Loading...
HomeMy WebLinkAboutWATER MAIN IMPROVEMENTS/WALES STREET/2011IMPROVEMENTS/ WALES STREET/ 2011 l/� -M " -1! 67,2 -A4ATZ - // -r- 41>1Z - I/ 3 -A4Ay- /I L c.- er Mcun Pr ®c��mtn� s ( l) 0.12 5 SFr.e�-f / ao/ Poke I OP -)- spkc f-,C , o"s 1�(ans ��roposu. eSO(u ev, // -7$ Ste :n� ce 'p"lic /%ugr;nq on Afr:15 Qwl Dnn p�anS� �ec;�ca 'ons 4rm o� C�t7�rq�% �OeS4:r., " o-r CDR :rt9 C , CIQ rk ib ��bl;s� -, /►�c-i -:c_e o-� s�.id. h2F+ -riri� � d;r'c��;� -l%e C;� �..,�;neer 4o P ICLCQ- Sa: d P l a-n.s nn pZCSolk�( ora /11-/1b p�1rDVi 1 �lcrL Sit, ee-*v- tcc4-,' ohsl COns +rk C,}- ion o�" �"/ie �o� � li%a�CS �'r,c� IA�G.�Y.�r ,•1.0.1 n rti�rov�rrlQn�s �roJec% es'%kb SQLkri�y -('o c�ccorn�ci.ny Qac�y A :d ��✓'tc -'hvn C��y �'(.er /C n4;ce 4,0 6; el daY's �jaca for rece /,+ v'-` )--, :�E� iKe so (u--k o'1.. l 1 -! G4 I 0. W a r d rt� Co h ^act s Z: rl g -f-� A Q jo v- -hv 5',8K- a l 4 Gc 0'4,t (2 (ev K �o a- *es j— a c- Dr,+v-a- � -�o r WYLS�'{-rtc�%;irw vF '��- o2Jtl dl%u..�4S J- �✓�C�e."�' !w- �rc�,e.r N�L�,ti -1 r.�� r0 JP Y►�tn �S �r� Q.,C -�. ck)a4tv /na;. F wales s4f et:k- ( to I pve —1 af--5?L- /)-.3.2a ILCCftp�;,iq -kt,& WprK A, 44-e- -,,zoii A-zlAs ENGINEER'S ESTIMATE March 16, 2011 City Clerk City of Iowa City, Iowa Re: 2011 Wales Street Water Main Improvements Project Dear City Clerk: The estimate for this project is $105,000. Sincerely, Jason R. Havel, P.E. Civil Engineer ► P 1 ®104 j CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240.1826 (319) 356 -5000 (319) 356 -5009 FAX www.fcgov.org N _O 23 A °� � 1 C7 —C —I C-) rn -q CJ a- CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION r- ' P r) 16 Py CITY �'�4 /0 /T 4 R A PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2011 WALES STREET WATER MAIN IMPROVEMENTS IOWA CITY, IOWA January 17, 2011 I hereby certify that this engineering document was prepared by supervision and that I am a duly licensed Professional Engineer Iowa. SIGNED: DATE: Ronald L. Amelon, P.E. Iowa Reg. No. 14201 My license renewal date is December 31, 2011. me or under my direct personal under the laws of the State of RONALD L. AMSLON i 14201 SPECIFICATIONS TABLE OF CONTENTS 2011 f1l�R 1 � P�1 3� Ors TITLE SHEET Cli��l Y >i�OtivF� TABLE OF CONTENT P '� NOTICE TO BIDDERS ........................ ............................... NOTE TO BIDDERS ................... ............................... FORM OF PROPOSAL .................. ............................... BIDBOND ........................................... ............................... FORM OF AGREEMENT......... PERFORMANCE AND PAYMENT BOND............ CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS) ...... GENERAL CONDITIONS.. SUPPLEMENTARY CONDITIONS Page Number ................ ............................... SC -1 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS......................................................................... ............................... R -1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ....................... ............................... 01010 -1 -5 Section 01025 Measurement and Payment .............. ............................... 01025 -1 -8 Section 01300 Submittals ........................................ ............................... 01300 -1 -2 Section 01310 Progress and Schedules .................. ............................... 01310 -1 -2 Section 01570 Traffic Control and Construction Facilities ...................... 01570 -1 -3 DIVISION 2 - SITE WORK Section 02050 Demolition, Removals and Abandonment ....................... 02050 -1 -3 Section 02100 Site Preparation ............................... ............................... 02100 -1 -2 Section 02220 Earth Excavation, Backfill, Fill and Grading ..................... 02220 -1 -5 Section 02240 Trench Excavation, Bedding and Backfill ........................ 02240 -1 -10 Section 02270 Slope Protection and Erosion Control ............................. 02270 -1 -3 Section 02510 Hot Mix Asphalt Paving, Bituminous Seal Coat, and Milling 02510 -1 -4 Section 02520 Portland Cement Concrete Paving .. ............................... 02520 -1 -3 Section 02524 Curb Ramps ..................................... ............................... 02524 -1 -4 Section 02661 Construction Specification for Public Water Distribution.. 02661 -1 -16 Section 02665 Water Service Work For Contractors ............................. - 02665 -1 -6 Section 02751 Directional Boring and Drilling ........... ............................... 02751 -1 -7 Section 02920 Seeding ............................................ ............................... 02920-1 -4 Section 03350 Colored Concrete Finishes ............... ............................... 03350 -1 -2 N O y � Q� w CD r FILED 2011 HAR 16 I'M 3: OI+ CITY CLERK IOVIA CITY, 10V -11+ NOTICE TO BIDDERS 2011 WALES STREET WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 28th day of April, 2011. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Hervat Hall at 7:00 P.M. on the 3d day of May, 2011, or at special meeting called for that purpose. The Project will involve the following: Boring 550 LF of PVC water main, installing 72 LF of DIP water main, installing two tapping sleeves and gate valves, installing two fire hydrants with auxiliary gate valves, connect six existing water services to the new water main, pavement removal and replacement, lawn restoration, and abandoning the existing two inch water main. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc, 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 from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10 % of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the AF -1 City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the Improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 6, 2011 Specified Completion Date: August 10, 2011 Liquidated Damages: $400 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the Iowa City Engineering Department, 410 Washington Street, Iowa City, IA 52240, telephone 319 - 356 -5410 or fax 319 -356- 5007, Iowa, by bona fide bidders. A $35 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 the City of Iowa City. 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. AF -2 16 P 3:04 TYC1.ER;t CfTY /0r'rq Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 ri cr") — U W 1 .mod �p U►- LL g U� O o N ' Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal NB-11 0 sr .V- FORM OF PROPOSAL 2011 WALES STREET WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. 0 cwe.fu�tl�er propose to do all "Extra Work" which may be required to complete the work Qntempjat�dSR unit prices or lump sums to be agreed upon in writing prior to starting such work. 8� 'J>: io C) ti ESTIMATED UNIT EXTENDED •4-PEM aD Eb&IPTION UNIT QUANTITY PRICE AMOUNT 1. - Mobiliation LS 1 $ $ 2. c'JTraffic Control LS 1 $ $ 3. Remove Existing ACC Pavement SY 114 $ $ 4. Remove Existing PCC Pavement SY 67 $ $ 5. Remove Existing Sidewalk SY 27 $ $ 6. Install 6" x 6" Tapping Sleeve EACH 2 $ $ 7. Install 6" Tapping Valve EACH 2 $ $ 8. Install 6" Diameter DIP Water Main LF 72 $ $ 9. Bore 6" Diameter PVC Water Main LF 550 $ $ 10. Install Fire Hydrant with Assembly EACH 2 $ $ 11. Connect Existing Water Service to New Water Main EACH 6 $ $ 12. Place New 7" PCC Pavement with 3" ACC Overlay SY 114 $ $ FP -1 13. Place New T' PCC Pavement SY 67 $ $ 14. Place New 4" PCC Sidewalk SY 27 $ $ 15. Install 6" thick PCC Curb Ramps EACH 1 $ $ 16. Abandon existing water main EACH 1 $ $ 17. Lawn Restoration LS 1 $ $ 18. Construction Staking LS 1 $ $ TOTAL EXTENDED AMOUNT = The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: i 10 NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated the 2011 Wales Street Water Main Improvements Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. T!2p Principal and the Surety hereto execute this bid bond this o -t c'i c -� , A.D., 20_ = cr= 1�tfiass ac F d Principal F� �a By N Witness 9M Surety By _ Attach Power -of- Attorney day of (Seal) (Title) (Seal) (Attorney -in -fact) FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20_, for the 2011 Wales Street Water Main Improvements Project ( "Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; C. Plans; "n ?^ d. Specifications and Supplementary Conditions; s e. Notice to Bidders; O�� rn W f. Note to Bidders; y' o g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; L Contract Compliance Program (Anti- Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of Citv By Mayor ATTEST: City Clerk FTWA Contractor ATTEST: 20_ (Company Official) Approved By: City Attorney's Office in o (`g U L W -_. ._1>: LL Q U O o N W FTWA Contractor ATTEST: 20_ (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND I n (insert the name and address or legal title of the Contractor) 1011 f pl Principal, hereinafter called the Contractor and P !G Phl o. 05 (insert the legal title of the $t{r� ) as Surety , iFa�ff�r the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of (date) entered into a written Agreement with Owner for the 2011 Wales Street Water Main Improvements Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by MMS Consultants, Inc, which Agreement is by reference made a part hereof, and the agreed - upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. & The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient Na funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (�) 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. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: �n Witness C) cr' cC t=Witness U. o N IM (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) D 701l1fAR 16 P�/ 3; 05 10EgroY10f;� we�W` oorupHance Program CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance, The City's protected classes are listed at Iowa City City Code section 2 -3 -1. CC -1 to o (Y) v U1 v .o U 0 N CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 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 pay or 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. § 1608 at sec .) 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 N C7 5. The undersigned agrees to display, in conspicuous places at the work site, all platers required by federal and state law for the duration of the contract. NOTE: The City can prd}WQ asst tande —ag obtaining the necessary posters. C-) :t; ; y _ yr 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 CC -3 in C:) M L 4d!� a V Ir LO �. U ir- VO 5z N CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for exaffle, through the use of letters to all recruitment sources and subcontractors, personal contacts, eemploy&. meetings, web page postings, employee handbooks, and advertising. —� 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign somr�thsesp '' ility of administering and promoting your company's Equal Employment Opportunity proddr3; This, per- hould have a position in your organization which emphasizes the importance of the prograb3 C, :1) U 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by Identifying yourself on all recruitment advertising as "an equal opportunity employer ". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non - biased promotion, transfer and training policies to increase and /or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 I City of °AN CND' 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 In O <, y O r LL J [L 7 J)° O N I City of °AN CND' 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 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: C. It shall be unlawful for, any employer, employment agency, labor organize - 2-3-1: Employment; Exceptions tion or the employees or members 2 -3 -2: Public Accommodation; thereof. to directly or indirectly adver- Exceptions Use or in any other manner indicate or 2 -3 -3: Credit Transactions; Exceptions publicize that individuals are unwel- 2 -3 -4c Education come, objectionable or not solicited 2 -3 -5: Aiding Or Abetting; Retaliation; for employment or, membership be- Intimidation cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sexor sexual orientation. (Ord. 95 -3697, 11 -7 -1995) 2 -3 -1: EMPLOYMENT, EXCEPTIONS: D. Employment policies relating to preg- A. It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against an_ y other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender Identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexual orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- B. It shall be unlawful for any labor orga- ridge, childbirth and recovery there- nization to refuse to admit to member- from are, for all job - related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or otherwise discriminate against any temporary disability Insurance or sick applicant for membership, apprentice- leave plan available In connection with ship or training or any member in the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- Involving terms and conditions of Ing because of age, color, creed, employment as applied to other tem- disability, gender identity, marital porary disabilities. status, national origin; race, religion, sex or sexual orientation of such ap- E. it shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro- 897 I� Iowa City u � i M U� 1 � Q UI CC -6 2 -3 -1 C. LIJ ,J UL 2 -3 -1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members And an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- a test for the presence of the antibody to the human immunodeficiency virus, is. prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Pubilc Health . declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- f1ciency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or Its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reii d -a: i- tion for Instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious, Institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -8 -1994) W� �U B9> Q N Iowa city CC -7 2 -3 -1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- glon, sex or sexual orientation. (Ord. 95 -3697, 11 77 -1995) 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona rfide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- Be purpose. 7. To employ on the basis of disability In those certain Instances where pros- once of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be Interpreted narrowly. (Ord. 94 -3647, 11 -8 -1994) GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N L1 C")-G CIS 6y-��• � v'Q•7 x- o CA GC -1 ci 1.1.E I 0 c� ii SUPPLEMENTARY CONDITIONS �C Vic? ARTICLES WITHIN THIS SECTION w �A U F^ -- -,- 3 ~J-gefinitions L'tnitations of Operations Insurance t11 �2 F3 S -4 S -5 S -6 S -7 S -8 S -9 S -10 S -11 S -12 Supervision and Superintendence Concerning Subcontractors, Suppliers and Others Compliance with OSHA Regulations Employment Practices Contract Compliance Program (Anti- Discrimination Requirements) Measurement and Payment Taxes Construction Stakes Restriction on Non - Resident Bidding on Non - Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S -1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S -3 INSURANCE. o M A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION C-)- Before commencing work, the Contractor shall submit to the CityjPapsovalr-a -i Certificate of Insurance, meeting the requirements specified herein, tc_ be e ect tor. the full contract period. The name, address and phone number ot'tfae insuranP company and agent must accompany the certificate. The liability: - units required hereunder must apply to this Project only. 0.I 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his /her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Each Occurrence Aggregate $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the Indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self - insured retention. SC -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 exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims- made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, 'Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. �O o d. Nail" or "Prior acts" coverage so provided shall have the same coverage, with the c K clame limits, as the insurance specified in this Contract, and shall not be subject to r a W--any further limitations or exclusions, or have a higher deductible or self- insured W C->M tention than the insurance which it replaces. J `O > -O 5. cc The-Eity reserves the right to waive any of the insurance requirements herein provided. A.� s Tf(e'Qjty 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. 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 The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising SC -3 out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S -4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 tCo'urs per day, seven days per week to respond to emergencies which may occur aftdF-hours,i.j CONTRACTOR shall provide to ENGINEER the phone number and /or pagir%Oervice; of this,, individual. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATION V Bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S -6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 191C (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S -7 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors, shall employ any person whose physical or mental condition is such that his /her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, SC -4 marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S -8 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S -9 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. 5 -10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S -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. S -12 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. SC -5 .1) CD R Ld N SC -5 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non - resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non - resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his /her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: R -1 N C? E3 rr n ro . A-1 _. . Tr o ON SECTION 01010 SUMMARY OF THE WORK CD ?A PART 1 GENERAL c-) r m 1.01 SUMMARY �� ca A. Prepare, submit and update as necessary a schedule of the work. D q CJ. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to pedestrians, 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 at the Pre- Construction meeting a detailed schedule ofthe proposed work, The schedule shall include proposed dates and durations of lane reductions and 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. 1.03 CONTRACT A. The Work is removal of Portland Cement Concrete, hot mix asphalt, and driveways, curbs and gutters, sidewalks, curb ramps, water main, construction of Portland Cement Concrete, hot mix asphalt, driveways, parking lots, curbs and gutters, sidewalks, curb ramps, water main, water service, water hydrants and valves, and other miscellaneous items. n 1.04 The Contract is a single, unit price contract. CONTRACTOR USE OF PREMISES Contractor shall limit the use of premises to allow: 1. Construction operations on property, rights -of -way and easements provided by Owner. 