrained joint pipe
WATER PIPE: ( PVC) (Class 150) - C900
C900 thickness class DR 18 (6" thru 10")
lFHTINGS: (Ductile Iron Standard) ANSIIA WW A - A2LIO/CllO, 250 psi
(Ductile Iron Compact) A WW A C153, 350 psi
Clow, TylerfUnion, U.S. Pipe, or Griffin
TAPPING SLEEVES: (Full Body Ductile Iron) for 12" and larger or under pavement
Clow - F-5205, Mueller - H6l5, Kennedy, TylerfUnion, Kennedy, American Flow Control-
Series 2800, or U.S. Pipe - T-9 .
TAPPING SLEEVES: (Stainless Steel) "
Smith Blair - 662 or 663, Ford FAST, Mueller-H304, Romac SST, JCM-432
MECHANICAL JOINT RESTRAINT DEVICE: (Megalug)
Ebaa Iron Sales Inc.
STAINLESS STEEL REPAIR CLAMPS:
Smith-Blair-261, Ford FSI, Romac SSI
VALVES: (Resilient Seated Gate Valves) ANSIIAWWA- C509
Clow F-61 00, Kennedy 1571-X, Mueller Resilient Seat - A-2360-20, American Flow Control -
AFC-500, or U.S. Pipe Metro Seal 250 #5460
V ALVES: (Butterfly) ANSI/A WW A C504, Class 150B
Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik
VALVES: (Tapping)
Clow - F - 6114, Mueller - T-2360-16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860, or
American Flow Control-865
VALVE BOXES:
Tyler- (Series 6855 & Item 666A, Range 51" to 71") .
East Jordan Series 8555 & Item 666A - Range 51" to 71" .
HYDRANTS (4 'j," for 12" and under) (5 v.," for 16" and above) A WW A C502
Clow F-2545 Medallion, Kennedy Guardian K-81, Mueller Super Centurion 250, American
02660-16
I
,
'.
,
. Darling - MK 73 for 4 1/2" & B84-B for 5 1/4"
SLEEVE TYPE COUPLING:
Standard solid black sleeve - Tyler/Union 5-1442, Griffin
Bolted Straight Coupling - Smith-Blair 441 or Romac Style SOl
STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts):
Smith-Blair 261, Romac SSI or Ford FSI
TRACER WIRE TERMINAL BOX (DAYLIGHT BOX):
U.S. Filter WaterPro or Utility Equipment - Valvco -95E -2 Yz" ID with lockable
cast-iron lid - minimum 18" long, telescoping
TRACER WIRE CONNECTORS:
Twister DB Plus Wire Connector
POLYWRAP:
8 mil polyethylene encasement
WIRE:
#12 solid copper, THHN insulation in yellow or orange "-.,::
0 =
/ =
~O "'"
'-
J p- c::
- ---j :;;,: -n
I . 0-< -
07/03 --1 (j .c- .---
I
5hllred\engineer'upecs-ii\0266D.ooc .0<, rn
ITI -u
OIJ :J:: ;--1
\.....1
I <:"7' r::>
~ N
Ul
-
.
.
.
.
02660-17
4
r" ,
r-'""'\
,- II ~, )
, .
"f\"'" ill ,....2 ,..- SECTION 02751
t. JJ 0.., ~ . II : ..:J
r,. .. r --,'/
iC,'!/-: c.}T:E>.'AlIRECTIONAL BORING AND DRILLING
PART 1- GENERAL
1.01 SUMMARY:
A. Furnish labor, materials, tools and equipment to install carrier pipe by directional boring
and drilling.
B. This specification covers thrust-restrained Polyvinyl Chloride (PYC) Pipe. Pipe is intended
for use in pressure-related potable water delivery systems.
C. Pipe material including carrier pipe and fittings will be provided by the City of Iowa City.
D. Boring pits will be excavated and backfilled by the City ofIowa City.
1.02 REFERENCES:
I
A. American Society for Testing and Materials (ASTM)
.
1. ASTM Dl784 Standa,d Specification for Rigid PYC Compounds and Chlorinated
PYC Compounds
2. ASTM D2837 Standard Test Method for Obtaining Hydrostatic Design Basis for
Thennoplastic Pipe Materials
3. ASTM D3139 Standard Specification for Joints for Plastic P,essure Pipes Using
Flexible Elastomeric Seals
4. ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Jointing
Plastic Pipe
B. American Water Works Association (A WW A)
1. A WW A C900: Polyvinyl Chloride (PYC) P,essure Pipe, 4 inch through 12 inch,
fo, Wate,
2. A WW A C906-99: Polyethylene (PE) Pressure Pipe and Fittings, 4 inch through 63
inch, for Water Distribution and Transmission
C. Ame,ican Railway Engineering Association "Specifications for Pipelines Conveying Non-
Flammable Substances," latest edition '!
,
D. Iowa Department of Transportation (IDOT) Standard Specifications, latest edition
.