2. Owner occupancy and use of existing water service until new service is provided. 3. Use of public rights -of -way for public access and private lands for land owners and lease holders. 4. Provide access for tenants, landowners, residents and guests to housing facilities within the project area. 01010 -1 6416011speo 01010.doo 1.05 FIELD ENGINEERING A. Owner will provide inspection services through duration of project. 1.06 PHASING OF WORK A. Some of the construction work must proceed in phases to provide safe and continuous water supply, accommodate work by others or to minimize excavation work and costs. B. Prior to advancing to the next phase or sub- phase, the existing phase or sub -phase shall be sufficiently complete to accommodate work by others or allow reopening to the public, as determined by the Engineer. 1.07 COORDINATION WITH UTILITIES A. Communicate with and inform public utilities of work activities in areas of potential conflict. B. It is anticipated that some utility conflicts may occur which cannot be resolved ahead of time. Contractor shall work closely with utility companies to aid in all relocations to keep the project on schedule. 1.08 STREET CLOSINGS A. Parking can be removed along Wales Street during construction as necessary. Necessary signs can be obtained from the Engineering Department. B. Traffic control shall be set up to maintain access to all properties at all times. C. Contractor shall maintain one lane minimum to traffic at all times with the exception of (D) below. Reductions to one -lane traffic shall allow for a 12 foot wide lane and shall be limited to a distance of 350 feet or an adequate site distance as determined by the Engineer. D. Closure of Wales Street, Ridgewood Drive, and Friendship Street are allowed during water main crossings. Traffic control shall be set up to maintain access to all properties during crossings. Detours will be necessary 1.09 JOB SITE ADMINISTRA TION A. Contractor shall provide competent, suitable qualified personnel to perform construction as required by Contract Documents. Contractor shall at all times maintain good discipline and order at site. B. Incompetent or incorrigible employees shall be dismissed from Work by Contractor or its � epresQ*ative when requested by Engineer, and such persons shall not again be permitted to return rto W_; - without written consent of Engineer. g v o 01010 -2 6416011spec (010.doc N 1.10 PERMITS REQUIRED BY CONTRACTOR A. Contractor shall obtain and pay for all construction permits and licenses required including the procedures for preparation of any and all plan and all required notices. 1.11 EXAMINATION OF SITE, PLANS and SPECIFICATIONS A. The Contractor must satisfy himself by personal examination of the location of the proposed work, by examination of the plans and specifications and requirements of the work and accuracy of the estimate of the quantities of work to be done, and shall not at any time after submission of a bid, dispute or complain of such estimate or assert that there was any misunderstanding in regard to the nature or amount of work to be done. Submission of a signed proposal by the Contractor shall signify to the Owner that the Contractor has made personal examination of the site and the physical conditions which may affect his bidding and performance under this proposal. B. The Contractor shall not use or be entitled to use any of the information made available to him as stated above or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Owner or the Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. L12 NOTICES A. Each of the following notices shall be written, printed, and distributed by the City Water Division: 1. Three weeks prior to construction activity, a notice of construction phasing will be distributed to community members that will be affected by construction. 2. A notice sent to neighborhood when water service shut down is necessary. A notice sent to each affected residence in advance when water service will be shut off. 1.13 MATERIALS FURNISHED BY OWNER A. 1.14 A. Materials provided by City Water Division will include: tapping saddle, corporation cock, curb shut - off valve, and curb box. OPERATIONS BY CITY EMPLOYEES Owner will provide the following services: 1. Labor and equipment to complete water service taps. 2. Development and distribution of notices to property owners. 3. Off— site water valve operations. 01010 -3 6416011spee 01010.doc N -tc-) v1 �rn D o u. 1.15 TEMPORARYSANITARYFACILITIES M .Q 4� Ceil#actor must provide and maintain temporary facilities and enclosures for domestic waste. LI JPAlft im 21ODUCTS �.b > Es G PAR13- EXECUTION rN 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre - Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK.• A. No work shall be done between the horns of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting fleshly poured concrete. B. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. C. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. D. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. E. The Contractor will become an active partner with the City in communicating with and providing hnfonnation to concerned residents and businesses. F. Work will be staged to minimize the length of time parking spaces are lost. 3.03 SEQUENCE OF OPERATIONS. A. All work which involves operating the active public water distribution system will require 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. This is the sequence of operations as envisioned by the Water Division for this project.'ne Contractor may submit an alternative plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the 01010 -4 6416011spe 01010.dw significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose ofthe following operation plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. Phase I — Installation Tapping Sleeve and valve at intersection of Wales Street and Seventh Avenue. Step 1 — Install Tapping Sleeve and valve to connect to new water main. Step 2 — Install DIP water main under Wales Street to five feet past the back of curb. Step 3 — Replace pavement on Seventh Avenue and Wales Street. Phase 11— Installation of new water main on Wales Street Step 1 — Bore PVC water main on Wales Street from north to south. Install deadend hydrant assembly, valves, and fittings on Wales Street. Phase III — Installation of Tapping Sleeve and valve at intersection of Wales Street and Court Sheet. Step 1 — Install Tapping Sleeve and valve to connect to new water main. Step 2 — Install DIP water main under Court Sheet to ten feet past the back of curb. Step 3 — Replace pavement on Court Street and Wales Street. Step 4 - Bacteria and pressure test the new water main. Phase IV — Connect existing water service lines to new water main Step 1 — Connect existing water service lines to new water main. Phase V — Abandon existing two inch water line. Step 1 — Cut out existing tap and replace with water main. Step 2 — Replace pavement on Seventh Avenue END OF SECTION -1 c.) rn .<M -r) w 01010 -5 ON 6416011spec O1010.dw N ci - - -„r - 6416011spec O1010.dw SECTION 01025 MEASUREMENT AND PAYMENT PART1- GENERAL 1.01 SUMMARY A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OFMEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section, The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OFPAYMENT.- A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis, In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART2- PRODUCTS 2.01 NONE PART 3 - EXECUTION { rn w 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025 -1 6416011spec01025.doc 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, ]handling water, installation of all o necessary sheeting, bracing and temporary fencing around all open excavations and supply, iacement and compaction of specified backfill. JPc prices for those items which involve surface removal adjacent to buildings or vaults U Ball include compensation to protect exposed surfaces fi•om water which may leak or seep — > eo vaults and/or basements. labor, materials and equipment required to bring surfaces to the proper elevation and N density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off 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. The 01025 -2 6416011speo 01025.doo contractor shall be responsible for erosion control measures and complying with the city's Construction Site Runoff permit. The cost of the erosion control measures and compliance shall be incidental. n B. BID ITEM DESCRIPTIONS 1. Mobilization C.) Q, The lump sum price for mobilization will include insurance, bo empgraryrll construction facilities and utilities, on -site physical plant, intdwifl ex ?6nse, ry construction management and coordination activities, preparationa� pa$nhcnt estimates, change orders, project documentation, submittals, attendanc at mc(�igs and related work. The mobilization price will be paid as a percent complete during the entire project, 2. Traffic Control The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 3. Remove Existing ACC Pavement over PCC Base The unit prices for this item will be paid based on the number of square yards of asphalt concrete pavements removed. Removal of Pavement shall include saw cuts, hauling, and disposal of waste materials, 4. Remove Existing PCC Pavement The unit prices for this item will be paid based on the number of square yards of Portland concrete pavements removed. Removal of Pavement shall include saw cuts, hauling, and disposal of waste materials. 5. Remove Existing Sidewalk The unit prices for this item will be paid based on the number of square yards of Portland Cement Concrete sidewalk removed. Removal of Pavement shall include saw cuts, hauling, and disposal of waste materials. 6. Install VxV Tapping Sleeve The unit price for this item will be paid on the number of tapping sleeves installed. This item shall include furnishing labor and equipment necessary to complete and install the sleeves, All costs associated with the following items shall be considered incidental to the completion and installation of the tapping sleeve. a. All adapters and sleeves required for installation and connections to existing water service pipe. b. All trench, exploratory, and hand excavation, except for rock excavation as defined by the Specifications, including furnishing necessary equipment. 01025 -3 6416011spec 01025.doc C. All replacement of sidewalks or driveways due to damages sustained from the contractor. d. Supply, placement and compaction of required pipe bedding material and supply, placement and compaction of standard or select material within the pipe envelope as specified. C. Supply, placement and compaction of all standard backfill and granular backfill material. Granular backfill material shall include backfill of all trenches under pavement and as otherwise indicated or specified. f. Frost excavation, frost ripping, frost blankets, or other activities associated with water main installation during cold weather. g. Flushing, testing and disinfection of water mains as required. h. Temporary support of existing utility mains and service lines. i. Protection of trees and repair of roots. j. Temporary fencing or barricades, not including traffic control. k. Repair or replacement of utility services damaged by Contractor. 1. Protection of existing valves so they are fully operable and accessible during r— construction. o Cn m. Installation of thrust blocks and insulation. d r>: w r~ n. Removal and disposal of water main materials which cannot be reused. v a ZJa Install 6" Tapping Valve o M The number of new valves to be paid for shall be equal to the actual number of valves constructed. The unit price for valves shall constitute full compensation for furnishing and installing new valve, as indicated on the drawings and as specified, and shall include the valve box and lid. 8. Water Main 6" Diameter DIP The unit prices shall constitute full payment for 6" water mains based on the number of lineal feet of pipe provided and installed. Length will be measured along the center line of the pipe installed with no deductions for fittings. All costs associated with the following items shall be considered incidental to water main installation unless they are included with other items listed in the BID Schedule. a. All adapters and sleeves required for installation and connections to existing water mains. b. All trench, mole, exploratory, and hand excavation, except for rock excavation as defined by the Specifications, including furnishing necessary equipment. 01025 -4 6416011spec01025.dw C. All replacement of sidewalks or driveways due to damages sustained from the contractor. d. Furnishing and installation of joint materials, fittings, and appurtenances whether they be indicated on the plans or not specifically identified. These include, but are not limited to, 6 "- 45 1and 22.51 DIP bends. C. Supply, placement and compaction of required pipe bedding material and supply, placement and compaction of standard or select material within the pipe envelope as specified. f. Supply, placement and compaction of all standard backfill and granular backfill material. Granular backfill material shall include backfill of all trenches under pavement and as otherwise indicated or specified. g. Dewatering of the trench including furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as necessary. Frost excavation, frost ripping, frost blankets, or other activities associated with water main installation during cold weather. Flushing, testing and disinfection of water mains as required. k. Temporary support of existing utility mains and service lines. Protection of trees and repair of roots. m. Temporary fencing or barricades, not including traffic control. n, Repair or replacement of utility services damaged by Contractor. o. Protection of existing valves so they are fully operable and accessible during construction. P. Installation of thrust blocks and insulation. q. Removal and disposal of water main materials which cannot be reused. Shut down, draining existing water system and disposal of water. N S. Removal of shrubs. = 9. Bore 6" Diameter PVC water main —t 1n The unit price for this item will be paid based on plan quantitie bi walyS mapil installed by boring and either jacking or pulling. Included with this itgrgys exca'vatiopy -y jacking pit, receiving pit, boring and jacking or pulling, carrier pipigde r6straine$ ' joint PVC), and disposal of excavation and spoil material. o 01025 -5 6416011spw 01025.doc 10. Install Fire Hydrant Assembly The number of new fire hydrants to be paid for shall be equal to the actual number furnished and installed. The applicable unit prices shall constitute full compensation for furnishing all materials and the installation including excavation, furnishing and installing specified valves, hydrants, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid, tracer wire terminal box, and backfill, complete, as indicated on the plans and as specified. The cost for auxiliary valve shall be included in the price for the hydrant. 11. Connect Existing Water Service to new water main. The unit prices shall constitute full payment for connecting the existing water service to the new water main. Costs shall not be included for furnishing these materials since they will be provided by the City Water Division at no cost. a. Tapping saddle, corporation cock and tapping service. b. Curb shut -off valve and box. All costs associated with the following items shall be considered incidental to water service installation unless they are included with other items listed in the BID Schedule. a. All trench excavation, mole excavation, exploratory excavation, including hand excavation, except for rock excavation as defined by these Specifications. b. Furnishing and installing copper water service pipe. r— C. Furnishing and installing couplings for connection to existing water services. o Q m p d. Installing materials furnished by the City Water Division. a W ' U t= e. Making connections to existing services and removal and disposal of the >- v abandoned old service valve box and old water service components in conflict U— I— v o with the new water service. Removal and disposal of the old water service components as indicated on the plans, including shutting off the existing � C corporation stop. f. Supply, placement and compaction of required pipe bedding material and supply, placement and compaction of standard or select material within the pipe envelope as specified. g. Supply, placement and compaction of all standard backfill and granular backfill material. Granular backfill material shall include backfill of all trenches under pavement and as otherwise indicated or specified. h. Dewatering of the trench including furnishing pumps, piping, well points, etc., as required i. Testing and disinfection of water mains as required. 01025 -6 6416011spee 01025.dm N j. Temporary support of existing utility mains and service lines. C?6� k, Protection of trees and repair of roots. y..a v� 1. Temporary fencing or barricades. m. Repair or replacement of water services damaged by Contractor. y o n. Protection of existing valves so they are fully operable and accessible drirmg construction. 12. Place new ACC Pavements and Driveways The unit price for this item will be paid based on the number of square yards of asphalt cement concrete pavements, bases and overlays constructed at the specified widths, thicknesses and mix designs. This includes the construction of a concrete or brick base that might have an asphalt overlay. The pavement replaced shall be the same material as what is removed including the base and hot mix asphalt overlay. 13. Place new PCC Pavements and Driveways The unit prices for this item will be paid based on the number of square yards of Portland Cement Concrete pavements and driveways installed at the specified widths, thicknesses and mix designs. This includes the construction of full depth concrete from the back of curb to the back of sidewalk where existing driveways are gravel or dirt. Also included with this item is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. Aggregate durability class for all P.C. Concrete paving shall be Class 3i. If weather conditions prohibit the use of Class M, P.C. Concrete, a deduct in payment will be negotiated for the reduced cement content in Class C, P.C. Concrete. 14. Install PCC Sidewalk The unit price for these items will be paid based on the number of square yards of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items are all grading, subgrade preparation and compaction, subgrade treatments, forming, reinforcing steel, dowel connections to existing sidewalk, concrete placement and finishing, curing, jointing and joint sealing, and backfrlling at form lines. 15. Install 6" PCC Curb Ramps 01025 -7 6416011spec 01025.doc u1 S.J LU M r— v Tk 0 N The unit price for this item will be paid based on the number of Portland Cement Concrete curb ramps installed to meet the specifications of I.D.O.T Standard Road Plan MI -220. Included with this item are subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, truncated domes, curb ramp coloring, curing, jointing and sealing, and backfilling at form lines. Removal of Portland Cement Concrete Sidewalk, necessary to install the curb ramps, shall include saw cuts, hauling, and disposal of waste materials. 16. Abandon Existing Water Main x� s. L) r 1//-99 rS The unit price for this item will be paid on the number of water mains that are abandoned. All costs associated with the following items shall be considered incidental to abandoning the existing water main unless they are included with other items listed in the BID Schedule. a. All adapters and sleeves required for installation and connections to existing water mains. b. All trench, mole, exploratory, and hand excavation, except for rock excavation as defined by the Specifications, including furnishing necessary equipment. c. All replacement of sidewalks or driveways due to damages sustained from the contractor. d. Furnishing and installation of pipe, joint materials, fittings, and appurtenances. e. Supply, placement and compaction of required pipe bedding material and supply, placement and compaction of standard or select material within the pipe envelope as specified. £ Supply, placement and compaction of all standard backfill and granular backfill material. Granular backfill material shall include backfill of all trenches under pavement and as otherwise indicated or specified. g. Dewatering of the trench including furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as necessary. i. Frost excavation, frost ripping, frost blankets, or other activities associated with water main installation during cold weather. j. Flushing, testing and disinfection of water mains as required. k. Temporary support of existing utility mains and service lines. 1. Protection of trees and repair of roots. m. Temporary fencing or barricades, not including traffic control. 01025 -8 6416011spec 01025.do n. Repair or replacement of utility services damaged by Contractor. o. Protection of existing valves so they are fully operable and accessible during construction. p. Installation of thrust blocks and insulation. q. Removal and disposal of water main materials which cannot be reused. r. Shutdown, draining existing water system and disposal of water. s. Removal of shrubs. 17. Lawn Restoration The lump sum price for this item will be paid for all lawn areas which are disturbed and not replaced with pavement unless noted on the plans or directed by the engineer. The following shall be incidental to this item: any topsoil that will be disturbed shall be stripped, salvaged, stockpiled and spread to establish a uniform grade between the sidewalk, top of curb and all undisturbed ground. Topsoil shall be removed to a uniform 9 -inch depth. Top soil replacement over disturbed areas shall be to a minimum thickness of 9 inches. Contractor shall provide any additional topsoil required at no extra cost. The topsoil shall be seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one -year guarantee. No distinction in price shall be made for various seed mixtures specified. 18. Construction Staking All construction staking is the responsibility of the contractor. Payment for this item shall be lump sum for all required staking. END OF SECTION 01025 -9 6416011spec 01025.dw N w C) xx r� Y o J 01025 -9 6416011spec 01025.dw B. Apply Contractor's stamp, signed or initialed and dated, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. C. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Notify the Engineer, in writing, at the time of submission, of variations. D. Provide space for the Engineer's review stamp on each item. E. Revise and resubmit submittals as required. Identify all changes made since previous submittal. F. Do not begin fabrication or work which requires a submittal until the return of such submittals by the Engineer with the Engineer's stamp marked either "reviewed" or "Reviewed as Noted ". 1.2 ENGINEERS REVIEW: A. The Engineer's review and stamp of submittals shall not relieve the Contractor from responsibility for any deviation from the Contract Documents unless the Contractor has, in writing, called the Engineer's attention to such deviation at the time of submission, and the Engineer has given written concurrence to Contract Documents to specific deviation, nor shall any concurrence by the Engineer relieve the Contractor from the responsibility for errors or omissions in submittals. 1.3 CONSTRUCTIONPROGRESSSCHEDULES: A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Submit revised schedules monthly, identifying changes since previous version. Indicate estimated percentage of completion for each item of Work at each submission. 1.4 PROPOSED PRODUCTS LIST: A. Within 15 days after date of Notice to Proceed, submit list of major Products proposed for use, with name of manufacturer, trade name, and model number of each product. 01300-1 6416011spee 01300.dw N Q 3 SECTION 01300 SUBMITTALS PART1 GENERAL ^ice �, 6g' 1.1 SUBMITTAL PROCEDURES: rn � _ A. All submittals should identify Project, Contractor, Subcontractor or D o supplier and pertiriedt Contract Document references. B. Apply Contractor's stamp, signed or initialed and dated, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. C. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Notify the Engineer, in writing, at the time of submission, of variations. D. Provide space for the Engineer's review stamp on each item. E. Revise and resubmit submittals as required. Identify all changes made since previous submittal. F. Do not begin fabrication or work which requires a submittal until the return of such submittals by the Engineer with the Engineer's stamp marked either "reviewed" or "Reviewed as Noted ". 1.2 ENGINEERS REVIEW: A. The Engineer's review and stamp of submittals shall not relieve the Contractor from responsibility for any deviation from the Contract Documents unless the Contractor has, in writing, called the Engineer's attention to such deviation at the time of submission, and the Engineer has given written concurrence to Contract Documents to specific deviation, nor shall any concurrence by the Engineer relieve the Contractor from the responsibility for errors or omissions in submittals. 1.3 CONSTRUCTIONPROGRESSSCHEDULES: A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Submit revised schedules monthly, identifying changes since previous version. Indicate estimated percentage of completion for each item of Work at each submission. 1.4 PROPOSED PRODUCTS LIST: A. Within 15 days after date of Notice to Proceed, submit list of major Products proposed for use, with name of manufacturer, trade name, and model number of each product. 01300-1 6416011spee 01300.dw 1.5 SHOPDRAWINGS: A. Shop Drawings for Review: 1. Submitted to Engineer for review for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. 2. After review, produce copies and distribute in accordance with the submittal procedures article above and for record documents purposes described for contract closeout. B. Shop Drawings for Information: 1. Shall be submitted for the Engineer's benefit as contract administrator or for the Owner. 2. Reports of inappropriate or unacceptable work may be subject to action by the Engineer or Owner. C. Shop Drawings for Project Close -out: 1. Shall be submitted for the Owner's benefit during and after project completion. D. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.6 PRODUCTDATA: A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this project. 1.7 MANUFACTURER INSTALLATIONINSTRUCTIONS: A. When specified in individual specification sections, submit manufacturer printed instructions for delivery, storage, assembly, installation, and finishing, in quantities specified for Product Data. 1.8 MANUFACTURER CERTIFICATES: A. When specified in individual specification sections, submit certifications by manufacturer to Engineer, in quantities specified for Product Data. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting �eferer}c�e data, affidavits, and certifications as appropriate. c7 C Cl- t_ END OF SECTION uj (_.) w- LL U Q N 01300-2 6416011 spec 01300.dm SECTION 01310 .. 1 PROGRESS AND SCHEDULES r' -x [_J PART 1- GENERAL c ca yo 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to pedestrians, residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. L02 SUBMITTALS. A. The Contractor shall submit at the Pre - Construction meeting a detailed schedule of the proposed work. The schedule shall include proposed dates and durations of lane reductions and 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. PART2- PRODUCTS None. PART 3- EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION. A. A Pre- Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. The specified start date is June 6, 2011. The specified completion date is August 10, 2011. Saturdays will not be counted as working days. Liquidated damages of $400 /day will be charged on work beyond August 10, 2011. 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 shall be 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 - phase shall be sufficiently complete to allow reopening to the public, as determined by the 01310 -1 Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIESAND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub - drainage, ballast, sub - ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Raihroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 6416011spee 01310 -W.doc 01310 -2 C7 O ¢ r !_� � C J�' CJi N 01310 -2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1- GENERAL 1.01 SUMMARY.• A. Furnish, install and maintain traffic control and construction facilities requiredJor the work. Remove when work is completed. L02 REFERENCES: Cn A. IDOT Standard Specifications. �eli n rn B. U.S. Department of Transportation Federal Highway Administration "Manua .--n°'UhKrm Traffic Control Devices for Streets and Highways," 2003 Edition, as revised. 3" C) C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2- PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT.• A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570 -1 6416011 spec 01570.doe Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 PARKING: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. B. The public will not be allowed to park on Wales Street for the duration of this project. C. The contractor shall maintain vehicular access to the residences on Wales Sheet for the benefit of residents and guests for the duration of this project. Should access to or use of a particular driveway need to be restricted during an adjacent construction activity, the contractor shall give prior notice to the resident and shall restore use of the driveway prior to the completion of the work day. D. The Contractor shall be permitted to place equipment, vehicles and supplies on the east side of Wales Street only and may use this area 24 hours a day 7 days a week during the heavy construction period of the contract. E. Contractor shall maintain one 12 foot wide lane of traffic everywhere at all times except where indicated on the plans (street closures on Wales Street, Ridgewood Drive, and Friendship Street). F. Contractor may place equipment and supplies elsewhere only when it is required for completion of work. Placement of equipment and supplies elsewhere must have prior approval of the Engineer. 3.03 MAINTENANCE OFFACILITIES. A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced whenever Contractor is not on the site and actively working in the excavation. 3.05 ADDITIONAL FACILITIES. A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. U) CD C°7 W ci E.l..i L— .- 'tmol1spQ END OF SECTION cf CG Cr.� V Y' ?-v 01570 -2 is3y��t O SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1- GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. o 1.02 REFERENCES. A. MOT Standard Specifications. .=tn f7l 1.03 QUALITYASSURANCE. CD A. Disposal sites shall comply with all applicable Iowa Department of Natural R sources wid United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS. A. Locations of disposal sites. PART2- PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, MOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2510. Removal of Pavement. Section 2511. Removal and Construction of Sidewalks and Recreation Trails. Section 2515. Removal and Construction of Paved Driveways. 02050 -1 6416011spee 02050.dm 3.02 INSPECTION.• A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES. A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non - working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non - working and non - active periods. C. Site Access Measures o'A. Pedestrian access to homes and businesses shall be maintained at all times. C.g � � Temporary gravel surfaces shall be provided as directed by the Engineer. 7- it Ld °- L3 .Contractor shall perform demolition and removal operations so as to maintain sg� V V vehicular access to adjacent properties and businesses to the maximum extent l —.< possible. v� N D. Disposals 02050 -2 6416011spec 02050.doc 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor - furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOVALS. A. Pavement and Sidewalk Removals I. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, Portland Cement Concrete, and Hot Mix Asphalt pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. All brick removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department yards located at 3800 Napoleon Lane. 5. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. END OF SECTION 02050 -3 6416011spec 02050.dw r N r i C O P O Y' � 02050 -3 6416011spec 02050.dw SECTION 02100 SITE PREPARATION PART 1- GENERAL 1.01 SUMMARY. A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES. d o = A. MOT Standard Specifications. PART 2 - PRODUCTS ms' 'fir E %iq None. o _? ' ra PART 3 - EXECUTION Y ccoo 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBSAND VEGETATION. A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as 'REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line on lawn areas. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100 -1 6416011speo02100.dw 3.03 EXISTINGSTRUCTURESANDPROPERTY. A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. Mailboxes can remain on streets that are not closed to local traffic. 3.04 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 02100 -2 6416011spee 02100.dm CO o 4C M na r') u'r LL., "o N 02100 -2 6416011spee 02100.dm SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART I - GENERAL ° n �. 1.01 SUMMARY.• 1 j A. Excavating, placing, stabilizing and compacting earth, including trenop� mild rock excavation, addition of borrow and backfill, disposal of excavated material,4nd top& strip, salvage and spread. 1.02 REFERENCES. A. MOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698 -07, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 - PRODUCTS 2.01 MATERIALS. A. Granular backfill material shall consist of Class A Crushed Stone, ]DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3- EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures, Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220 -1 6416011spec02220.doc 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 DRAINAGEANDDEWATERING. A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. 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. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCHEXCAVATION.• A. General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every cf ort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 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 641601 rspec 02220.doc 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to m be laid directly on bottom of trench. Remove last of material to be excavated by C=) 4 use of hand tools, just before placing pipe. Hand shape bell holes and form a flat C? or shaped bottom, true to grade, so that pipe will have a uniform and continuous ci bearing. Support on firm and undisturbed material between joints, except for —J limited limited areas where use of pipe slings have disturbed bottom. —J 7- � -°-� B: F"'Pfotection O 0 r- Barricade and fence open excavations or depressions resulting from work during non - working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every cf ort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 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 641601 rspec 02220.doc 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 0 2. Excavate exploratory pits when location of pipe or other undergrontfiEl u4c is �- necessary for doing work properly. , °r i. . F. Disposal of Unsuitable Soil c�sr w 1. The Contractor shall notify the Engineer and Iowa Departmentao l Resources (DNR) if soil contamination is found or suspected during exLavationmo 2. Soil disposal and remediation method shall be an option outlined in the IDOT 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 forms and applications. G. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber ties. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02220 -3 6416011spec 02220.dw 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new I -inch or larger copper water service pipe from the co water main to the curb box. The Contractor will be paid per the applicable bid o item. If there is no bid item, the unit price for the replacement of the water service c� W shall be negotiated prior to commencement of the work. a v When water service is disrupted, the Contractor shall make a reasonable attempt to _ restore the service within two hours. V Water service pipe shall be type k soft copper. co 3.05 X6CKEXCAVATION.• A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220 -4 6416011spec 02220.dw 3.06 BACEFILLING: 3.07 A. General 1. Do not place frozen materials in backfill or place backfill upon fiozen m terial. Remove previously frozen material or treat as required before new baWill is placed. C7 �n - N B. Backfilling Excavations c'> s 1. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction r a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. EXCAVATION.• 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. 02220 -5 6416011spec 02220.do SECTION 02240 TRENCH EXCAVATION, BEDDING AND BACKFILL PART 1 - GENERAL 1.01 SUMMARY. A. Work includes trench excavation, pipe bedding, trench backfill and other specialties required for buried utilities and site improvement construction. 