1.03 SUBMITTALS:
02751-1
t-
,
. A. Carrier Pipe Materials: To be provided by the City ofIowa City Water Division F II I.....r-'
JL_l_..L..I
B. Boring Pit: To be provided by the City ofIowa City Water Division 2DD6 JUN I 4
PM 2: 25
c. When boring is complete, contractor shall provide Engineer with a plan and prtle-yt" ~e ___
bo,e path. IOWA1 U:Hf<
. CITY, IOWA
D. Record and submit notes of actual boring operations with field load- conilitions.
1.04 QUALITY ASSURANCE:
A. Only workers experienced in boring and jacking operations shall be used to perfonn the
work. Statement of qmilifications shall be submitted and approved by the Engineer prior to
the start of work.
B. Provide efficient, useful monitoring devices on the equipment so the operator and Engineer
can compare the field conditions with the design and effectively monitor the loads on the
pipe as it is being installed.
C. Engineer will survey and record top of pavement elevations before and after boring
operations as neceSsary.
.
PART 2 - PRODUCTS
J
~ 2.01 CARRIER PIPE MATERIALS:
A. PVC pipe for directional boring shall be C900/RJ. PVC restrained-joint pipe (Certa-lok)
from CertainTeed Corporation will be supplied by the City of Iowa City Water Division.
PART3-EXECUTION
3.01 PROTECTION OF UNDERGROUND FACILITIES:
A. City of Iowa City will locate underground facilities via potholing at critical locations.
B. Contractor is ,esponsible for modifying bo,ing operations to p,event damage to existing
facilities.
3.02 DIRECTIONAL BORING EQUIPMENT:
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 intennediate pits, a minimum distance of 400 feet.
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 location of the beacon at all times.
.
. C. The drilling machine shall be equipped with a d,illing fluid compatible for the onsite
conditions.
02751-2
~
,
ell '--',
I 1.-.- ----'D. The directional head shall be capable of accepting a va,iety of cutting bits for varied ,oil i
".. . ~ . , _ . ,... .....,... conditions.
L J" . ~ .... I L:. i.. ,: _J
c-. 3,03 _ . C;ONTROL OF LINE AND GRADE:
_ ' .:"'l . \
Ie"', r " '(........"A Engineer will provide control surveying and grade stakes as necessary. Engmeer "i II
'.1'" .....1,', '.A',.
survey and reco,d top of pavement or rail elevations before and after boring operatillll' .oS
necessary.
B. During the installation of carrier pipes, the Contractor shall be responsible fOl mOdito"",-
alignment and elevation of said pipes. The Contractor shall provide ,:onlnl reint..
,eference marks and equipment fa, this purpose. The drill bit shall be 10Caled" n. "111,,, I
of every 5 feet. The operator of the drilling unit shall check the bore p:Jtl' end ,'0.,1'101' nf"
boring pit at every five feet and make necessary correction to stay along the ..I'b' I I ,l'f',
C. Allowable deviations from the plan alignment and elevation are as f011,'" "
1. The guidance system shall be capable of installing pie within 1-12 IfIch "llhe I'la I
vertical dimensions and 2 inches of the plan horizontal diml'Tl,Ion,
2. In addition, care shall be taken to assure that continuous posit!\\.: l:r nl:g<t1i\ l :~r'hl...
as shown on the plans, are maintained in the installed carner ,"I'"
.
3, The Contractor shall be ,equired to remove and reinstall pipes "h,eh '"i) m Jq"'l
and alignment from these tolerances. ,
.-
3.04 PILOT HOLE INSTALLATIONS:
A. The pilot hole shall be drilled along the path shown on the project plans
B. At the completion of the pilot hole d,illing, the Contractor shall provide a tabulation of
coordinates, including elevation data, referenced to the d,illed point entry. which occ\'mtpl,
describe the location of the pilot hole.
C. Pilot hole alignment shall be accepted and approved by the Engineer prior to reaming :mti
pipe installation.
3.05 REAM and PULL BACK OPERATIONS:
A. Reaming shall be sufficient to prevent damage to pipe or pipe crossing.
B. The maximum allowable tensile load imposed on the pipeline pull 'eel I"" "" I' '"" ~, . c I
90% of the product of the Specific Minimum Yield Strength of the pipe and the area 01"thl'
pipe section, or as specified by the pipe manufacturer.
C. A swivel shall be used to connect the pipeline pull section to the reaming assembly to
minimize torsional stress imposed on the section.
..
D. The pipeline pull section shall be supported as it proceeds during pull back '0 that :t ":,'ve' I
freely and the pie and pipe coating are not damaged. .
E. The pipeline. pull section shall be installed in the ream hole in such a man!:,. '11"1 _ ,\ l' '1al
02751-3
~
-
. pressures are minimized. FilED
F. In case of a pull back where the bore hole will be abandoned or where m ari1frf~te<ff-h~.
Contractor shall fill voids with grout injected under pressure using approv~dlri'etho s. J . 25 I
3.06 DIRECTIONAL BORING OPERATIONS: CITY CLERK
IOWA CITY, IOWA
A. The drilling machine shall be set up at such a location to avoid disruption of private yard
and landscaping.
B. Pipes shall be joined before being subjected to the boring process, or after they have
reached final position, depending on the type of pipe and nature of the joint and jointing
material.
C. The method of boring, in each case, shall be in accordance with the requirements of the
governing agency.