0 a — 1.02 RELATED SECTIONS: Refer to the following sections if applicable y c�-C A. Section 02660 - Water Distribution B. Section 02665 - Water Service Work For Contractors r -v ( b1 Cl) 1.03 REFERENCES. o A. IDOT Standard Specifications and including supplemental specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual," latest edition. 1.04 SUBMITTALS: A. Certificates for rock and materials. B. Gradation test reports on riprap and bedding material. C. Shop drawings on all manufactured or fabricated products used in Work. 1.05 TESTING. A. The Owner/Engineer will perform in -place density testing where moisture and density control is required and in areas indicated. 1.06 EROSION CONTROL PERMIT A. An NPDES permit is not required by Iowa DNR for this project. 1.07 TRENCHSAFETY.• A. Utility construction has inherent dangers including the safety of workers in excavated trenches. The Contractor shall execute his work with job site safety of primary concern. The Contractor shall be solely responsible for job site safety. 1.08 NOTIFICATION.• A. Contractor shall have all buried utilities located by the 1- 800 -ONE -CALL service. Contractor shall do some exploratory excavation as necessary to determine specific conflicts between existing utilities and new underground work. No extra compensation will be allowed for the exploratory excavations. 02240-1 6416011spec 02240.dw PART 2- PRODUCTS 2. 01 PIPE BEDDING. A. Granular pipe bedding for all gravity sanitary sewer pipe trenches shall be clean gravel or crushed rock meeting the following gradation: Pine Size 95% Passing 95% Retained Maximum Size Up to 18inch 1/2 inch No. 4 3/4 inch 20" to 30 inches 1 inch No. 4 1 1/2 inch Over 30 inches 2.02 GRANULAR BACKFILL: 2 inch No. 4 3 inch A. Granular backfill material shall be Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. 2.03 TRENCHSTABILIZINGMATERML: A. Trench stabilizing material shall be Class A Crushed Stone, MOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. 2.04 POROUSBACKFILL: A. Porous backfill material shall be IDOT Standard Specification Section 4131. 205 ROAD STONE: A. Crushed rock used for surfacing shall be Class A Crushed Stone, IDOT Standard Specification Section 4120.04. 2.06 RIP-RAP: A. Riprap for slope protection shall be 3 inch gabion stone according to MOT Supplemental Specifications for Gabions and Mattresses, SS — 5048. PART 3 - EXECUTION 3.01 TECHNIQUES: 2A. tExcept as amended below, the work in this section will conform with the following divisions rQ yc --and sections of the IDOT Standard Specifications: C) �- ° nil Miscellaneous Construction. „)m� vADivision25. Section 2502.Subdrains. C Section 2503. Storm Sewers. ra o Section 2504. Sanitary sewers. N Division 24. Structures. Section 2402. Excavation for Structures. 02240-2 6416011spn 02240.dw N b C) s n� 3.02 PROTECTION OFPROPERTY.- A. Construction activities shall be limited to the limits of construction or constructi � eear',semdht j where applicable. The contractor shall be responsible to protect adjacent propertie"stirid alas outside the limits of construction or construction easement. �D All branch, limb, and root cuttings on trees to be protected shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chain saw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or tom edges or any roots V or larger in diameter or on any branches. Frayed edges can be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 2. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. B Communicate with and inform public utilities of work activities in areas of potential conflict. It is anticipated that many utility conflicts will occur which cannot be resolved ahead oftime. Contractor shall work closely with utilities to aid in all relocations to keep the project on schedule. The Contractor shall be responsible for requesting utility locations prior to commencing work. C. The Contractor shall be responsible to protect and preserve existing utilities, items indicated to be protected, and adjoining properties during his construction activities. Contractor shall also be responsible to protect and preserve all sanitary sewer, storm sewer and waste appurtenances and markers installed by others on the project. D Excavate test pits when location of pipe or other underground structure is necessary for doing work properly, Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. E Do not use or operate any heavy equipment on paved surfaces when treads or wheels are shaped as to cut or damage such surfaces. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 3.03 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work, Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate. Removal of topsoil from the site is not permitted. B. See Section 02485 — Restoration of Cropland Areas, if applicable. 3.04 EROSION CONTROL: 02240-3 6416011spec 02240.doc A. The Contractor shall be responsible for installing erosion control measures as indicated on the plans. Grading shall be accomplished in a manner that maintains good site drainage as indicated by the plans and compliments the erosion control facilities installed. The Contractor shall be responsible to replace or repair any erosion control facilities damaged by his activities at his own cost. Care shall be taken during the site grading operation to provide adequate site drainage and minimize disturbance of soils. 3.05 DRAINAGE AND DEWATERING. A. Provide and maintain ample means and devices to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Provide spare pumping units and generators as necessary for immediate use in case of equipment breakdowns. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. Excavations which are properly dewatered shall have no significant quantity or visible water within 1 foot of the bottom of the utility pipe. Excavations in granular soils (sand and gravel) may require well points and localized dewatering to minimize the potential for inducing a "quick" condition. 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. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be direct or through the ground. D. Include the cost of dewatering in the unit cost for sewer and water main installation in place unless otherwise noted. 3.06 TRENCHEXCAVATION. A. General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid Cn in granular bedding or concrete cradle, provided that material remaining at bottom oftrench is o wily slightly disturbed. L ti r}-$o not excavate lower part of trenches by machinery to subgrade when pipe is to be laid LU c ectly on bottom of trench. Remove last of material to be excavated by use of hand tools, m� `p -Iff t before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to . �-• a. t— de, so that pipe will have a uniform and continuous bearing. Support on firm and �.h isturbed material between joints, except for limited areas where use of pipe slings have stmbed bottom. N B. When the bottom of any excavation is removed beyond the limits indicated or specified, the Contractor shall backfill with Class A crushed stone compacted to 95% standard Proctor density. No additional compensation will be allowed. C. Unsuitable pipe foundation 02240-4 6416011 spec 02240.dm l7 E. 1. Notify the Engineer if soft, spongy or otherwise unsuitable material which may not provide suitable pipe foundation is encountered. 2. Engineer will investigate to determine suitability, recommend remedial measures, make measurements and authorize remedial work in writing. 3. If removal is authorized, Contractor shall remove and backfill withtrench stabilizing material and additional compensation will be allowed. Trench Width 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. 4. Contractor responsible for complying with all OSHA regulations pertaining to trench excavation. Protection 1. Barricade and/or fence open excavations or depressions resulting from work during non- working hours and when not working in immediate area. 3.07 ROCKEXCAVATION.• A. B. C. D. E. F. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. The Contractor shall inform the Engineer if rock is encountered which cannot be excavated by normal equipment and methods. The Engineer will review the site conditions and if appropriate, authorize the Contractor to proceed with rock excavation. Rock shall be excavated to the trench width as specified and to a depth 6 inches below the bottom of bedding material. Explosives shall not be used for rock excavation without approval of Engineer. The Engineer will measure limits and quantities of rock excavation required for payment purposes. Compensation for rock excavation will be by unit prices. 02240-5 6416011spec 02240.dw ca Vic? =� C-) R r- m r =z M _x w O kO II 0 G. Unless otherwise allowed by the Engineer, excavated rock shall be disposed of legally off site. No rock shall be incorporated into the project without the Engineer's approval. 3.08 BEDDING. A. Depth of bedding material and/or concrete encasement shall be as indicated on the drawings for the class and type of bedding specified. B. Class B bedding shall be used for all clay and concrete sanitary sewer installation unless otherwise indicated on the drawings. C. Crushed stone encasement shall be used for all PVC truss, PVC and HDPE sanitary sewer installation unless otherwise indicated on the drawings. D. Class C bedding shall be used for all Reinforced Concrete Pipe storm sewer installation unless otherwise indicated on the drawings. E. PVC water main or sewer force main 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 worker stomping on the soil along the sides of the pipe to the top of the pipe. F. Fill below pipe haunches by slicing with shovel. 3.09 BACKFILLING PIPE TRENCHES. A. Begin backfilling as soon as practicable after the pipes have beenplaced and proceed until complete. B. Material and Compaction 1. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot Cn o lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below M `,.paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor w C'Density. If under pavement, backfill to bottom of the subgrade. If not under [U ° —J pavement, backfill to within 12 inches of finished surface. �J 'r all other areas: Backfrll shall consist of suitable job excavated material placed in -ire foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. 3. Within embankments intended to contain water, backfill shall consist of selected, cohesive, site excavated material placed in 8 inch lifts and compacted to 90% Modified Proctor Dry 02240-6 6416011spec 02240.dm Density. Do not use any granular, non - cohesive or loosely dumped backfill materials. Bentonite may be used to decrease permeability of native soils in trench backfill. C. Backfill Material and Procedure Restrictions 1. Loose dumping of site excavated materials into the trench with no compaction is not allowed, because settlement increases the risk of personal injury and property damage and can cause undesirable site drainage. 2. Do not place stone or rock ftagments larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. 3. Do not drop large masses of backfill material into trench in such a manner as to endanger the pipeline. 4. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. 5. Flowable mortar maybe used upon approval of mix design by the Engineer., 6. Sand backfill is not permitted, [ 3.10 BACKFILLINGAROUND STRUCTURES. A. See IDOT Standard Specifications Section 2402. Excavation for Structures`p� r x w B. Do not place backfill against or on structures until they have attained sufweient o strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. C. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Dry Density unless otherwise indicated or specified. 3.11 FIELD DENSITY TESTS. A. The Owner/Engineer will furnish all equipment, labor and materials necessary to perform field density tests on trench backfills. B. Any Field Density Test which does not meet specified requirements will necessitate a second test from the associated area. If the second test fails, that area shall be compacted finther and retested until the specified requirements are reached. All costs associated with additional compaction and testing shall be the Contractor's expense. 3.12 SEPARATION OF WATER AND SEWER PIPES. A. Water mains shall be separated from gravity sewer mains by a horizontal distance of at least 10 feet unless: 02240-7 6416011spec 02240.doc 1. The bottom of the water main shall beat least 18 inches above the top of a sewer, and 2. Water main is placed in separate trench or in the same tench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the sewer. B. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between gravity sewers and water main, the contractor shall provide: 1. the sewer pipe shall be constructed (or reconstructed) using water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the Iowa Standards for Water Supply Distribution Systems, and 2. A minimum linear horizontal separation of at least 2 feet. C. Sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. the force main shall be constructed (or reconstructed) using water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8A ofthelowa Standards for Water Supply Distribution Systems, and 2. The sewer force main is laid at least 4 linear feet from the water main. D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide at least 18 inches vertical separation between the bottom of the water main and the top of the O sewer. Where local conditions prevent this vertical separation, the water main shall not be laced closer than 6 inches above a sewer or 18 inches below a sewer under any c=_ ircumstances. The separation distance shall be the maximum feasible in all cases. Ui � LO _ �i 2. Connect tile to nearest storm sewer. 3. Daylight to existing ground level with approval of the Engineer. 3.13 WATER SERVICES ENCOUNTERED: A. Copper water services 1. Copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) and are (or will be) beneath a paved surface shall be replaced from the water main to the curb box with new copper service pipe, without any joints. 2. The cost for this work will be incidental, with the exception of water services passing through pipe envelopes and/or retaining walls. The Contractor will be paid for relocation of water services passing through pipe envelopes and retaining walls per the applicable bid item. If there is no bid item, the unit price for relocation of water services shall be negotiated prior to commencement of the work. B. Lead or galvanized iron water services 1. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. N C. When water service is disrupted, the Contractor shall make a reasonable a t' f to � � '' FA � restore the service within two hours. $� D. New water service pipe shall be type K soft copper. 3.14 PROTECTION OF WETLANDS: W '� o A. For excavation activities which occur in or near a designated wetlands, 1. Corps of Engineer Section 404 permit and Iowa Department of Natural Resources Section 404 certification are required. Local ordinances for protected areas will apply. 2. Contractor will be required to comply with conditions of the permits. 3. All construction activities shall be conducted in a manner which will not violate water quality standards of the State of Iowa. 4. All unused excavated materials shall be removed from the wetland area and disposed in an upland, non - wetland site. 5. All construction equipment into the wetland area beyond the construction easement shall be on moveable construction pads. 3.1 S FENCE: 02240-9 6416011spec 02240.dw A. Replace any existing fence which was removed for the construction work unless noted 02240- 10 6416011spm 02240.dw otherwise on the drawings. END OF SECTION 0 2 o LA U. V r v N 02240- 10 6416011spm 02240.dw SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual ", latest edition. 1.03 QUALITYASSURANCE. A. Revelment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE. A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 - PRODUCTS 2.01 MATERUL S. A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone, Erosion Stone, and Gabion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270 -1 N O PART 1- GENERAL o -� 1.01 SUMMARY.• A. Placement of silt fence, erosion control mat, engineering fabric, reveff huhstoR, an erosion stone. -,I ;;c c..) v 1.02 REFERENCES. CD A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual ", latest edition. 1.03 QUALITYASSURANCE. A. Revelment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE. A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 - PRODUCTS 2.01 MATERUL S. A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone, Erosion Stone, and Gabion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270 -1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following ]DOT Standard Road Plans: EC -103 Wood Excelsior Mat EC -201 Silt Fence 3.02 SCHEDULE. A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE. A. Surface Preparation 1. The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement 1. Prior to placement of the geotextile, the soil surface will be inspected for quality of C3 design and construction. The geotextile will be placed on the approved surface at — the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a j^ manner that it will conform to the surface irregularities when material is placed on -r?` U ~ or against it. The geotextile may be folded and overlapped to permit proper �o _ >- placement in the designated area. a: F—Q LL v The geotextile will be joined by overlapping a minimum of 18 inches (unless — otherwise specified on the plans or by the manufacturer), and secured against the N underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U ", "L ", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U' shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed 02270 -2 641601191w 02270DOC as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 02270 -3 N to 0 rn ={ rn p� W CU SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT, AND MILLING. PART 1- GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. N p L02 REFERENCES; rn A. IDOT Standard Specifications. m o� w 1.03 QUALITYASSURANCE.- D 0 A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. PART2- PRODUCTS 2.01 MATERLILS. A. Except as amended in this document, the materials in this section will conform to the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. Division 41. Construction Materials. PART 3- EXECUTION Section 4127. Aggregate for Hot Mix Asphalt, Section 4137. Asphalt Binder. 02510 -1 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders, Division 22, Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Cleaning and Repair. Section 2213. Base Widening. Division 23. Surface Courses. A. Opening to traffic, including Contractors vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK.. A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE OVERLAYED: a NAME C) Court Street SS -01014 Hot Mix Asphalt Mixtures. IPavement Removal for Water Main Q Section 2307. Bituminous Seal Coat. c-rG Section2316. Pavement Smoothness L Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches. a a tr, Section 2530. Partial Depth Finish Patches. 3.02 OPOVINGTO TRAFFIC: N A. Opening to traffic, including Contractors vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK.. A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE OVERLAYED: a NAME LIMITS Court Street Pavement Removal for Water Main 7°i Avenue IPavement Removal for Water Main 3.05 PAVEMENTMILLING A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the full width of the pavement. B. Except as noted herein, all asphalt millings remain the property of the City and will be delivered to the Iowa City Landfill located on Hebl Ave. Pavement millings needed to construct temporary fillets shall be placed at all vertical edges to facilitate traffic. 02510 -2 C. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The exception to this would be if after removal of the old asphalt overlay, the existing surface could no longer support prolonged traffic, then the contractor would be required to place the leveling course immediately following milling and cleaning. D. A header joint shall be milled at full paving width at transitions where new Hot Mix Asphalt Paving abuts an existing Portland Cement Concrete Paving. The PCC paving shall be milled at a depth of no less than two (2) inches over a paving length of 8 feet. This milling shall be considered incidental to the Cleaning and Preparation of Base item. 3.06 CLEANINGAND PREPARATION OFBASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed fiom the surface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one -time basis only. Any subsequent sweeping required will be at the Contractor's expense. 3.07 AGGREGATES N A. Type. r? �: RT1 1. Type B aggregates shall be used in base mixtures.rh . 2. Type A aggregates shall be used in intermediate and surface mixtures. B. Gradation. Y a 1. A'/ -inch mix shall be used on all streets and all divisions of this project. 3.08 ADJUSTINGSTRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full -depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to %" below the final finished grade, The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.09 ASPHALT BINDER A. Asphalt binder shall be PG 64 -22 on all streets and divisions of this project. 3.10 EXISTING STREET SURFACES 02510 -3 A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.11 ASPHALT CEMENT CONCRETEREPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.12 HOTMIXASPHALTPLACEMENT A. Lifts 3" depth surface course. B. Compaction Class 113 compaction shall be used on all streets and divisions of this project. 3.13 PAPEMNTSMOOTHNESS A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by the Owner. The Section 2316.05 for Payment shall not apply to this project; there will be no smoothness incentive payment. 02510 -4 0 _ eJC W� + a N 02510 -4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1- GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint, cure and seal Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES. A. ]DOT Standard Specifications. L03 QUALITYASSURANCE. A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. c� 52 1 � ;a 3. Slump. rn 4. Density Tests of Base and Subgrade. r w a 3% PART2- PRODUCTS ° 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3i. 02520 -1 6416011spee 02520.doe PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Cleaning and Repair. Section 2213. Base Widening. 11' Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS. A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35 °F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35 -32° F One layer plastic or burlap. Minimum 31 -25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's 02520 -2 6416011speo 02520.doo Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. 0 -- Q Division 25. Miscellaneous Construction. M o Section 2512. Portland Cement Concrete Curb and Gutter. LL t Section 2515. Removal and Construction of Paved Driveways. a v r Section 2529. Full Depth Finish Patches. cO Y Section 2530. Partial Depth Finish Patches. 'L3902 GjURI3V AAD PR0TECTIONOFPAVEMENT.• 11' Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS. A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35 °F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35 -32° F One layer plastic or burlap. Minimum 31 -25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's 02520 -2 6416011speo 02520.doo expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Conti-actor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC. A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.09 COMPLETIONOFWORK.• A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. END OF SECTION 02520 -3 6416011spec 02520.dm N 0 1rn F 0 02520 -3 6416011spec 02520.dm SECTION 02524 i ' : NEVULL ' PART 1- GENERAL 1.01 SUMMARY.• A. Construct sidewalk curb ramps to meet ADA specifications. L02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (I IA-4) (Standard Road Plan MI- 220(1)) D. L.M. Scofield Company Tech — Data Bulletin A- 104.10. o E. L.M. Scofield Company Tech —Data Bulletin A-514.02. ::"x 3� F. L.M. Scofield Company Guide G- 107.02. h-< =tc� G. {r- ASTM C309 — Liquid Membrane Forming Compounds for Curing Concre8 ;j M H. Armor -Tile Cast -In -Place Tactile/Detectable Warning Surface Tile. > o I. Figures section of specifications. 1.03 QUALITYASSURANCE. A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. 02524 -1 6416011spec 02524.da 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot - weather concrete work. B. Pre - Installation Meeting PART 2- PRODUCTS 2.01 MATERL9LS. A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. C. Stamped Truncated Domes 1. Colored Hardener: 02524 -2 6416011spee 02524,doe a. Lithochrome Color Hardner by L.M. Scofield Company. 0 b. Color: Tile Red (A -28). C - W ^ = C. An integral coloring agent may be submitted for approval as an alternative to topical coloring agents. 'J; cr. s d Bonding Agent: Product known to enhance adhesion to concrete. c~°.+ 3. Curing Compound: a. Lithochrome Colorwax by L.M. Scofield Company. b. Color: Tile Red (A -28). 4. Truncated dome stamp for curb ramps shall be Cobblecrete ADA concrete texturing tool or Increte ADA Tactile Detectable Warning System stamping tool or approved equal. D. Cast -In -Place Tactile/Detectable Warning Surface Tile I. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +/- 5% max. 02524 -2 6416011spee 02524,doe Warpage of Edge: +/- 0.5% max. Vitrified Polymer Composite cast -in -place tiles shall be Armor -Tile Cast -in -Place Tactile/Detectable Warning Surface Tiles or approved equal. E. Prefabricated tiles or pavers may be submitted for approval as an alternative to stamped concrete. 0 PART 3 - EXECUTION ° -r1 71 3.01 TECHNIQUES. n m 1 A. Except as amended in this document, the work in this section will conform #t t}tcgowas i DOT ADA Curb Ramp Compliance (Alterations) — (11A -4) and the following- sectias of� the Americans with Disabilities Act (ADA) ❑ Accessibility Guidelines for)Buildin�s� and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way 3.02 SLOPES. A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.08% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS. A. 6 -inch thick P.C.C. will be placed at all curb ramps unless otherwise directed by the Engineer. B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to the 6 -inch P.C.C. section, unless otherwise specified by the Engineer. 3.04 WIDTHS. A. Curb ramps widths will be 4 feet unless otherwise necessary to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 3 feet. Four -foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. All proposed curb ramp widths other than 4 feet wide need approval by the Engineer 3.05 CURB RAMPS A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made 02524 -3 6416011spee 02524.doc to proposed curb ramp design in order to provide a "best -fit". Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6 -inch curb bordering the curb ramp is considered part of the curb ramp and is accounted for in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE. A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is 6 inches minimum and 8 inches maximum from the curb line. 3.07 INSPECTION.• A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 COLORING. A. Concrete color finish will only be placed on the 6 -inch thick first panel (approximately 24" x 48 "or width of sidewalk) or as specified by the Engineer. 3.09 LOCATIONS. A. Cub ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.10 INSTALLATION.• A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 02524 -4 6416011spec 02524.doe END OF SECTION W LIJ i- v, � U N 02524 -4 6416011spec 02524.doe CITY OF IOWA CITY ° ca SECTION 0266 Npdeded— Afnech 11,1009 1 CONSTRUCTION SPECIFICATIONS `vim C'I't m =+�' FOR PUBLIC ER DISTRIBUTION SYSTEMS FOR SUBDIVISIONS AND SITE PLANS PART1 GENERAL 1.1 SUMMARY.• A. Furnish, install and test water distribution system as indicated and specified. 1.2 REFERENCES. A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a * ** shall be kept on the site, readily available and accessible to the Contractor during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus 15 %. B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10, Iowa City Municipal Design Standards, Earth Excavating, Backfill & Grading Specifications - Section 02220, Accepted Products for Water Distribution Materials Per Specifications — Section 02661, Construction Specifications For Public Water Distribution Systems For Subdivisions and Site Plans - Section 02661, Water Service Work for Contractors Specifications - Section 02665, Iowa City Water Division Policies & Procedures Manual, Backflow Ordinance - Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSVAWWA- Cl04/A21.4: Cement - Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI/AWWA- CI05/A21.5 -99: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSVAWWA- C110 /A2LI0: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI/AWWA- Clll /A21.11: Rubber - Gasket Joints for Ductile -Iron WATER DISTRIBUTION• CITY OF IOWA CITY - 02661 05/22/09 Page 1 of 16 I� Pressure Pipe and Fittings 5. ANSI/AWWA-C150/A21.50: Thickness Design of Ductile -Iron Pipe 6. ANSI/AWWA- C151/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSI/AWWA- C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch, and 54 -inch through 64 -inch for Water Service 8. ANSUAW WA C502: Dry - Barrel Fire Hydrants 9. ANSI/AWWA C504: Rubber- Seated Butterfly Valves 10. AWWA C509: Resilient- Seated Gate Valves for Water Supply Service. 11. ANSUAW WA C510 Double Check Valve Backflow- Prevention Assembly 12. ANSI/AWWA C511 Reduced - Pressure Principal Backflow- Prevention Assembly 13. ANSI/AWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSI/AWWA C600 * * *: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSI/AWWA C651 ***: Disinfecting Water Mains 16. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 8 -inch for Water Distribution D. American Water Works Association: 1. AWWA Manual M23 * * *: PVC Pipe - Design and Installation 2. AWWA Manual M17 * * *: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: ASTM D2241 F. Manufacturers Standardization Society: 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application G. Uni -Bell PVC Pipe Association: UNI- B -3 -88 Recommended Practice for the Installation of Polyvinyl �1. -- Chloride (PVC) Pressure Pipe (nominal diameters 4 -36 inch) complying C-1 '� with AWWA Standard C -900. 1 U 0 N WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05/22109 Page 2 of 16 N b C D� 1.3 SUBMITTALS. c� m A. Submit to the Engineer the following drawings or details for appro4f0fior -w rn installation. One copy of each with the approval stamp shall be kept at thy` ark gee at all times.' ca Y B. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. C. Shop, Working Drawings or Construction Plans showing: 1. Pipe layout with valves, fittings and hydrants shown 2. Bolts 3. Joints 4. Tapping sleeves, couplings, and special piping materials. 5. Polyethylene 6. Thrust block designs and details 7. Special backfill D. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 1.4 QUALITYASSURANCE. A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 TIME. A. 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 are 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. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days notice. WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05122/09 Page 3 of 16 4. For locations of underground facilities, provide 48 hours notice. PART2 PRODUCTS 2.1 All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. 2.2 DUCTILE- IRONPIPE: A. Pipe shall be AW WA C151, Class 52, B. Pipe is to have an exterior bituminous enamel coating and a standard cement mortar lining in accordance with AWWA C104. C. Pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. D. Pipe is to be complete with all necessary joint gaskets, lubricants, glands and bolts. 2.3 DUCTILE- IRONPIPEJOINTS: A. Single rubber- gasket push -on joints or mechanical joints shall conform to ANSI/AWWA C1l I/A21.11. Furnish with all necessary hardware and gaskets. B. Bell -and- spigot pipe joints shall conform to ANSI A21.6 or ANSI A21.8. C. For bolted/restrained mechanical joint, use Griffin Bolt -Lok restrained joint or approved equal, (Class 53). D. For unbolted/restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved equal, (Class 53). 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. 2.4 POLYVINYL CHLORMEPIPE: A. Pipe shall conform to ANSI/AWWA C900 and shall be thickness class DR 18 (Class 150). All pipe shall have the same outside dimensions as ductile -iron pipe. B. PVC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecular weight �= petroleum products or organic solvents or vapors. a C,,_j PVC pipe shall not be installed under public roadways and shall not be used around >-cul -de -sacs or other small radius curves. r(5 X Uo N WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05!22/09 - Page 4 of 16 a Y� C-) m 2.5 FITTINGS.' s A. All fittings shall conform to ANSI/AWWA C110 /A21.10, with pressuri?*IngcO Class 350 for 3" to 245'. q B. Mechanical joint fittings shall be ductile iron compact ANSUAW WA C153/A21.53 or ductile standard ANSUAW WA C 110/A21.10. Large fittings, 12 -inch through 20- inch shall be ductile iron standard ANSl/AWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSUAWWA C110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSUAWWA C110 /A21.10 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. 2.6 RESILIENT SEAT VALVES & VALVE BOXES. A. Gate valves shall conform to ANSUAW WA 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. 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 ANSUAWWA 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 than 16 ", unless so noted on the plans. 3. Working pressure of the valve shall be at least 150 psi. 4. Valves shall be short body pattern with mechanical joint ends. 5. Shaft seals shall be o -ring type. 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 painted with an epoxy coating and contain stainless steel bolts and nuts. WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05/22/09 Page 6 of 16 1 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 - to match the tapping sleeve and shall have oversize seat rings to permit entry of the J}- tapping machine cutters. 1. Tapping valves be 175 psi minimum working pressure. c 12. Valves shall be epoxy coated inside and outside with stainless steel 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 "water ". 2.7 HYDRANTS. Specification standard: ANSUAWWA 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: 4'/2 inches for 12" water main and under 5%4 inches for 16" water main and above Nozzle arrangement 3 nozzle, two 2'/2 -inch hose nozzles and one 4%2 -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 bu1y: Depth of bury shall be 6 feet Direction of opening: Open to right (clockwise) Packing: Conventional or O -Ring Size and shape of 1 %2 inch, standard pentagon operating nut: Working pressure: 250 psi WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05/22/09 Page 6 of 16 N d Color: Safety Red C A-1 it Cl) m f� 28 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. s B. Special fittings must be the same diameter, thickness and pressure clasps standard fittings. _ C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: 1. Shall be mechanical joint, split construction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to match the tapping valve. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Required for 12" and larger pipe or under paving. 5. Shall have stainless steel or NSS Cor -Blue nuts and bolts. E. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 2. Shall meet the OD requirements for class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. 2.9 GASKETS, BOLTS, NUTS, AND THREAD ROD: A. Mechanical joints made with: 1. Bolts: NSS Cor -Blue. 2. Stainless steel bolt studs with SS nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with SS nuts and 3/4" diameter. 210 LOCATION WIRE: A. Location wire #12 solid copper, THHN insulation in yellow, orange or blue color. WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05122/09 Page 7 of 16 r) c. eJ 2.1 1-1 N fa ..r?= CJ h 1'¢ LVMBER: A. —° Lumber for bracing or supports shall be hardwood. (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART 3 EXECUTION 3.1 REFERENCESAND DOCUMENTS: A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSUAW WA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23 and Uni -Bell PVC Pipe Association UNI- B -3 -88 except as noted herein. D. Contactor 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 construction features. 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. 3.2 RECEIVING, STORAGEAND HANDLING. A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contactor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: 1. Do not allow the pipe units to shrike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. WATER DISTRIBUTION- CITY OF IOWA CITY- 02661 05/22/09 Page 8 of 16 3. Do not attach cables to pipe unit frames or banding for lifting_ 29 C3 � �� x ;> — :a C. Within the " Storage" language of AW WA M23, change "should" to —I r> M D. Within the "Handling" language of AW WA M23, change "should" to "s 1." as Z rPr ca 3.3 LOCATION, ALIGNMENT, SEPARATION & GRADE. TV 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. Contractor shall have all buried utilities located by the 1- 800 - ONE -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 % feet. Generally, the maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main 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. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pipe is backfilled. The wire shall 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. WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05/22/09 Page 9 of 16 Lu ,J V_-- G1f- -- i•-U LJI-. <t 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a ca Valveo tracer wire terminal box. These boxes shall be located between the N 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 within 500 feet, bring the wire to the surface in a "daylight box" which is a full -size valve box (Tyler Series 6855 - Item 666A, Range 51" to 71" or East Jordan Series 8555 - Item 666A) and mark the drawings appropriately. 3.4 PIPEBEDDINGAND BACKFILLING. A. Ductile -iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC 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 hand tamping 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. 3.5 PIPERESTRAINT.• A. Thrust Restraint: 1. 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 diameter pipe, blocking shall be by cast -in -place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood 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: 1. Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. 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. WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05122/09 Page 10 of 16 3.6 JOINTSAND COUPLINGS. A. Push -on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in casing with locking rubbers. B. Mechanical Joints: 1. The range of torque for tightening bolts which is indicated in ANSUAW WA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 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 18 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. C. Sleeve -Type Coupling: 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. 3.7 TAPPED CONNECTIONS UNDER PRESSURE. A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05122/09 Page 11 of 16 ©cl za —n a% ACT `n C. Dead Ends w l 1. Pipe ends or fittings left for future connections shall be plugget-or capered using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. 3.6 JOINTSAND COUPLINGS. A. Push -on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in casing with locking rubbers. B. Mechanical Joints: 1. The range of torque for tightening bolts which is indicated in ANSUAW WA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 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 18 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. C. Sleeve -Type Coupling: 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. 3.7 TAPPED CONNECTIONS UNDER PRESSURE. A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05122/09 Page 11 of 16 drawing, and materials of construction. 3.8 POLYETHYLENE ENCASEMENT.• A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSIIAWWA C105/A21.5 -99 installation methods. This includes any ductile iron laid in cut -de -sacs or other small radius areas where PVC main could not be used. 3.9 HYDRANT INSTALLATION: A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed, Protect stored hydrants from dint, water, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter. 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. Iowa Department of Transportation (IDOT) requires a 9' setback. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at 77 least 18 inches above finished ground. The break -off flange should be no more than 1 K c7 6 inches above ground, There shall be no obstructions to fire hose connections. U-1 B e'✓ The base elbow shall be placed on solid precast concrete blocks on firm, T undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with re cast cement blocks to resist thrust at the pipe connection, p' pp N F. The base and lower barrel shall be backfrlled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfrll around the barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break -off flange. 3.10 WATER MAIN OPERATIONS. A. All work which involves operating the active public water distribution system will require 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. If requested by the City, the contractor will work with Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for 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 WATER DISTRIBUTION - CITY OF IOWA CITY - 02661 05122/09 Page 12 of 16 3.11 05/22/09 purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. DISINFECTION FOR POTABLE WATER SYSTEMS. A. General v Cl C. 1. Upon completion of a newly installed water main or when nrsan existing water system are made, the main shall be disinfected �eee din.'g'-to instructions listed in ANSI/AW WA C651 and the following spe tioAp in r- Special Disinfection Requirements c n C 'I 1. Exercise cleanliness during construction. Protect pipe interiors, frlmgs an i valves against contamination. 2. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg/L. Use either the granulated/tablet or continuous feed method with modifications as described in 3.11 C or D below. 3. 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 mg/L chlorine throughout the length of main: 4. 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 mg/L 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 t/4 of the main diameter. For 6 -inch through 12 -inch water mains, a single 2%2 -inch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). 5. Collect a bacterial sample from the end of each line or every 800 -1000 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 coliform organisms, the hydrostatic test may proceed. Tablet Method of Chlorine Application Use ANSI/AWWA C651, however slowly fill the main (less than 1 cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. WATER DISTRIBUTION- CITY OF IOWA CITY - 03661 O ge 13 0l6 �r C)-< _ D. Continuous Feed Method of Chlorine Application 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 '/a of the main diameter. For 6 -inch through 12 -inch water mains, a single 2%2 -inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main completely. 3.12 TESTING: A. Filling the water main: 1. Fill the newly constructed water main system slowly using treated public water under low pressure and low flow. The objective is to displace air with water while avoiding damage to new construction, customer services, and adjoining property due to the release of air and water. Public Works staff N must be on site to assist with operation of the system valves and hydrants during this operation. f r' I ye 2. Open one hydrant (completely) at the end of the main or at a high point on LO C.ZI` 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. � r,F When the main being filled has released nearly all air, surging should CD diminish and water released from the hydrant should flow in a steady N stream. Monitor and control the released water to minimize damage. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage, When the main has been filled, open and close all hydrants sequentially to force fiesh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. For water main replacement only, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05/22/09 Page 14 of 16 M 17 Pressure and Leakage Tests: r N 1. Conduct combined pressure and leakage test in accordance with ANSI/AWWA 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 after disinfection operations are successfully completed. If testing operations require reconstruction or repairs 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 raising 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 at least two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. Valve Operations: 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 record the results. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top.. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 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. WATER DISIRIBU nON- CITY OF IOWA CITY- 02661 05/22/09 - Page 15 of 18 N d �.n 2° �-4 n--1" -4c') w r N 1. Conduct combined pressure and leakage test in accordance with ANSI/AWWA 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 after disinfection operations are successfully completed. If testing operations require reconstruction or repairs 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 raising 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 at least two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. Valve Operations: 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 record the results. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top.. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 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. WATER DISIRIBU nON- CITY OF IOWA CITY- 02661 05/22/09 - Page 15 of 18 E. Flow Test: 1, Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine the fire flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test may be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. Last Up {late — .3111109, WATER DISTRIBUTION- CITY OF IOWA Cn'Y- 02661 05/22/09 Page 16 of 16 N c� rr; t,,� LL �.�, j 7 i.. �n 0 c++ WATER DISTRIBUTION- CITY OF IOWA Cn'Y- 02661 05/22/09 Page 16 of 16 i 3 45,5 22,9 48' 152,0 215,0 116,3 59,3 29,8 54' 192,1 271,6 147,0 74,9 37,6 PIPE DEAD END 90' 45• SIZE OR TEE BEND BEND 11 -1/4 BEND 22 -1/2 BEND 4' 1,4 1,9 110 1,0 1,0 6' 2.8 4,0 2.1 1,1 1.0 8' 4,8 6,8 3,7 119 1.0 10' 7.3 10,3 5,8 2.8 1,4 12' 10,3 14.5 7,9 4.0 2.0 16' 17,8 25,2 13,6 7.0 3,5 20' 27,5 38.9 21.0 10,7 5.4 24' 39.2 55,5 30,0 15,3 7.7 30' 60,3 65,3 46,2 23,5 11,8 36' 86,4 1222 66,1 33,7 16,9 42' 116,6 165,0 691 111 1 1 � 1 11 3 45,5 22,9 48' 152,0 215,0 116,3 59,3 29,8 54' 192,1 271,6 147,0 74,9 37,6 X = J - - W Z Y F7OQ W U _j ED ¢ odLL] a, r� 'NIW Qw C ¢Wa = L'i r Q 03 ¢ �¢ ca V q _j J W X H L] Qv �J Q 7 H Q pct H H 2: O q W L7 J U 0� W W W z J ¢ J ¢ ; Z W J LLI W J Q CmC Q Q O O> G ~�3w ww W w 0 3 W F C6 J = O W W H Z U -J Lj H / /� 3 I ¢ ¢� :57oe ly > �o < C] W �zW <° W U W -i R Q Q Q Q Z W HQ n� c o L7 0 I-- N z z N H z Q rI`\ 19% 9 'NIW 9 -,I f4 Y O U YEl = J �PQ H z Q 3� N J - - W Z Y F7OQ W U JOLT ¢ odLL] a, _ 'NIW 9 -,S C ¢Wa J LJ q W W >� Q3 W �J 3 C N J 19% 9 'NIW 9 -,I f4 Y O U YEl = J �PQ H z Q 3� w K 3 W U I— 0� L7 J wo7) W Z Y F7OQ W U JOLT ¢ odLL] a, _ 'NIW 9 -,S w K 3 W U I— Y U O J W F- N N N C] W r R' R W fY W J LJ q W W >� Q3 W z ¢ Lw- i'J J J zw CmC oa> G W w 0 3 W F C6 J CO ~Qv H / /� UJ a _ W W v) Zqw � �zW <° W O Q H S d -i R U W Q Q Q Q Z W HQ L7 0 z N W Q 002E f` .�.. —' O d W = Z LL TI: = J L� Q .� Pa w 11 ° �... W J o 0 C) H 0 i O O 2 (U w J II X 3 o Q n cu J ¢ C) ¢ A x IL N _ W Y 00 ` �— I `. < 0 ¢ O . .. III / Y U O J W F- N N N C] W r R' /X z z®/ x/ƒ \\< ek cn 3 ®/ / ITI Dc f ƒ 02 « /g « \ / Cr 7 w ®2© m© a m Q em e + LL) // < /\ / \ §CS/ $ ~ / * // / ® /ez oa cm zc /um / z W « / \n X I- \ CY?! _ _ / p �§ -- � � e z W \ *09� / m � ou m � ©^ _» � e � / » \ \ / /\ « / N H FILED � x p 1011 rA1% 16 PM 3: 12 w Li Q El o w CITY CLERK J LD x J w 1OINA Cl (Y, 104'A Q ry q z W z � z vi vi z ¢ z z H H W } Ga Y ¢ ¢ F F } U H = p (y Q p J ¢ ¢ W¢Z Wq (, J p Q. J F- Ga Ga U Z ¢ p W F O L� ¢ Q Q N J LD U p _ (U �0 :� r p W Z Y p p S U f X zrl W Q UH- p z Q D Z W W Q U Q J Q p p O W i-3c�� p q w w LD w q Z E:l O_j W > z qW } .-uv �-ad- W J J W > °° QZ� w Q f� Li CD u Z ED WLLL J q i rW QwW (YW QL�W W (Y¢ W W ¢qQ Y O SN u H LL H�zLJ0- QZ U ED (-D NZ U ¢rya_ W F-- L- I— W O Q p U z Q' z ¢DQ J !/1J p ¢ F-W W� L7 ¢ 0 QF-- q 0< Q Gap QQ'CCZ W Zp p ZH '—'w¢w F-W H W w Q W J X Q Q E W X Q LLJ LLJ H LL] 3 �o � w3 J¢¢ 3 cu >cu w nr es w N C] N W K W Z N Q H VV:Ir--`r 5- w c1 W y O !• W N Z O Y J q I- Ll a A p n� a a d W A o 0 o U (25 U Vi w > L I\ pq W C' U ,-i Y U CC LO u :D U P7 U W o U I Z I A a LLJ LL t Q r E- El Cl Cl w Q ti o H Uf u a< ., w --------- 1 N wn�wRC� d W d W n_an_Ld LD p V U U J J J Y i f \ } � \ . �. — - 2 \ a � £ / � . u \y! / w ® ! / D _0 0 LL] \ . <�zCY) \� <� >- w/ 2 �u f LLJ t \ j ) \ /�`\ SECTION 02665W WATER SERVICE WORK FOR CONTRACTORS (Revised 3111169 PART 1- GENERAL 1.01 DESCRIPTION.• A. Furnish and install new water services and yard hydrants as indicated and specified. , 1. Policy and Procedures Manual. C. American National Standards Institute and American Water Works Combined Standards: ANSUAW WA -C800 Underground Service Line Valves and Fittings. D. American Society for Testing Materials: 1. ASTM B75 -86 Seamless Copper Tubing. 1.04 SUBMITTALS. A. Submit to the Engineer the following drawings or details for approval 4 weeks prior to installation. 1. Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 2. Working drawing or site plan with customer location, address, size, and materials of water service and main pipe including a full list of materials required from the Iowa City Water Division, as applicable. 1.05 PERMITS. A. City of Iowa City: Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 02665 -1 c2 1.02 RELATED WORK.• n -n A. Section 02661: Water Distribution n-4 M 1.03 REFERENCES. °•-� A. This specification references the following documents. In their latest edition, w - P referenced documents form a part of this specification to the extent specified herein. ro B. City of Iowa City Water Division: 1. Policy and Procedures Manual. C. American National Standards Institute and American Water Works Combined Standards: ANSUAW WA -C800 Underground Service Line Valves and Fittings. D. American Society for Testing Materials: 1. ASTM B75 -86 Seamless Copper Tubing. 1.04 SUBMITTALS. A. Submit to the Engineer the following drawings or details for approval 4 weeks prior to installation. 1. Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 2. Working drawing or site plan with customer location, address, size, and materials of water service and main pipe including a full list of materials required from the Iowa City Water Division, as applicable. 1.05 PERMITS. A. City of Iowa City: Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 02665 -1 2. The Contractor or their agent will be responsible for the tapping application forms and records. L 06 TIME: A. Time is of the essence for water service work. All required work must be completed as quickly as possible to minimize inconvenience to the consumers. The Contractor is expected to comply with the minimum response and completion times listed. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356 -5160. For tapping service, provide 24 hours notice. Scheduling depends on workload. 2. For locations of underground facilities, provide 48 hours notice. C. Response Time - the maximum time allowed from telephone notice by the Engineer until the Contractor is on the job and ready to begin work: I. For I service which is planned work, less than 24 -36 hours. 2. For 1 service which is emergency work, less than 4 -6 hours. 3. For 3 or more services which are planned work, less than 48 hours. D. Completion Time - the maximum time allowed from the time the Contractor turns off the water until the water service is connected and operational under normal circumstances: For 1 service, where it is necessary to break and remove concrete with no prior warning or planning, less than 12 hours. 2. For 6 -8 services or more in one block area with prior planning, some services on each side of the street and in conjunction with paving projects, less than a 12 -hour workday. 1.07 WORK ONPRIVATEPROPERTYFOR OTHERS. A. Water service work may be necessary or desired by private property owners at the same time as the new water service work under this contract is done. The Contractor will be allowed to work on private property adjacent to the work site in order to do water service work directly for the private property owner. Work on private property shall not adversely N affect the time schedule for work under this contract. 02665 -2 I ® c B� -) The work on private property will not be the responsibility of the City. �i]= c-); -- .� — >- Z3 Q- A � 02665 -2 PART 2- PRODUCTS 201 WATER SERVICE MATERIALS All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. The manufacturer shall furnish a certificate indicating all new materials meet the specifications. All valves, fittings and pipe shall be inspected several times during the manufacturing process and pressure tested with air under water before shipment. All water service materials shall be visually inspected before installation. Brass and copper are soft metals and care in handling shall be exercised to avoid damaging threads or distorting piping, valves or fitting bodies. All water service lines will be furnished and installed by the Contractor. Material shall be new type K copper in coils for sizes 3/4 -inch through 1 %2 -inch and in coils or straight pipe for 2 -inch size. No couplings or connections will be permitted under the paving. A. SERVICE SADDLES: 1. Service saddles shall meet or exceed current to ANSI/AW WA C800 specifications and shall be made in accordance with ASTM B -62. 2. Saddles shall be equal to but not exceed up to 200 PSIG. 3. Body shall be 85 -5 -5 -5 cast brass. 4. Strap shall be wide band, 304L stainless steel with 304L stainless steel studs, 5. Nuts and washers shall be 304 stainless steel. Nuts are supplied with fluorocarbon coating. 6. Saddles shall be AW WA tap thread (CC thread). Saddles with nitrite gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). B. CORPORATION VALVES: 1. Corporation valves shall meet or exceed current ANSI/AW WA C800 specifications and shall be made in accordance with ASTM B -62. 2. Valves shall be 300 PSIG maximum working pressure. 3. Body shall be 85 -5 -5 -5 cast brass. 4. Valves shall be inlet: AW WA taper thread, outlet: conductive compression connection for CTS O.D. tubing. 5. Valves shall be compression ball type valves. 02665 -3 N d o —t c-) rn r- .<rn m N C. BALL CURB VALVES: 1. Ball curb valves shall meet or exceed current ANSUAW WA C800 specifications and shall be made in accordance with ASTM B -62. 2. Valves shall be 300 PSIF maximum working pressure. 3. Body shall be 85 -5 -5 -5 cast brass. 4. Valves shall be compression connection for CTS O.D. tubing, both ends. 5. Valve shall have a quarter turn check with fluorocarbon coated ball and stainless steel reinforced seat. 6. Valve shall have end pieces oaring sealed with double o -ring seals. D. CURB BOX — ARCH PATTERN: 1. Curb box shall meet or exceed current ANSI/AW WA C800 specifications. 2. Curb box lid shall be Erie Pattern — 5601L — 2 -hole. 3. Curb box shall be 5 -foot box (telescope 1 -foot) and shall telescope up and down inside the base casting. 4. Curb box shall be slide style. S. Curb box and accessories shall be black dip coated inside and out. 6. Curb box rod length shall be a 5/8" rod, 42- inches long, small key -clamp welded to rod with stainless steel rod and cotter pin. 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used. 02665 -4 E. STRAIGHT THREE PART UNIONS: 1. Unions shall meet or exceed current ANSI/AW WA C800 specifications and shall be made in accordance with ASTM B -62. hf <2. Union shall be conductive compression connection for CTS O.D. tubing r both ends. LIU [L. LJ' :3. v } Body and nut shall be corrosion resistant cast bronze 85- 5 -5 -5. 