D. Once boring has been started, it shall be continuous until completion of the boring
operations in orae, to reduce the possibility of a so-called "stuck" pipe and to minimize the
creep of the soil into the face, even though this may involve working outside the nonnal
working days. The Contractor shall not be entitled to additional compensation for effort
required to maintain continuous boring operations. The Enginee, reserves the right to
. waive the requirement for continuous boring if such waiver is approved by the appropriate
, governing agency.
~ 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 pennitted without written
authorization of the Engineer and the governing agency.
G. Pull back forces shall not exceed the allowable pulling forces for the pipe being installed
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
ha,dening into a clay substance around the outside of the conduit, preventing settlement of
the ground. Adequate drilling fluids shall be used to avoid a "hydra-lock" condition.
Disposal of excess fluid and spoils shall be the responsibility of the Contractor.
L Any damage to property, landscaping or trees caused by Contracot's operation shall be
replaced to the Owner's satisfaction and at no additional cost to the Owner.
J. The Contractor shall make necessary provisions to keep wate, and soil out of the installed
piping systems.
K. Obstructions to the progress of the pipe, such as roots, boulders or portions of fonner
structures, 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.
.
0715]-4
--.--
...
,
.
3.07 RESTRAINED JOINT PVC PIPE ASSEMBLY AND INSTALLATION:
A. Follow manufacture's instructions and recommendations for assembly and installation.
B. Prevent dirt from getting into the couplings and, especially, the gasket grooves. If dirt does
get into the gasket grooves, the gaskets must be removed and cleaned, and the grooves must
be cleaned, and the gaskets then ,einserted befo,e they can be installed into the pipes.
C. When pulling in restrained joint PVC pipe, do not exceed the maximum recommended
pulling or 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.
3.08 CARRIER PIPE INSTALLATION:
A. The carrier pipes shall be the class, type and size as indicated on the plans and specified
herein. This will be supplied by the City ofIowa City Water Division.
B. Ifthe plans call for the carrier pipe to be installed without a casing pipe, the requi,ements
for installation of casing pipe as detailed herein shall apply. This shall include filling of
voids between undisturbed embankment and outside of pipe with specified grout.
3.09 SEALING:
,
A. Afte, installation of carrie, 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 indicated.
3.10 TESTING:
A. Testing procedures for carrier pipe shall follow those outlined in Sections 02660 - Water
Distribution.
END OF SECTION
06/06
shared\engineer\s~~s-ii\0275] .do~
V"'l
,'.1 ~
('J ,,/ ::....
" - -,
-'. .J
. - 1,-' -
,-
... --' -
.' ., j ~_:
-- - ,_0
L'- r
,,' L=<(
, , U~.~
'-.? ..-'>
, 0
C~
.
-
.
02751-5
I
/ /Y--- \ eo\eol@
, , , \ I
/ / / ~,' ., ~
· / / CfLI::I\) \ \ ,~ <: ...;;
- / VI .._\ \ \ ;;! .. z
/" ", >"""'.
. . "" , / , . \ z >"'!'!...
' "1" p,.iZ'Z5 \ , "''''''-'0 Vi
· / / ~ laB~ JUN 14 "\' \,,' 0 ,.,"~,
' / , Z h'oo,.
/ / . -, ;-F'j\' "("'~~VJgj
/ / / / elrv LlL', ,Gkn w,,,"...
./ ,/ / / \//1 CITt: ,,' fates \ 6 \ 8 ~~~~~~~
. , - ~ ~'. 'WWW(L(L
/ , 2, ~ .
/ / \
/// '\.
\ / ," \ . \
/ /"o~"'" \" /
-', / ~:;:o " ~ \ '~--'\....7-'--J
'~' cE '-. ~.__
/ / ~5!.~ " /____
/ e:z:. " ... / /
0.. -<( " ".. /'
,------ ------, "" /
'.. / /
I ",I '~'
' C> I ,
l\;. l.t)"'C "
' -II 10) ~ . ~
. r-----J-------_____II ~ ! ~ i ~
. "'I '"
! 0) I
! ",I ". I
! ~~ "". I
! - --. ""'"
' .----.---. l~ "
r------.--___.__.___, . v "" .
I' ~QI ~
I ~If~ ~'~ i
' ~ ~ ,
. ,
I . . -------.-.-.---____.__ I
~.-.----- '- -- I "0 '" '-;! j"O ~
' o~:o "'''''-, , .~"'
I oCE '" ! ! ~:;E
' 00. ""---..-. I I ,,-C"
' "--l; . ~I' -'-"'<::::C:-'-"'-'-L. '. I 0 5!. ~
- ! e >. 01 I "-----..-_ --'-~,! I ~ "'"
. , '''--- -- '"
1 I 1 I~ :'____,/
. ~.
~ ----.--- ~ i
.. r ,
! ~J _____1
I ~ __.___~ _~ i
f I i
i , i
L___ ----- -- --1--- --- ---- - , i
i .
' J ~ i
I ~!I ~ !
I' ~Iil ~ ---- ___ -J,
--- .
. --
. ,
' ,
"
j I '" ..
I .", .. +-'
r-----: t<< ____ _ \ ~
.! '" II /-.------- , I E
. '" '. I Q)
I "'!I .! 0
I ~ J I.
/1 ii~~ I ' 0
// ! .cE, I /, D.1O
.' ',--'--,~ , -, . /, ~o
/..----/ i Hi ",1- _n 'u_ ---- -, I 0' 0
' ., , N
/ - ---, -------, '6 ~
I :2 a::::
I
\ DJ> - - -.-- ----- --.--.- Ii I- Q)
900 - ~ 1- - 1 Q) CJ1
- <')00 +-'
/ <')"-> I 0 "D
./ ..,P. ._
· ,--" - -- - -- - '-- 'I '" 0'
" ..
.l __ __
.../ "'... -
" C[
.. ?oj
Prepared by: Sarah Okerlund, Civil Engineer, 410 E. Washington St, Iowa City. IA 52240, (319)356-5149
RESOLUTION NO. OIi-17'
RESOLUTION SETTING A PUBLIC HEARING ON JUNE 27, 2006, ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR
THE CONSTRUCTION OF THE RIDGE ROAD WATER MAIN BORING PRO-
JECT, 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 27'h day of June,
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 13th day of ~(~,M:-
-
M OR
Approved by
. ~ uh/"~
ATTEST: AbA':"~:"'::> .J!. ~M)
City ttomey's Office
CITY LERK
Pwenglres/ridgerdboringsetph.doc
6/06
- Resolution No.
06-171
. Page
2
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
I
I
I
I
PUBLISH 6/20
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
2006 WATER MAIN REPLACEMENT - RIDGE
ROAD BORING 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
2006 Water Main Replacement - Ridge Road
Boring Project in said city at 7:00 p.m. on the 27th
day of June, 2006, said meeting to be held in the
Emma J. Harvat Hall in the City Hall, 410 E.
Washington Street in said city, or if said meeting
is cancelled, at the next meeting of the City
Council thereafter as posted by the City Clerk.
Said plans, specifications, form of contract and
estimated cost are now on file in the office of the
City Clerk in the City Hall in Iowa City, Iowa, and
may be inspected by any interested persons.
Any interested persons may appear at said
meeting of the City Council for the pu,pose 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
~ PrDJ
~
. 11
Prepared by: Sarah Okerlund, Public Works. 410 E. Washington St.. Iowa City. IA 52240 (319) 356-5149
RESOLUTION NO. 06-213
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF
CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE
RIDGE ROAD WATER MAIN BORING 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 18th day of July, 2006, or at
a later date and/or time as determined by the Director of Public Works or designee, with
notice of said later date and/or 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 July,
2006, or at a later date andlor time as determined by the Director of Public Works or
designee, iNith 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 27th day of June ,20 06
~u^~
MAYOR
Approved by
- ~ /If~
ATTEST: 7lr~;A~ I!. "lz 1("; (p
C TY ERK City Attorney's Office
pweng\res\ridge reI.doc i
, Resolution No. Oh_?11
. Page 7
It was moved by Bailey and seconded by O'Donnell 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
Printer's Fee $ 5'134 OFFICIAL PUBLICATION The plans, specifications and proposed
con-tract documents may be examined at
ADVERTISEMENT FOR BIDS the office of the City Clerk. Copies of said
2006 WATER MAIN REPLACEMENT - plans and specifi-cations and form 01 pro-
CERTIFICATE OF PUBLICATION RIDGE ROAD BORING PROJECT . posal blanks may be secured at the Iowa
Sealed. proposals will be received .by , i, City Public Works - Engineering Office,
STATE OF IOWA, the City Clerk of the City of Iowa City, . 410 E. Washington St., Iowa City, Iowa,
Iowa until 10:00 A.M. on the 18th day of by bona fide bidders.
JOHNSON COUNTY, SS: July, '2006, Of at a later date and/or tim,e . A $15.00 non-refundable fee is required
as determined by the Director of Pubhc for each set of plans and specifications
THE IOWA CITY PRESS-CITIZEN Wor1<s Of designee, with ,notice. of said provided to bidders or other interested
later date and/or time to be publiShed as persons. The fee shall be in the form of a
FED. ID # 42-0330670 required by law. Sealed propos-a1s will be check, made payable to Treasurer of the
opened immedi-ate-Iy there-after by the City of Iowa City, Iowa.
City Engineer or designee. Bids sub-mit. Prospective bidders are advised that the
ted by fax machine shan not be deemed City of Iowa City desires to employ minor.
I, a "sealed bid" .for purposes of this ity contrac-tors and subcontractors on
Project. Pro-posals will be acted lIpon by . City projects. A listing of minority contrac-
the City Coun.cil at a meeting to,be held tors Can be ob-tained from the Iowa
Diana Becicka, being duly sworn, say in the Emma J. Harvat Hall at 7:00 P.M: Department of Economic Development at
on the 16th day of July, 2006, or at such (515) 242-4721 and the Iowa Department
that I am the legal clerk of the IOWA later time and place as may be sched- of Transportation Contracts Office at
uled. (515) 239.1422.
The Project wiJl involve the following:. Bidders shall list on \ the Form of
CITY PRESS-CITIZEN, a newspaper . Boring approximately 750 lin- Proposal the names of persbns, firms,
ear foot of 6" PVC Water Main. Pipe companies or other parties with whom
published in said county, and that a material and boring pits to be supplied by the bidder intends to subcon-tract. This
City of Iowa City Water Djyjsjo~. . list shall inclUde the type of work and
All work is to be done in strict com ph- approXimate subcontract amount(s).
notice, a printed copy of which is ance with the plans and spec.ifica-tio~s The Contractor awarded the contract
prepared by City of Iowa CIty Public shall submit a list on the Form of
hereto attached, was published in said Works - Engineering Department, of Iowa Agre,ement of the proposed subcontrac-
City Iowa which have hereto--fore been tors, together with quanti-ties, unit prices
) app~oved by the City Council, and are on and extended dollar amounts. '
paper . time{s), on the file for public exami-nation in the Office of By virtue of statutory authority, pref-
the City Clerk. ere nee must be given to products and
following date{s): Each proposal shall be completed on a provi.sions grown and coal produced
form furnished by the City and must be within the State of Iowa, and to Iowa.
accompanied in a sealed envelope, sep- domestic labor, to the extent lawfully re.
4uru ~ r:JOOLP . arate from the one containing the pro- quired under Iowa Statutes. The iowa
posal, by a bid. b.ond executed by a cor- recipro-ca.l- .resident bidder preference
poration authonzed to contract as a sure. . law applies. to this Project. .
ty in the State of Iowa, in the sum of 10% The City re~elVes t.he right to reject any
of ltIe bid. The bid security shall be made or aU proposals, and also reserves the
pay-able to the TREASURER OF THE right to. Waive techni-caJities and irregu-
CITY OF IOWA CITY, IOWA, and shall be larities.
forfeited to the City of Iowa City in the Published upon order of the City Council
Legal Clerk event the success.tol bidder fails to enter of Iowa City,,towa.
into a contract within tEm (10) calendar MARIAN K. KARR, CITY CLERK
Subscribed and sworn to before me days of the City CouflCil's award of the 70207 . June 28, 2006
contract and post bond satisfactory to. the
S..J...... ,day Of& L 0- City ensuring the faithful performance of
this the contract and mainte-nance of said
, Project, if required, pursuant to the provi-
A.D. 20 oG sions of this notice and the other contract
docu-menls. Bid bonds of the lowest two
or more bidders may be retained for a
period of not to exceed fifteen (15) calen-
dardays following award of the contra~t.
or until rejec-tion is made. Other bid
bonds will be returned after the canva;;s
and tabula-tion of bids is completed and
reported to the City Council.
The successful bidder will be required to
uNO.{ KTi'Q~~ bUc furnish a bond in an amount equal to one
hun-dred percent (100%) o! the contract
~ I I Number 7 9 price, said bond to be Issued by ~
~..I "II Ex 'res respon-sible surety ap-proved by the
.. . MyOo.n",b,alon pi
Jonu8I"Y 27, 2008 City, and shan guarantee the prompt pay-
ment of all materials and labor, and also
protect and save harmless' the City fr?m
all claims and damages of any kInd ;
caused directly or indirectly by the opera-
tion of the. contract, and shall also guar. f
antee the mainte-nance of the improve-
ment for a period of two (2) year(s) from
and after its com-pletion and formal
accep-tance by the City Council. _
The following limitations shall apply to
this Project: .
Working Days: ~
Early Start Date; Julv 24 2006
Late Start Date: Auoust 7 2006 .
Liquidated Da~.~e~: UQQ,QQ per day
1-
<
ADVERTISEMENT FOR BIDS
2006 WATER MAIN REPLACEMENT - RIDGE
ROAD BORING PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:00
A.M. on the 18th day of July, 2006, or at a later
date andlor time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. Sealed proposals will be opened immediately
thereafter by the City Engineer or designee. Bids
submitted by fax machine shall not be deemed a
"sealed bid" for purposes of this Project. Pro-
posals wili be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat Hall at
7:00 P.M. on the 18th day of July, 2006, or at such
later time and place as may be scheduled.
The Project will involve the following:
Boring approximately 750 linear foot of 8"
PVC Water Main. Pipe material and boring pits to
be supplied by City of Iowa City Water Division.
All work is to be done in strict compliance with
the plans and specifications prepared by City of
Iowa City Public Works - Engineering Department,
of Iowa 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 compieted on a form
furnished by the City and must be accompanied in
a sealed envelope, separate from the one
containing the proposai, by a bid bond executed
by a corporation authorized to contract as a surety
in the State of Iowa, in the sum of 10% of the bid.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY,
lOW A, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithf~1 performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowestlwo 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 11 00%) of the contract price, said bond to
be issued by a responsible surety approved by the
City, and shall guararitee the prompt payment of
,
, all materials and labor, and also protect and save
harmless the City from all claims and damages of
any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of two (2) yearls) from and after its completion
and formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Working Days: Q
Early Start Date: Julv 24. 2006
Late Start Date: Auqust 7. 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 Iowa City Public Works - Engineering Office,
410 E. Washington St., Iowa City, Iowa, by bona
fide bidders.
A $15.00 non-refundable fee is required for each
set of plans and specifications provided to bidders
or other interested persons. The fee shall be in
the form of a check, made payable to Treasurer of
the City of Iowa City, Iowa.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with 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 Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves' the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
~6J' q"'-..
Prepared by: Sarah Okerlund, Civil Engineer, 410 E. Washington St.. Iowa City, IA 52240 (319)356-5149
RESOLUTION NO. On-?t.?
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE RIDGE ROAD WATER MAIN BORING PROJECT,
I WHEREAS, Gaylord Construction, Inc. of Fort Madison, Iowa has submitted the lowest
responsible bid of $20,250.00 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The contract for the construction of the above-named project is hereby awarded to
Gaylord Construction, Inc. subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance program
statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
Passed and approved this 18th day of Julv ,20 06
~U~
MAYOR ,
Approved by
ATTEST: ~~ K. ~ ~cIfL '(. ~ ";>~~O'(.<.
CIT LERK _ 'city Attor y's Office
It was moved by r.h;:ampion and seconded by Railev the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
x Champion
x Correia
x Elliott
x O'Donnell
y Vanderhoef
x Wilburn
pweng\res\ridge rd-gaylord.doc
BOND NO. GAY.WRDPP080306 PCRFORMANCEAND PA YMENT- sa 'OR~If~"~_\"7 '.
... ll...,-
i' C of\J5Tt7-AJctlDrJ
\JI\,!UW."p -:I:- N c.- , as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and j;;.C. Scarlx>rough, Individual Surety
(insert the legal title of the Surety)
, as Surety, hereinafter called
the Surety, are held and firmiy bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner in the amount of Twenty Thousand Two Hundred Fifty Dollars
,
($ 20,250.00 ) 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 7/18/2006 , entered into a
(date)
written Agreement with Owner for 2006 Water Main Replacement - Ridqe Road Borinq 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
Citv of Iowa City Public Works - Enqineerinq Department, which Agreement is by reference made
a part hereof, and the agreed-upon work is hereafter referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety heleby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall pronlptly: "-'
- =
1. Complete the Project in accordance with the terms and co6gitions ~ the
""_0 ~
A t )>-1 c:
greemen , or ../ G") if
o - f',..) .-
2. Obtain a bid or bids for submission to Owner for completing::'1h.e: Pr~ct rn-
--<1-- . m
accordance with the terms and conditions of the Agreement; and U~determin~
(- -- U
tion by Owner and Surety of the lowest responsible bidder, arran~!or a :entract
between such bidder and Owner, and make available, as work progresses:>(even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged" under this paragraph), sufficient
PB-1
I .u
8 011]11P''''' r(
, , 1,(.
funds to pay the-cost .of completion,-Iess the balance of ~ ontracl P.r~~:tbut not - , ,
--,
exceeding.the.amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of I 2 ) 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, ~e of leY/a, are
() :roo
a part of this bond to the same extent as if it were expressly set out herein. )> ~ ~ iT
o N-
--jO o,D 1
SIGNED AND SEALED THIS 3rd DAY OF August :<[, ~ gj
O:=:::: -
20.QL. ~/'. 9
)> ...-
o,D
,. :_.~~"4'''"""
IN THE PRESENCE OF: ,,\".-,
,. .
~' :;;- 0 -........-:......
, -
Gaylord ConstrctiOI!f r;;'e, \:.- '-' ~ :.~
. .,.
(Principgl)"".: -::: ~.
~~47 .C>~ ~_:sident ~ -
By. . . - .....
(Title) ".:_ "-,
Witnes
- ,
.
E.C. urety
~iJvrlfJj.1Q~ By'
Witness
llltHI/! C .
l';,~~~'Y/~~..... onrue F, SouJeyrette
: 7': 4 ':~" COmmlSSlon # DD3lU37 ,;.;. ":' ~ '" ~
:";:'. :is:uPIJ"fS: JULY 19, 2008 "- - -::: :~ --:::;
....';-j.OF 'f,..O~.:~ Bonded Thru .; -' :; ~:~
""10\\\\ Atlantic Bonding Co., Loc. Washinqton, ..;.. -..~
";"-.- :~
_..-..- ,,=-
-- ~-
202- 425 -
i
PB-2
AFFIDAVIT OF INDIVIDUAL SURETY ~/",.,". r, ,. ("~
S, O~".
_ ,~r ,
. .. 'tLJ ~~
;
DISTRICT OF COLUMBIA
I, the undersigned being duly sworn, depose and say that I am one of the sureties to the attached bond, that I am a citizen of the
United States lor a permanent resident of the place where the contract and bond are executed), and of full age and legally
competent; that I am not a partner is any business of the principal on the Bonds on which I appear as surety, that the information
herein below furnished is true and complete to the best of my knowledge. The affidavit is made to induce The City of Iowa City
to accept me as surety to the attached bond.
1. Name of Individual Surety 2. Address:
E.C. Scarborough, Individual Surety 1155 15th SI. NW Suite 900
Washington, DC 20005
3. Business Address (No., Street City, State, Zip Code) 4. Telephone Numbers:
1155 15th SI. NW. 202-425-2865 lattice)
Suite 900
Washington, DC 20005 202.659-3732 (Fax)
5. THE FOLLOWING ASSET IS PLEDGED. lNOT VALID WITHOUT ATTACHED TRUST RECEIPT).
IRREVOCABLE TRUST RECEIPT of $20,250.00 from First Mountain Bancorp
Recei umber: WF S08022006-
6. 7. CONTRACTOR: Gaylord Construction, Inc.
BOND: GAYLORDPP080306
BOND NAME: The City of Iowa City
PROJECT: 2006 Water Main Replacement
1. :"CONDITIONS ON T E BID BOND andlor PAYMENT & PERFORMANCE BOND:
.- : -=:., :: -=: ~ ~i?
l~~is.BO~')d~~ deerr"'!.!,i'tacid and in force after 15 days of Receipt by Principal & Obligee.
A'~Qi?ns.eni of Su'tetY.cis required for release of all Progress Payments including retainage.
This B9nd is a.guaranl&e, it is not an insurance policy. Seek qualified and licensed insurance companies for all WIC and G/L.
The Surety reserves the right to implement Funds Control at its sole discretion, and the Obligee is bound by this condition.
Not valid without attached TRUST RECEIPT.
Subscribed & Sworn to before me
DATE OATH ADMINISTERED CITY; STATE: NOTARY PUBLIC
AugustlO3/2006 Haines City Florida
Month Day Year ,<;.m:t~"" Connie p, Souleyrette
[~'4h Co!!]rnis.sion # DD33S837
Co~ ~ ,St/\;~vy~ ~':1'. :~~Expi1"eS. JULY 19, 200S
....7-?-.OF .f..<;:,~""" Bonded ThIu
"II/JII1\\\\\ Atlantic Bonding Co., Inc.
SIGNATURE:
,...,
0 =
=
~O cr-.
=-
P-1 c:: 11
n-< G")
N -
-Ie \..0 j-
.c<r- m
m :Do
-:JJ ::Jl:: r-.
O^ '2 \...J
~
.s:-
\..0
^'\f1\'fI,.:~r' ".. r;,;
INSTRUCTIONS E.CS t'M';" ,
, . ~~ ~'. . ~
1. This form shall be used whenever sureties on hands to execute in connection 'J~...,_.
overnment contracts are individual
sureties, as provided in governing regulations lsee 41CFR 1-10.203, 1-16.801, 101-45.3). There shall be no deviation from
this form except as so authorized lsee 41 CFR 1-1.009, 101-1.110).
2. A corporation, partnership, or other business association or firm, as such, will not be accepted as a surety, nor will a partner
be accepted as a su,ety for co-partners 0' for a firm of which he is a member. Stockholders of a corporation principle may
be accepted, as sureties provided their qualifications as such are independent of their qualifications as such are
independent of their stockholdings therein. In arriving at the net worth figure in Item 7 on the face of this affidavit an
individual surety will not include and financial interest he may have in the assets of the principle on the bond, which this
affidavit supports.
3. An individual surety shall be a citizen of the United States, except that if the contract and bond are executed In any foreign
country, the Commonwealth of Puerto Rico, the Virgin Islands, the Canal Zone, Guam 0' any other territory or possession of
the United States, such surety need only be a permanent resident of the place of execution of the contract and bond.
4. The individual surety shall show net worth in a sum not less than the penalty of the bond by supplying the information
,equlred on the Public or some other officer having authority to administer oaths generally. If the officer has an official seal,
it shall be affixed; otherwise the proper certification as to his official character shall be furnished.
....THIS BOND IS A FEDERALLY ACCEPTABLE ALTERNATIVE TO CIRCULAR 570 PURSUANT TO 48
CFR 1-PART-28 (28.203) ON GOVERNMENT PROJECTS....
28-102 SIN 0109-200-2701
All claims will be handled thru the offices of International Bonding and Construction Services, Inc., the risk management
company for Ed Scarborough, Individual Surety. In order to expedite any and all settlements and claims, please follow the steps
below.
1) Contact International I Bonding and Construction Services Inc. immediately for any suspected claims at (863) 326-5557 on
the bonded project.
2) E-Mail, fax or mail any and all documents pertaining to said claim to:
International Bonding & Construction Services, Inc.
700 Overlook Dr.
Winter Haven, FL 33884
""
0 =
=
:;Eo en
".
)>- =
::2 '" Tl
0 N -
--10 U> r
.-<, ITl
rn =
O:IJ 3: 0
S:A C3
5'> r-
U>
a O~~ ~T ~... "
, . \11 ·
J ~' '
. .... ~I
SURETY ACKNOWLEDGMENT
State of Florida )S8: HAINES CITY
County of Polk )
On this 03rd day of August 2006, before me personally came E.C. Scarborough,
who, being duly sworn, did depose and say that he is E.C. Scarborough, Individual
Surety. The individual surety described in and which executed the within instruments;
that he knows the company seal of said company, that the seal affixed to the within
instrument is such seal, and that he signed the said instrument and affixed the said seal as
E.C. Scarborough, Individual Surety, by authority of said individual surety company.
Oath administered this 03rd day of August 2006
City of: HAINES CITY Notary Seal:
County of: POLK
\\lllIf'1 C '
/,,~tJ.Y/~~".. 01l1lle F. Souleyrette
My commission expires: ::>',i, ':~: C0!DJll1SS1on # DDJJS837
~~'" ...:",} ExplJ"es: JULY 19 2008
.....'JOF.p..~>.. Bonded ~
X~~~ 111III IIIII Atlantic: Bonding Ca.. Inc.
Connie F. Souleyrette
0 '"
"='
=
~O 0-.
;z,.
41'> .::::J c:
0-< c-, 2J
=:;0 N
--<,- <.D r-
_rT1 :.:.. ill
O"d2 ::i: r--.
~--" 9 '-.J
);> .&:-
\0
,
IRREVOCABLE TRUST RECEIPT
'"
0 =
=
~o ""
=-
)>- c:::
()::! c;") 11
N r-
;::<lo ..0
Date of Issue: August 2, 2006 - ,. hl
m =-
o::JJ :x 0
Receipt Number: WFES08022006-2 ~/' '?
Name of Obligee: The City of Iowa City )> .s:-
Reference: 2006 Water Main Replacement / Gaylord Construction, Inc. \.0
FIRST MOUNTAIN BANCORP, (FMB) formed under the laws of the State of Nevada,
with the authorized signature below, hereby irrevocably acknowledges with full Trustee
responsibility, its receipt of cash, cash equivalents and/or readily marketable assets with a
value of TWENlY THOUSAND TWO HUNDRED FIFIY US DOLLARS ($20,250.00
US Dollars), which are being held by an FDIC Insured Bank in an Escrow Account on
behalf of FMB for 2 months for the above named Obligee located at 410 E. Washington
Street, Iowa City, IA 52240.
Payment under this IRREVOCABLE TRUST RECEIPT, (ITR) will be made to the
Obligee upon receipt of an invoice stating that such amount represents funds owed to the
Obligee and are to be used to repay amounts outstanding certified to the offset and
recovery by E. C. Scarborough the Individual Surety and conditioned by the Payment &
Performance Bond criteria until exonerated by the Obligee. Said payment will be made
within 45 banking days.
FMB certify that this ITR is legally valid and authentic, free from liens and encumbrances
of any kind whatsoever, free and clear of any taxes, levies, or duties of any nature present
or future imposed under the laws of the State of Nevada.
All rights and terms arising from the ownership of this ITR represented thereby shall have
control over any conflicting terms of the Trust whose assets are pledged by this ITR.
This ITR shall be governed and construed in accordance with the laws of the State of
Nevada.
FMB also declares that this ITR is an operating fully confirmed instrument and is subject to
the Uniform Customs and Practice for Documentary Credits (1993 Revision), International
Chamber of Commerce (ICC) Publication No. 500 and ffi-M&ed us in accordance with
\\111 1 II
terms thereof. "\\\oJ~TAIN it,,,
~ 0 ...... 'l
~ (; $~"" '"."11,--:-
~J....... *. (l~
" -CJ::). . -
-. - . '0::
;fjJf(ie ~ew ~~~ D-.~ !~~
George Gowen, Trustee Officer % ", .: ~
'/ t/'-. ...* .$'
'l,.,/llltAiJs=r:c.\\\,'~
11//11111\\\\\\
]960 Howard Hughes Pkwy. . Suite 500 . Las Vegas. NV 89109 . Phone 702.990.3835 . Fax 702.974.0128
I ~ ! . '
--= -10
~~~;!:'t
'--'" "IID.'-
....~
CITY OF IOWA CITY
410 East Washington Street
Iowa City, Iowa 52240.1826
(319) 356.5000
(319) 356.5009 FAX
ENGINEER'S REPORT www.icgov.org
August 28, 2006
City Clerk
City of Iowa City, Iowa
Re: 2006 Water Main Replacement - Ridge Road Boring Project
Dear City Clerk:
I hereby certify that the construction of the 2006 Water Main Replacement -
Ridge Road Boring Project has been completed by Gaylord Construction, Inc. of
Fort Madison, Iowa in substantial accordance with the plans and specifications
prepared by the City of Iowa City.
The final contract price is $19,850.00.
I recommend that the above-referenced improvements be accepted by the City
of Iowa City.
Sincerely,
~ r.. t:-L-
Ronald R. Knoche, P.E.
City Engineer
10~ I]l[]
Prepared by:Sarah Okerlund, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356.5149
RESOLUTION NO. 06-287
RESOLUTION ACCEPTING THE WORK FOR THE RIDGE ROAD WATER MAIN
BORING PROJECT.
WHEREAS, the Engineering Division has recommended that the work for construction of the I
Ridge Road Water Main Boring Project, as included in a contract between the City of Iowa City
and Gaylord Construction, Inc. of Fort Madison, Iowa, dated August 8, 2006, be accepted; and
WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the
City Clerk's office; and
WHEREAS, the final contract price is $19,850.00.
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 5th day of September ,20 06
~ U~
MAYOR
Approved by
ATTEST: fhPC:A.....J k. ~~ ~~~ ~""">,IC'(,
CITY LERK cfty Attorney's ffice
It was moved by Champion and seconded by Correia 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
pweng\res\ridgerord accept.doc
6/0.