4. Gripper band shall be stainless steel and overlap itself so no gasket material U= can get underneath. G N 5. Conductor spring shall provide metal to metal contact between copper tubing and the fitting for electrical conductivity. 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used. 02665 -4 F. COPPER TUBING: 1. Copper tubing shall meet or exceed current ANSUAW WA C800 specifications. G. YARD HYDRANTS: o 1. Yard hydrants shall be freezeless style. = C-) — rn PART 3 - EXECUTION :4 PART -a rn x 3,01 RECORDSANDDOCUMENTS: =� w A. Contractor must prepare and retain a set of "as- built" drawings on the job site with acNc rate and current information on the location of all water service valves, pipe and special construction features. Examples of special construction features include: 1. Offsets in alignment. 2. Changes in depth and depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. Following completion of the project, a copy of these drawings shall be furnished to the Water Division. 3.02 RECEIVING, STORAGEAND HANDLING: A. The Engineer may mark materials found on the job site which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site and replaced with new. 3.03 EXCAVATIONAND BACEFILL: A. All excavators shall comply with the requirements of the O.S.H.A Standards subpart P- Excavations. B. Earth excavation, backfll, fill and grading shall be in accordance with Section 02220. C. Excavation and backfill shall include all excavation, backfilling, compacting, stockpiling of surplus material on the site, and all other work incidental to the construction of trenches, including any additional excavation which may be required for construction of the water service lines. D. Along the proposed water service lines, the Contractor shall remove the surface materials only to such widths as will permit a hole or trench to be excavated, which will afford sufficient room for proper construction. Paving removals shall be as directed by the Engineer E. The Engineer shall approve removal limits. 02665 -5 F. Where working space permits, holes or trenches may be excavated by machine, provided that by so doing, public and private improvements will not be subjected to an unreasonable amount of damage. The size of the hole shall be as small as reasonably possible to do the work. If, however, excavation by machine methods cannot be made without damage being done to public and private improvements, hand excavation shall be employed. G. The Contractor shall use a mole for excavation of a hole to place the water service piping, %" to 2" diameter, at any location under a street surface, driveway, sidewalk or lawn area whenever the distance from the water main to the water service connection is greater than 20 feet. The mole shall be used even though the street surface has been removed so as to protect the new street surface from settlement. The mole shall be a maximum of four inches in diameter. The Contactor shall be responsible for all labor, equipment, materials and supervision for mole excavation. H. The Contractor shall be responsible for coordinating the location of all buried utilities and for all damage or repairs to utilities caused by mole excavation. I. Whenever, in the opinion of the Engineer, it is necessary to explore and excavate to determine the best line and grade for the construction of the new water service line or to locate an existing water service which must be disconnected, the Contractor shall make explorations and excavations for such purposes. J. All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Fire hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, or other utility controls shall be left unobstructed and accessible until the work is completed. Gutters shall be kept clear and adequate provisions shall be made for street drainage. Natural watercourses shall not be obstructed. K. The Contractor shall provide and maintain ample means and devices with which to < promptly remove and properly dispose of all water entering excavations or depressions until ill work has been completed. No sanitary sewer shall be used for disposal of water. 2 J a�L, w 7o protect persons from injury and to avoid property damage, adequate barricades, fencing, Veonstruction signs, caution lights and guards as required shall be placed and maintained by }... Z3he Contactor at excavations during the progress of the construction work and until it is ,r" r- t--.,; jsafe for pedestrian and vehicular traffic to use the roads, sidewalks and facilities. All Z5 "pmaterial piles, equipment and pipe which may serve as obstructions shall be enclosed by ca fences or barricades and shall be protected by proper lights when the visibility is poor. The rules and regulations of O,S.H.A. and appropriate authorities for safety provisions shall be observed. M. Trees, shrubbery, fences, poles and all other property and structures shall be protected during construction operations unless their removal for purposes of construction is authorized by the Engineer. Any fences, poles, or other improvements which are removed or disturbed by the Contractor shall be restored to the original condition after construction is completed. Any trees, shrubbery or other vegetation which are approved for removal or ordered for removal by the Engineer shall be removed completely, including stumps and roots. The Contractor shall be responsible for any damage caused by construction operations to shrubbery or other landscape improvements which were not authorized for removal by the Engineer. 02665 -6 3.04 WATER SERVICE CONSTRUCTION.• A. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. The City Water Division will provide, at Contractor cost, labor to tap the water main for services. Each water service pipe shall be connected to the water main through a brass corporation stop. A tapping saddle is required on all water main materials. The plastic plug from PVC main shall be recovered. The main shall be tapped at an angle of forty-five degrees (451) with the vertical, if possible. The stop must be turned so that the T -handle will be on top. C. The old water service under the street right -of -way will be shut off and removed. The old stop box will be removed. D. The Contractor shall install the new copper service line from the new corporation stop to the new curb stop and from the curb stop to the customer service line near the property line. The size will be determined by the Water Division. The minimum size will be 1 -inch to the stop box. The service pipe shall be laid in the mole hole excavation and in the trench with sufficient weaving to allow not less than one foot extra length for each 50 feet of straight line distance. E. Underground water service pipe shall be laid not less than ten (10) feet horizontally from the building drain, and shall be separated by undisturbed or compacted earth. Where the horizontal separation cannot be met, the water service pipe shall be installed so the bottom of the water service pipe is at least eighteen (18) inches above the top of the building drain line at its highest point. F. A curb stop shall be furnished and installed for each service at the location shown on the plans, or as directed by the Engineer. Place a brick or masonry block under each stop box valve. A cast iron stop box shall be furnished and installed over the curb stop and held in a truly vertical position, until sufficient backfill has been placed to ensure permanent vertical alignment of the box. The top of the box shall be adjusted and set flush with the finished surface grade. The stop box shall be located between the curb and the property line and visible from the sidewalk. If the stop box is located in the concrete (such as a driveway or sidewalk) a cement -style stop box lid must be used instead of the regular style lid. G. The Contractor shall make a clean cut on the existing service line and connect the new service line at the location as directed by the Engineer. H. The Contactor shall be responsible for visual inspection of all water service materials used in this work. If water pressure is available or will be available within 24 hours of making the new service connection, the new service shall be subjected to normal system pressure and visually inspected for leaks. If any leaks appear, the Contractor shall make repairs. Each water service shall be turned on and observed by the Contractor within the premises to verify adequate pressure and flow. _ v G (Revised 3/11/09 02665 -7 n -! :< t- _fT1 "V O a% W p/f p��I SECTION 02751 DIRECTIONAL BORING AND DRILLING PART 1- GENERAL 0 1.01 DESCRIPTION.- 02 � , 1 —t A. Furnish labor, materials, tools and equipment to install casing and carrier pipe by 0e�tiolw boriF- and drilling. �r �rM v M B. This specification covers thrust - restrained Polyvinyl Chloride (PVC) Pipe, and fus` oxrOveWd Hi�h Density Polyethylene (HDPE) Pipe with ductile iron pipe (DIP) outside diameters Pipe ism" tended for use in pressure -rated potable water delivery systems, as well as in sewer force mail And fire protection piping systems. 1.02 REFERENCES. A. American Society for Testing and Materials (ASTM) 1. ASTM D1784 Standard Specification for Rigid PVC Compounds and Chlorinated PVC Compounds 2. ASTM D2837 Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials 3. ASTM D3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals 4. ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe B. American Water Works Association (AW WA) 1. AW WA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4Inch Through 12 Inch, for Water 2. AW WA C906 -99: Polyethylene (PE) Pressure Pipe and Fittings, 4 -inch Through 63 -inch, for Water Distribution and Transmission C. American Railway Engineering Association "Specifications for Pipelines Conveying Non-Flammable Substances," latest edition. D. Iowa Department of Transportation "Policy for Accommodating Utilities on the Primary Road System," latest revision. 1.03 SUBMITTALS: A. Casing and Carrier Pipe Materials: Submit information as listed in Section 01300. B. Boring Pit: The Contractor shall submit boring/drilling pit locations to the Engineer before beginning construction. C. When bore is completed, contractor shall provide Engineer with a plan and profile of the bore path. D. Record and submit notes of actual boring operations with the field load conditions. 02751 -1 6416011spec 02751.dm 1. 04 FIELD MONITORING: A. 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. B. Engineer will survey and record top of pavement elevations before and after boring operations. PART2- PRODUCTS 2.01 PVC CARRIER AND CASING PIPE: A. Pipe and couplings shall be made from unplasticized PVC compounds having a minimum cell classification of 12454 -B, as defined in ASTM D1784, The compound shall qualify for a Hydrostatic Design Basis (HDB) of 4000 psi for water at 73.4 °F, in accordance with the requirements of ASTM D2837. B. Pipe shall be joined using non - metallic couplings to form an integral system for maximum reliability and interchangeability. High - strength, flexible thermoplastic splines shall be inserted into mating, precision - machined grooves in the pipe and coupling to provide full 360° restraint with evenly distributed loading. Couplings shall be designed for use at or above the rated pressures of the pipe with which they are utilized, and shall incorporate twin elastomeric sealing gaskets meeting the requirements of ASTM F477. Joints shall be designed to meet the leakage test requirements ofASTM D3139. C. PVC pipe for directional boring shall be C900/RJ. PVC restrained joint pipe from CertainTeed Corporation, or approved equal. 2.02 HDPE CARRIER PIPE: [NOT ALLOWED ON THIS PROJECT] A. High Density Polyethylene (HDPE) Pipe for water main carrier pipe shall conform to AW WA Specification C906 -90, or the latest revision thereof. All HDPE pipe for water main carrier pipe shall be DR -11, and have a working pressure rating of 160 psi, or as otherwise specified on the plans. B. HDPE Pipe for sanitary sewer force main carrier pipe shall conform to ASTM D 3350. All HDPE pipe for force main carrier pipe shall be SDR -17, and have a working pressure rating of 100 psi, or as otherwise specified on the plans. C, All fittings to be used with HDPE carrier pipe shall be typical cast iron or ductile iron mechanical joint fittings, adapters shall be used as necessary to connect to such fittings. Harvey connectors are approved for use with HDPE pipe for making connections to cast iron or ductile iron fittings. Cl) D. All IOPE carrier pipe shall be joined using butt fusion. 31.03 �C Shiro CASING PIPE: �at� Steo =_ ing pipe shall be spirally welded conform to ANSI Specification B36.10, current edition, with as r1f)}Yitrfum yield strength of 35,000 psi and nominal diameter and wall thickness as indicated on the o Y N 02751 -2 6416011spec 02751.doc Z04 HDPE CASING PIPE: A. HDPE Pipe for casing pipe shall conform to ASTM D 3350. All HDPE casing pipe shall be SDR- 11, or as otherwise specified on the plans. 2.05 CASING SPACERS. A. Use manufactured casing spacers or wolmanized hardwood as indicated to aid installation and properly position carrier pipe in casing. B. Manufactured casing spacers shall be constructed of high - density polyethylene runners, neoprene rubber liner and 304L stainless steel metallic parts. Casing spacers for PVC may be constructed entirely of high-density polyethylene. Casing spacers shall be manufactured by Advance Products & Systems, or an approved equal. C. Install one spacer per each 10 feet of pipe 2.06 DRILLINGFLUID: p = ::S:-c-> A. Drilling fluid shall be a mixture of water and bentonite clay. --- n� —IC7 a� PART 3 - EXECUTION :<r— -V M 3.01 DIRECTIONAL BORING EQUIPMENT. • W W A. The drilling equipment shall be capable of placing the pipe as shown on the plans. The installation shall be by a steerable drilling tool capable of installing continuous runs of pipe without intermediate pits, a minimum distance of 400 feet. 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 drilling fluid compatible for the onsite conditions. D. The directional head shall be capable of accepting a variety of cutting bits for varied soil conditions. 3.02 CONTROL OFLINEAND GRADE: A. Engineer will provide control surveying and grade stakes. Engineer will survey and record top of pavement or rail elevations before and after boring operations. B. During the installation of carrier pipes, the Contractor shall be responsible for monitoring alignment and elevation of said pipes. The Contractor shall provide control points, reference marks and equipment for this purpose. The drill bit shall be located a maximum of every 5 feet. The operator of the drilling unit shall check the bore path and position of boring pit at every five feet and make necessary correction to stay along the alignment. 02751 -3 6416011 spec 0275 Ldoe C. Allowable deviations from the plan alignment and elevation are as follows: 1. The guidance system shall be capable of installing pipe within 1 -1/2 -inch of the plan vertical dimensions and 2- inches of the plan horizontal dimensions. 2. In addition, care shall be taken to assure that continuous positive or negative grades, as shown on the plans, are maintained in the installed carrier pipe. 3. The Contractor shall be required to remove and reinstall pipes which vary in depth and alignment from these tolerances. 3.03 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 drilling, the Contractor shall provide a tabulation of coordinates, including elevation data, referenced to the drilled point entry, which accurately describe the location of the pilot hole. C. Pilot hole alignment shall be accepted and approved by the Engineer prior to reaming and pipe installation. 3.04 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 section shall not exceed 90% of the product of the Specific Minimum Yield Strength of the pipe and the area of the 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 so that it moves freely and the pipe and pipe coating are not damaged. E. The pipeline pull section shall be installed in the ream hole in such a manner that external pressures are minimized. F. In case of a pull back where the bore hole will be abandoned or where voids are created, the Contractor shall fill voids with grout injected under pressure using approved methods. 3.05 DIRECTIONAL BORING OPERATIONS: A. CThe drilling machine shall be set up at such a location to avoid disruption of private yard and = -4andscRing. 1 %, � --�: -i:Pi+,, all be joined before being subjected to the boring process, or after they have reached final posltio?�, depending on the type of pipe and nature of the joint and jointing material.. J <: F— ` °°G. �Th�ni trod of boring, in each case, shall be in accordance with the requirements of the governing 11. age&n C) N 02751 -4 6416011 spec 02751.doc D. Once boring has been started, it shall be continuous until completion of the boring operations in order 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 normal working hours or outside the normal working days. The Contractor shall not be entitled to additional compensation for effort required to maintain continuous boring operations. The Engineer reserves the right to waive the requirement for continuous boring if such waiver is approved by the appropriate governing agency. E. Care shall be taken during boring operations to ensure that the pipe remains true to line and grade. F. No open cut within boring limits shown on the plans shall be permitted without written authorization 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 hardening 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. I. Any damage to property, landscaping or trees caused by Contractor's operation shall be replaced to the Owner's satisfaction and at no additional cost to the Owner. J. The Contractor shall make necessary provisions to keep water and soil out of the installed piping systems. K. Obstructions to the progress of the pipe, such as roots, boulders or portions of former 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. 3.06 RESTRAINED JOINTPVCPIPEASSEMBLYANDINSTALLATION ..- 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 reinserted before they can be installed onto the pipes. C. When pulling in restrained joint PVC pipe, do not exceed the maximum recommended pulling or 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. ti 0 3.07 HDPEPIPEASSEMBLY.• ci a A. Follow manufacturers instructions and recommendations for assembly and installatiW_< w =-4 c-) B. Contractor shall provide the appropriate butt fusion equipment to join the pipe. Joint's sell n conform to the manufacturer's recommendations and be water tight at the test pressure.- b@ad which forms during the fusion process shall be uniform, indicating a proper fusion. Pts noP meeting these requirements shall be cut out and remade. Joint fusion shall be incidental to thUpipe installation. 02751 -5 6416011 spec 02751.doc 3.08 STEELPIPEASSEMBLY: A. Ends of the steel pipe sections shall be beveled ends for butt welding. The casing pipe joints shall be full - circle butt- welded joint conforming to AW WA C206 -75. 3.09 CASING PIPE INSTALLATION.• A. Follow casing pipe manufacturer's instructions and recommendations for assembly and installation. B. Minimum limits of installation of casing pipes shall be as shown on the plans. C. When casing pipes are installed by the boring and jacking method, the pipe must be jacked through the soil as the soil is removed by the auger. Installing casing pipes through pre -bored holes after angering is completed will not be permitted. Removal of material from bored holes by washing, jetting or sluicing is not permitted. D. Excavation for a limited distance ahead of forward end of the pipe will be permitted when the soil is sufficiently stable to stand without danger of caving. In this case, the hole shall be trimmed to the neat size of the outside of the pipe to reduce resistance to jacking and to maintain contact between embankment material and outside surface of pipe. In soft or unstable soil, the pipe shall be allowed to cut its way through the soil to avoid danger of caving and subsidence of the overlying embankment and roadways or trackage. If the pipe is metal with a contusion- resistant coating, care shall be taken to protect said coating from damage during jacking and excavating. E. Obstructions to the progress of the pipe, such as roots, boulders or portions of former 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. F. If measures require removal of newly - installed pipes, removal of rocks, boulders or other obstructions encountered or other measures which cause a void outside the casing or carrier pipes, said voids shall be filled with grout injected under pressure by approved methods. G. If voids between undisturbed embankment and the outside of casing pipe result from installation work, the Contractor shall fill said voids with grout as specified herein, injected under pressure using approved methods. Grout placed as described shall be incidental to pipe installations and no additional compensation shall be allowed. 3.10 CARRIER PIPE INSTALLATION: A. The carrier pipes shall be the class, type and size as indicated on the plans and specified herein. B. Carrier pipes installed in casing pipes shall be supported on shop - fabricated skids specifically 3esigned for this purpose. Support system shall be firmly attached to carrier pipe at suitable �,�titerv4 Support system components shall be installed near to, but not at, pipe joints and at other �,Ioc$($i a so that pipes are well supported. Carrier pipe joints or barrels shall not be permitted to w A ubeai� ir�eptly against casing pipe. "If the-¢ldns call for the carrier pipe to be installed without a casing pipe, the requirements for n-. �r wurstr -- ��jgtinn of casing pipe as detailed herein shall apply. This shall include filling of voids _--betweamundisturbed embankment and outside of pipe with specified grout. N 02751 -6 6416011 spec 02751.dm 3.11 A. 3.12 A. SEALING: After installation of carrier pipes within casing pipes, the Contractor shall seal ends of casing pipes with weak concrete bulkheads a minimum of one -foot thick or manufactured end seals as indicated. TESTING: Testing procedures for carrier pipe shall follow those outlined in Sections 02660 — Water Distribution and/or 02700 — Sewers. END OF SECTION 02751 -7 6416011spec 02751.dw N O w C :::i C-) �m - rn D' w 02751 -7 6416011spec 02751.dw Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5410 RESOLUTION NO. 1 _73 RESOLUTION SETTING A PUBLIC HEARING ON APRIL 5, 2011 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2011 WALES STREET WATER MAIN IMPROVEMENTS PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. 3d(2) WHEREAS, funds for this project are available in the Wales Street Water Main from Court Street to Friendship Street account #3287. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 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 5t' day of April, 2011, 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 22nd day of March _'20 11 MAYOR ATTEST: CITY tLERK Pweng /res /201 l walest- setph.dn 3111 Approved by s/ City Attorney's Office Resolution No. _ Page 2 It was moved by Champion and seconded by mimes the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion x Dickens x Hayek x Mims x Wilburn x Wright wpdata/gImary/resoMon- ic.doc NOTICE TO BIDDERS 2011 WALES STREET WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 28th day of April, 2011. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3rd day of May, 2011, or at special meeting called for that purpose. The Project will involve the following: Boring 550 LF of PVC water main, installing 72 LF of DIP water main, installing two tapping sleeves and gate valves, installing two fire hydrants with auxiliary gate valves, connect six existing water services to the new water main, pavement removal and replacement, lawn restoration, and abandoning the existing two inch water main. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc, 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 from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabula- tion of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued R -1 by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 6, 2011 Specified Completion Date: August 10, 2011 Liquidated Damages: $400 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the Iowa City Engineering Department, 410 Washington Street, Iowa City, IA 52240, telephone 319 - 356 -5410 or fax 319 - 356 -5007, Iowa, by bona fide bidders. A $35 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 the City of Iowa City. 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 subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference most be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK R -2 Tr bi 7 Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 35 6-5410 RESOLUTION NO. 11 -104 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2011 WALES STREET WATER MAIN IMPROVEMENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Wales Street Water Main from Court Street to Friendship Street account # 3287. 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, not less than 4 and not more than 45 days before the date for filing the bids, 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. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 2e day of April, 2011. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3 s day of May, 2011, or at a special meeting called for that purpose. Passed and approved this 5th day of April , 20___11 —. ATTEST: � 5f aL City Cierk Pweng/res12011walesst Improvs- appp &s.dw 3111 fit^ A proved by V City Attorney's Office 3.1781 I Resolution No. 11 -104 Page z It was moved by Wilburn and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: x x x x x . x x wpdata/glossary/resolution- io.doo NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5410 RESOLUTION NO. 11 -164 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2011 WALES STREET WATER MAIN IMPROVEMENTS PROJECT. WHEREAS, Carter and Associates, Inc. of Coralville, Iowa has submitted the lowest responsible bid of $73,111.00 for construction of the above -named project; and WHEREAS, funds for this project are available in the Wales Street Water Main from Court St. to Friendship St. account #3287. 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 Carter and Associates, 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. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 3rd day of May 20 11 M kAtwiri �^ J� proved by r ATTEST: CITY K City Attorneys Office I Lei III It was moved by Mims and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: X y X X X X x Pweng/res/201 1 waleslmprov- awrdcon.doc 4/11 NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn -Wright ij Printer's Fee $ I R- Sa- CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: TIIE IOWA CPI'Y PRESS- CITIZEN FED, ID # 42- 0330670 being duly sworn, say that I aru the legal clerk of the IOWA CITY PRESS - CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said Paper .thile(s), on the following date(s): d4 AgA4 .291 —o Legal CI ' '1 Subscribed and sworn to before nre this 361'"' day of.-- , A.D. 20 11 _OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND EST4 MATED COST FOB THE 2011 WALES STREET WATER MAIN IMPROVEh1ENTS PRO- JECT 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 2011 Wales Street Water Main Improvements Project in said city at 7:00 p.m. on the 5th day of April, 2011, said meeting to be held in the Emma J. Hawat Hall in the City Hall, 410 E. Washington Street in said city, or If said meeting is can- celled, 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 con- cerning 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 Cily, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 83889 March 28, 2011 Printer's Fee $ nin -A� CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED.ID #42- 0330670 I, goil � being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS - CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper time(s), on the following date(s): Aviol Legal Cl r Subscribed and sworn to bef, 'e n1 —f�A day of A.D. 20 1) -.. s Notary Public °i11(11�SS�1 732bt o� j 27, 2099 OFFICIAL PUBLICATION - NOTICE TO BIDDERS 2011 WALES STREET WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 230 P.M. on the 28th day of April, 2011. Sealed pro- posals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harval Hall at 7 :00 P.M. on the 3rd day of May, 2011, or at special meeting called for that purpose. The Project will Involve the follow- ing: Boring 550 LF of PVC water main, installing 72 LF of DIP water main, installing fro tapping sleeves and gale valves, installing two fire hydrants with sox, diary gale valves, connect six exist- ing water services to the new water main, pavement removal and replacement, lawn restoration, and abandoning the existing lvro inch water main. All work is to be done in strict ccm pliance with the plans and specffi� cations prepared by MMS Consultants, Inc, of Iowa City, Iowa, which have of been approved by the City Council, sort are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid band executed by a corporation authorized to contract as a surety In Iha State of Iowa, in the Burn of 10% of the bid. The bid security shall To made payable to the TREASURER Oil 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 satisfac- tory to the City ensuring the faithful performance of the contract and maintenance of said Project, it 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 rovowing award of the contact, or until rejection is made. Other bid bonds will be returned alter the cam vacs and tabulation of bids is corn - plead and repotted to the City Council. The successful bidder v.911 be required to finish a bond in an amount equal to one hundred per cent (100 %) of the contract price, said band to be issued by a respon- able surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and dam ages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improve- ment for a period of five (5) yea e) Imm and alter Its completion and journal acceptance by the City Council. 1'he following limitations shall apply to this Project: Specified Start Dale: June 6, 2011 Specified Completion Date: August 10, 2011 Liquidated Damages: $400 per day The plans, specifications and pro posed con [fact documents may be examined at the office of me City Clork. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the Iowa City Engineering Department, 410 Washington Street, Iowa City, IA 52240, 'late phone 319356.5410 or fax 319- 356 -5007, Iowa, by bona fide bid- ders.' AS35 refundable fee is required for each set of plans and specifications provided to bidders or other inter- ested persons. The fee shall be in the torn', of a check, made payable to the City of Iowa City. 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) 2391422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti lies, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. the Iowa reciprocal rest dent 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 facial calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERIC 82601 April 11, 2011 PERFORMANCE AND PAYMENT BOND Bond No. 2143731 Carter and Associates. Inc 395 Westcor. Drlve Coraly Ile IA 52241 as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and North American Specialty Insurance Company (Insert the legal title of the Surety) 650 Elm Street, Manchester, NH 03101 , as Surety, hereinafter ealtegt the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, ` hereinafFer called the Owner, in the amount of seventy three thousand one hundred eleven and no hundredth LL�tl Dollars ($73,111.00) for the payment for which Contractor and Surety hereby bind fh$m'selvas, their heirs, executors, administrators, successors and assigns, jointly and severally, n (� G� WHEREAS, Contractor has, as of entered into a N (date;) written Agreement with Owner for the 2011 Wales Street Water Main Improvements Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by MMS Consultants, Inc, which Agreement Is by reference made a part hereof, and the agreed - upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: Complete the Project In accordance with the terms and conditions of the Agreement, or 1 Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not Na exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used In this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C, The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (6) 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 N Agreement for whose benefit this bond Is given. The provisions of Chapter 673, Cod of Iowa°�are a part of this bond to the same extent as If It were expressly set out herein. c cn SIGNED AND SEALED THIS Tf/ DAY OF 1r° 1 fTt 2C1 N W fitness Cindy Bennett PB -2 Carter and Associates, Inc. (Principal) N�iS AE7�2(7111e) L'�f.S�L/if.VT North American Specialty Insurance Company (Surety) Danne S. Riley (Title) Attor ey-in-FaetS. Riley (Title) Attor ey -in -Fact Holmes Murphy & Associates, Inc. 3001 Westown Parkway (Street) West Des Moines, IA 50266 -1321 (City, State, Zip) 515- 223_ -6800 (Phone) NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY _o WASHINGTON INTERNATIONAL INSURANCE COMPANY C7 .c f7 GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly-e 'zed >(I exis Ilr der laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Was gion Intematio at Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its. _r pcipal Qfthee in t e y of Itasca, Illinois, each does hereby make, constitute and appoint: 7:0 JAY D. FREIERMUTH, CRAIG E. HANSEN, CLIFFORD W. AUGSPURGER, DIANNE S. RILEY, BRIAN -. DWfERL7 CINDY BENNETT, ANNE CROWNER, TIMOTHY J. McCULLOH, STEPHANIE R. FINNEY, STACY-LYNN VE11N, and ANGELA MARIE GROSS JOINTLY OR SEVERALLY Its true and lawfi l Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided Otat no bond or undertaking or contract or suretyship executed under this authority shall exceed the anrount of TWENTY -FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24m of March, 2000: "RESOLVED, that any two of die Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Prover of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surely, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; altd it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." \ \Aalillllll / /� /� /"� a 11100 NPtlgjrGy g ���pptAPU%�:kc By J b1. r.G SEAL 'Il StmnP. Ande rson, Preude nt& ChiefEaa ulat ommrur\ VashingmnInternationalImurnoaCampany 2y SEAL i ,a,I i_tx 1W9 �q &Senor Vialmideat or Korth America Sp salty Insurance Company 'JiJJi SAG: 11010p \ \\gyp g Y *•bt as \id hl. Utman, &nier \9ce PnMdenfof \Vmhinrton Intematlonal Ineumme Company & Vice President orN.ah American Speerarty 1ammnce Company IN WITNESS' WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 30th day of September , 2008 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: On this 30th day of September 20 08 before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally knower to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of mid acknowledged said instrument to be the voluntary act and deed of their resnective companies. I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a We and correct copy of a Power of Attorney given by said North American Specialty. Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of. 20 18 i lamesA Cmpmler, Via Resident&Assinty Insu n,00fpany nlnlemadonal Immanre Company& NaM American Specialty ImureKx Company A,Pp DONNAD. SI (v-UytCI i1/, (/,(AQ lote Notaryrmussi sra Tkm lrwu My Commivlou Hryitea 149C✓D711 Donna D. Sklens, Notary Public I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a We and correct copy of a Power of Attorney given by said North American Specialty. Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of. 20 18 i lamesA Cmpmler, Via Resident&Assinty Insu n,00fpany nlnlemadonal Immanre Company& NaM American Specialty ImureKx Company I r � r111JECCC i CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 -1826 (319) 356 -5000 (319) 356 -5009 FAX ENGINEER'S REPORT www.1cgoy.org September 20, 2011 City Clerk City of Iowa City, Iowa Re: 2011 Wales Street Water Main Improvements Project Dear City Clerk: I hereby certify that the construction of the 2011 Wales Street Water Main Improvements Project has been completed by Carter and Associates, Inc. of Coralville, Iowa in substantial accordance with the plans and specifications prepared by MMS Consultants, Inc. The final contract price is $82,241.32. I recommend that the above - referenced improvements be accepted by the City of Iowa City. Sincerely, Ronald R. Knoche, P.E. City Engineer 4e(4) Prepared by: Jason Havel, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5410 RESOLUTION NO. 11 -323 RESOLUTION ACCEPTING THE WORK FOR THE 2011 WALES STREET WATER MAIN IMPROVEMENTS PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2011 Wales Street Water Main Improvements Project, as included in a contract between the City of Iowa City and Carter and Associates, Inc. of Coralville, Iowa, dated May 12, 2011, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Wales Street Water Main from Court Street to Friendship Street account # 3287; and WHEREAS, the final contract price is $82,241.32. 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 4th day of October , 20 _LL. MAYOR� ^ Approved by ATTEST: itt2 /'r - a.Lt� �d lft rtto Y, c�Q IG� CITY CLERK City Attorney's Office 126 Its It was moved by Wright and seconded by Bailey the Resolution be adopted, and upon roll call there were: AYES: x —x x x x x pwenyres taeptwork- waleswatermain.do 9111 NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright