Loading...
HomeMy WebLinkAboutSTREET/SANDUSKY STORM SEWER/2009-2010,g_r(to y.— l ci `%- APR - /O S4.r,.e,+) �trJq /jo I U R4e.SO,U_V'tO -, big- ! 8S 0.C.44-roV'i L, ItGL A2 r� alt 'In-i+e V-4s n-ec�SSAr Ar CbnS.�v�CAI ovn b,T /L� ��,rov�na+�'S PieSU I LJ'10 o-� l22 S C41, ¢ 2 t� b (1',c 4ar', c�, on { , /ol 21 o 1 D f�,� plah5, SPecri'�cc�'�-�e „� 'it�rm 0�1' cOh -h-a�T CE� �IJS'f- ,ma(�- O'f' COST '- �c�' ��Q COhS�r�c.- �(,&ti --. I r,� e('Dvor/n �1, �S (I -�Qs YIO�ic�,. �f- SCU� 1},e rir,r�4 cL�f¢ -C-I-t nJCj_, - u �r�•� Eh9')n0<'V` �J LI r o O placr- Mans on T; to -P'oY Pw� Ifc Ins ec o n, P "It4 of= .Zo (o { lay,.,/ sre.Li- f; co- �-,ors, -Aorvn 0� fro Posc l cnr1 con�r L , es%r+,cc -RtViSeal S;r-s` lt/411-6 a cC- C-C 0ris. onS,1 /Fortin n1T ur, -f7�.� SanC11a.V,x vt'of'rri JJS¢u)�r ��'rtiPm�evnew'1� ;Qo%cL12ovns-f o -n £ �MCI, �rv, s�ha`icYe ill�r JjY / a . rQo�r r� ty-U, � ,� of b;ck r-14:ce 4,o Z>',ckcle-r,5 No-l-iG2 4,v Ato r tc- C- - ?r oo cl- ?t,- I , C- C, O n- 42 ar 1 -Tttro- D �eSolk�;ov. /O aR% QWccr��v�q Caniraci d �%.�riZ�nq -�Lc MrwDr 4c? s•,d4y` CIQNIL 41 DjNS� r�_ CA,-1 rid Y r Cons4-ruCq; Vj-, o-- 4-ke- S0-Lo4 -� ��i,��roJ2m¢r�S roJtcA pailakli 5Dr-1Cl- fD --Sf�-F'- %� - 2Snlw/`��T-� / /'- 703 acre/d,',4 At )c),p 4G r Tom? J�nd45 J� /y s4r� 0 / fN vl.QEerc S �dnT r�e1 5. 91 Prepared by: Brian Boelk, City Engineer, 410 E. Washington St., Iowa City, IA 52240 319 - 356 -5437 RESOLUTION NO. 09 -185 RESOLUTION AUTHORIZING THE ACQUISITION OF PROPERTY INTERESTS NECESSARY FOR CONSTRUCTION OF THE SANDUSKY STORM SEWER IMPROVEMENTS PROJECT. WHEREAS, the City of Iowa City desires to construct the Sandusky Storm Sewer Improvements ( "Project ") which includes the installation and upgrading of the storm sewer system along Sandusky Drive; and WHEREAS, the City Council has determined that construction of the Project is a valid public purpose under State and Federal law, and has further determined that acquisition of certain property rights is necessary to construct, operate and maintain the proposed project; and WHEREAS, the City staff has determined the location of the proposed Project; and WHEREAS, City staff should be authorized to acquire necessary property rights at the best overall price to the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The City Council finds that it is in the public interest to acquire property rights by warranty deed, quit -claim deed, and /or easement for the construction of the Sandusky Storm Sewer Improvements ( "Project ") which Project constitutes a public improvement under Iowa law. The City Council further finds that acquisition of said property rights is necessary to carry out the functions of the Project, and that such Project constitutes a valid public purpose understate and federal law. 2. The City Manager or designee is hereby authorized and directed to negotiate the purchase of property rights by warranty deed, quit -claim deed and /or easement for the construction, operation and maintenance of the Project. The City Manager or designee is authorized to sign purchase agreements for the purchase of property and /or easements, and offers to purchase property and /or easements. 1 The City Manager or designee, in consultation with the City Attorney's Office, is authorized and directed to establish, on behalf of City, an amount the City believes to be just compensation for the property to be acquired, and to make an offer to purchase the property for the established fair market value. 4. In the event negotiation is successful, the Mayor and City Clerk are hereby authorized to execute and attest easement agreements and agreements in lieu of condemnation. The City Attorney's Office is hereby directed to take all necessary action to complete said transactions, as required by law. Resolution No. 09 -185 Page 2 5. In the event the necessary property rights for the Project cannot be acquired by negotiation, the City Attorney or designee is hereby authorized and directed to initiate condemnation proceedings for acquisition of any and all property rights necessary to fulfill the functions of the Project, as provided by law. Passed and approved this i 9th day of May , 20-Q-9--. ATTEST: 1 .V�a DEPUTY CI 117 It was moved by Wilburn and seconded by Hayek the Resolution be adopted, and upon roll call there were: AYES x x x x x x x pwenglmaslers�acquireprop- SanduskySSewer- 5- 09.doc NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright 5e(5) Prepared by: Brian Boelk, Sr. Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 10 -125 RESOLUTION SETTING A PUBLIC HEARING ON MAY 10, 2010 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE SANDUSKY STORM SEWER 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. 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 10TH day of May, 2010, at 7:00 p.m. in 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. 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. 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 27th day of April 2010. Mayor ATTEST: A City Sleri k Approved by: City Attorney's Office Resolution No. 10 -125 Page 2 It was moved by Champion and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdata/glossaryhesolubon- lc.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Sandusky Storm Sewer Improvements Engineer's Cost Estimate 2010 APR 27 At-! 11: 26 No. ITEM UNIT QTY UNIT COST I I T AC 11 1 CLEARING AND GRUBBING LS 1 $15,000 $15,000 2 REMOVAL OF PAVEMENT SY 1,619 $10 $16,190 3 REMOVAL OF INTAKE EA 8 $1,000 $8,000 4 REMOVAL OF STORM SEWER PIPE LF 592 $15 $8,880 5 ABANDON STORM SEWER LF 258 $8 $2,064 6 ABANDON SANITARY SEWER LF 300 $8 1 $2,400 7 IADJUSTMENT, SANITARY SEWER MANHC EA 1 $750 $750 8 FENCE REMOVE AND REPLACE LF 1 114 $40 $4,560 9 MAILBOX, REMOVE AND REINSTALL EA 12 $250 $3,000 10 WATER SERVICE EA 10 $,2-,0-0-0- $20000 11 WATER MAIN ADJUSTMENT VERTICAL EA 2 $3,000 $6,000 12 INTAKE SW -402 EA 4 $5,000 $20,000 13 INTAKE SW -508 MODIFIED EA 2 $3,500 $7,000 14 INTAKE SW -510 MODIFIED EA 3 $5,000 $15,000 15 INTAKE, SW -541 MODIFIED EA 2 $5,000 $10,000 16 IINTAKE, SW -542 MODIFIED EA 1 $6,000 $6,000 17 CONNECT TO EXISTING STRUCTURE EA 6 $750 $4,500 18 SUBDRAIN LONGITUDINAL 6" PVC LF 857 $8 $6,856 19 SUBDRAIN CONNECTION TO INTAKES EA 12 $250 $3,000 20 STORM SEWER 42" RCP LF 972 $115 $111,780 21 STORM SEWER 48" RCP LF 564 $140 $78,960 22 FLARED END SECTION 48" RCP EA 1 $2,500 $2,500 23 IREVETMENT, CLASS E TON 1 50 $50 $2,500 24 MANHOLE SANITARY SEWER SW-301,4 EA 1 $3,000 $3,000 25 SANITARY SEWER SERVICE EA 5 $1,000 $5,000 26 SANITARY SEWER ADJUSTMENT VERTIC EA 1 $1000 $1,000 27 SANITARY SEWER 8" PVC TRUSS LF 240 $45 $10,800 28 PCC SIDEWALK 4" SY 62 $25 $1,550 29 PCC SIDEWALK 6" SY 63 $35 $2,206 30 DETECTABLE WARNING SF 16 $35 $560 31 PCC PAVING 8" CLASS C SY 1 1,364 $65 $88,660 32 PCC DRIVEWAY 6" CLASS M SY 1 267 $35 $9,345 33 DRAINAGE SWALE RESHAPING LF 550 $10 $6,500 34 EROSION CONTROL LS 1 $5,000 $5,000 35 EROSION CONTROL MAT SY 2,095 $3 $5,238 36 FINISH GRADE TOPSOIL SEED AND MUL LS 1 $10,000 $10,000 37 TRAFFIC CONTROL LS 1 $7,500 $7,500 38 MOBILIZATION LS 1 $31,929 $31929 TOTAL ESTIMATE $542,227 t'`G I(I1A,!, Cost Estimate,PRE1.IM INARY Brian A. Bcelk 4I2D2010 T�rv�s°�b IL-ED P3nY 10 Ph 2: 58 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE SANDUSKY STORM SEWER IMPROVEMENTS PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: c, ( �C t/Brian A. Boelk, P. � . City Engineer Iowa Reg. No. 16503 My license renewal date is December 31, 2010. DATE: YOFIOWA ITY DEPARTM T OF UBLIC WORKS ENGIN ERI G DIVISION PLANS, SPECIFICA SANDUSKY S I hereby certify supervision and Iowa. i SIGNED: i A. Boelk, P.E. Engineer Reg. No. 16503 FOR Th SEWER IN IOWA CITY, r .. 2010AP027 A1111:27 iary 0V!A CI-i Y,10 POSAL AND CONTRACT E RROVEMENTS PROJECT its engineering document was prepared byN I am a duly licensed Professional Engineer My license renewal date is December 31, 2010. DATE: or under my direct personal ter the laws of the State of SPECIFICATIONS I L E P TABLE OF CONTENTS "` 20 °U bgl 11: 21 TITLE SHEET IOWA CITY,10! -VA TABLE OF CONTENTS NOTICETO BIDDERS ............................................................. ............................... AF -1 NOTETO BIDDERS ............ : ................................................ .................................. NB -1 FORM OF PROPOSAL ............................................................ ............................... FP -1 BIDBOND ....................... .... .... ....... ....,................ .. ................... ........................ ....... BB -1 FORM OF AGREEMENT............. .........................:........:::..::..: ..:............................ AG -1 PERFORMANCE AND PAYMENT BOND .............................. . ....... ........................ PB -1 CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS) .................... ............................... CC -1 GENERAL CONDITIONS ......................................................... ............................... GC -1 SUPPLEMENTARY CONDITIONS .......................................... ............................... SC -1 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS............................. .................................................................... :...... R -1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work .......................... ............................... 01010 -1 Section 01025 Measurement and Payment ................. ............................... 01025 -1 Section 01310 Progress and Schedules ...................... ............................... 01310 -1 Section 01570 Traffic Control and Construction Facilities ........................... 01570 -1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ........................ 02050 -1 Section 02100 Site Preparation .................................... ............................... 02100 -1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220 -1 Section 02270 Slope Protection and Erosion Control .. ............................... 02270 -1 Section 02520 Portland Cement Concrete Paving ....... ............................... 02520 -1 Section 02524 Curb Ramps ......................................... ............................... 02524 -1 Section 02660 Water Distribution ................................. ............................... 02660 -1 Section 02665 Water Service Work for Contractors .... ............................... 02665 -1 Section 02700 Sewers .................................................. ............................... 02700 -1 Section 02900 Landscaping ........................................ ............................... 02900 -1 NOTICE TO BIDDERS SANDUSKY STORM SEWER IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 26h day of May, 2010. 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 1" day of June, 2010, or at special meeting called for that purpose. The Project will involve the following: Installation of storm sewer pipe and intakes, sanitary sewer and services, PCC pavement removal and replacement, water services, traffic control, grading, erosion control and site restoration. All work is to be done in strict compliance with the plans and specifications prepared by City of Iowa City Engineering Division, 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 City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred AF -1 il . L E :_s' 2010 APR 27 Ail I1: 27 Cl'i Y r_ 10 VM C I I Y, 10'Xk, 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: Early Start Date: June 7, 2010 Completion Date: September 15, 2010 Liquidated Damages: $500 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 City of Iowa City Engineering Division, Iowa City, Iowa, by bona fide bidders. A $35 non - refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to 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. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 2010 APR 27 All 11: 27 CITY I:,L.ENK 1014fA CITY, 10WA NOTE TO BIDDERS j � L., �° The successful bidder and all subcontractors are required to submit at least d�daylPigr7to AN I 23 award three references involving similar projects, including at least one rp ni yul L. reference. Award of the bid or use of specific subcontractors may be deniedj�fjsui�i�rt� favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB -1 FORM OF PROPOSAL _ SANDUSKY STORM SEWER IMPROVEMENTS PROJECT f� qq " CITY OF IOWA CITY �.o P` NOTICE TO BIDDERS: 2010 APR 27 M-1 j I: 28 PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN T PI'�ft `+' VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROP S 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. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 26 San. Sewer Adjustment, Vertical EA FP -2 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Clearing and Grubbing LS 1 2 Removal of Pavement SY 1,619 r_ 3 Removal of Intake EA 8 4 Removal of Storm Sewer Pipe LF 592 5 Abandon, Storm Sewer LF 258 6 Abandon, Sanitary Sewer LF 300 7 Adjustment, San. Sew. Manhole EA 1 8 Fence, Remove & Replace LF 114 9 Mailbox, Remove & Reinstall EA 12 10 Water Service EA 10 11 Water Main Adjustment, Vertical EA 2 12 Intake, SW -402 EA 4 13 Intake, SW -508 (Modified) EA 2 14 Intake, SW -510 (Modified) EA 3 15 Intake, SW -541 (Modified) EA 3 16 Intake, SW -542 (Modified) EA 1 17 Connect to Existing Structure EA 6 18 Subdrain, Longitudinal, 6" PVC LF 857 19 Subdrain, Connection to Intake EA 12 20 Storm Sewer, 42" RCP LF 972 21 Storm Sewer, 48" RCP LF 564 22 Flared End Section, 48" RCP EA 1 23 Revetment, Class E TON 50 24 Manhole, Sanitary, SW -301, 48" EA 1 25 Sanitary Sewer Service EA 5 26 San. Sewer Adjustment, Vertical EA FP -2 27 Sanitary Sewer, 8" PVC Truss LF 240 28 PCC Sidewalk, 4" SY 62 29 PCC Sidewalk, 6" SY 63 30 Detectable Warning SF 16 31 PCC Paving, 8" Class C SY 1,364 32 PCC Driveway, 6" Class M SY 267 33 Drainage Swale Reshaping LF 550 34 Erosion Control LS 1 35 Erosion Control Mat SY 2,095 36 Finish Grade, Topsoil, Seed LS 1 37 Traffic Control LS 1 38 Mobilization LS 1 2010 APR 2.7 AM 11: 28 CITY CI_Ei :i TOTAL EXTENDED AMOUNT= $ FP -3 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: IOV;fA CIl 1. I�i�) 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 -4 as Principal, and 11 1 A , as Surety declare that we are held and are firmly bound unto the City of to jiy,? Iowa, hereinafter called "OWNER," in the sum of coiu�;rrcZl fF9�ll �; Dollars ($ ) to pay said sum as er -1 provided. We as Principal and Surety further promise and declare that thesejgf ti9 tI,l, bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ Witness Witness MM (Seal) Principal By (Title) (Seal) Surety By (Attorney -in -fact) Attach Power -of- Attorney 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, proNWft ad do"Wri its dated the day of 20_, for the (;11'i CLL1,:1 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; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; I. Contract Compliance Program (Anti- Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. 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): FIL ED E, 1--,-I CITY, 10 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 20_. CitV ATTEST: Mayor Contractor By ATTEST: City Clerk (Company Official) AG -2 Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as; (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and ANH! 2n (insert the legal title of the Sure y as Suretyi0 . A�Oprve called I .. the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for 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 , 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 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 N-ZA 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 Wmouni j") payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paidOL�Ai2 4r AN 11: 213 Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the b�o%iriehts�(J':';`, covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) ILE�,� 2010 APR 27 AM II: 23 CITY Ci Ci;Pi Iolm CITY, l VVA Compliance 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 re�W }� p�ogn ure that applicants seeking employment with them and their employees are treated equally 3At Gt re ��d to 28 race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disabiliwX marital status, and age. 1XI It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2 -3 -1. 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 et 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 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 h) O M 171 N co 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC -3 N O 0 O _ Ca SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are- involvgin such actions should be trained and required to comply with your policy and the current equaFerrtploy -went o p�ortunty laws. • -; s 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employe}.-'.This �cpn be_�Dbne by identifying yourself on all recruitment advertising as "an equal opportunity ernployerN (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 f r 'Oot City of 070 14 CN 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 J" f T 3 ri ro CC -5 2 -3 -1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION 2.3.1: Employment; Exceptions 2 -3 -2: Public Accommodation; Exceptions 2 -3 -3: Credit Transactions; Exceptions 2 -3 -4: Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation 2 -3.1: EMPLOYMENT, EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2 -3.1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or Indirectly adver- tise or In any other manner Indicate or publicize that Individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancxs miscar- riage, childbirth and-recovpW there- from are, for all job�rglated-J%rposes, temporary disabllitlep> -and shall" P? treated as such urjdek an health. or temporary disability jnsuraW� orrsick leave plan available in connection,,WLI employment or any wrlftert, tr uh'v3fIT ten employment poholes and- pradtrd9s Involving terms and co�lditlons -of employment as applied to_,�ther tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- sal Iowa City CC -6 2 -3 -1 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- spective employee In return for taking a test for the presence of the antibody to the human immunodeficiency virus, Is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States 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- ficiency 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 quallfica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for Instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or rell- gfous Institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -6 -1994) 697 Iowa City CC-7 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- gion, sex or sexual orientation. (Ord. 95 -3697, 11.7 -1995) 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such 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 fide occupationaL3qualiflcation reasonably necesoary to the normal operation of a pratticu0'jjbuslhqsP or enterprise. The bona fide�bccupatfonal qualification shall be iQpretp`d nar- rowly. 3� 6. A State or Federal program,! de- signed to benefit a specific age classi- fication which serves a t 6ia fide pub- lic purpose. 7. To employ on the basis of disabllity in those certain instances where pres- ence 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 a o �n GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Limitations of Operations S -3 Insurance S -4 Supervision and Superintendence S -5 Concerning Subcontractors, Suppliers and Others o S -6 Compliance with OSHA Regulations o S -7 Employment Practices C:) n S -8 Contract Compliance Program (Anti - Discrimination Requirements)3::�, =v S -9 Measurement and Payment `" r 6 S -10 Taxes S -11 Construction Stakes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects r� Caption and Introductory Statements `O 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 2001, 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. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any 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: N Type of Coverage ° p a Comprehensive General Liability Each Occurrence Aggregate - Bodily Injury & Property Damage` $1,000,000 $2,00' O.A0 " ro Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000;000 171 Excess Liability $1,000,000 $000,000 € f Worker's Compensation Insurance as required by Chapter 85, Code of Iowa:'-' owa:' ry .D '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. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not b aubject to any further limitations or exclusions, or have a higher deductible or seel- insured retention than the insurance which it replaces. ° tl 5. The City reserves the right to waive any of the insurance requirements herein provied The City also reserves the right to reject Contractor's insurance if Aot in cpli with the requirements herein provided, and on that basis to either aw'- tIhe eentrad-B the next low bidder, or declare a default and pursue any and all remedies a ilable to the City. .ri 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 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. 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 ]DOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this individual. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the [DOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. M1 0 If no minority business enterprises (MBE) are utilized, the CONTRAC�,'QR Aall furnish documentation of all efforts to recruit MBE's. W} - t 9 S -6 COMPLIANCE WITH OSHA REGULATIONS. —ice Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATOtt1S: -? The Contractor and all subcontractors shall comply with the requirements of 26,6FR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S -7 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors, shall employ any person whose physical or mental condition is such that his /her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, 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 [DOT STANDARD SPECIFICATIONS. S -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 [DOT 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. Note that these requirements involve only highway projects not funded with Federal monies. 0 SC -5 Ao V 61 °� Q-Y 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: 4/10 data on utyntlEngfMaster5pecs/(rontend doc k rJ r. 1 X17 J U SECTION 01010 SUMMARY OF THE WORK PART1- GENERAL General description, not all inclusive. A. Base Bid Work: Construct 8 -inch thick Portland Cement Concrete roadway sections on Sandusky Drive and Taylor Drive. 2. Remove Portland Cement Concrete roadways, driveways, parking lots, curbs and gutters, sidewalks and other miscellaneous items. 3. Construct Portland Cement Concrete driveways, sidewalks and other miscellaneous items. 4. Remove existing storm intakes, sewer pipes and manholes. 5. Furnish, install and construct storm intakes, sewer pipes and manholes. 6. Furnish, install and construct sanitary sewer manhole and sanitary sewer pipes and services. 7. Furnish and install water main and water main services as needed. 8. Provide traffic and pedestrian traffic control during all phases of project. 9. Clear and grub existing vegetation and furnish and install seed, fertilizer, and mulch throughout project. 10. Other work associated with storm sewer installation and street reconstruction. 01010 -1 >, 01010 -1 SECTION 01025 MEASUREMENT AND PAYMENT PART1- GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD 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 OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficrdties 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. — c. PART 2 - PRODUCTS = 2.01 NONE r r t r _t PART 3 - EXECUTION .. cn 3.01 PROCEDURE: c:) A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025 -1 3.02 BID ITEMS. A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sun price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and /or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his /her Subcontractors. Work associated with existing items on private and /or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected fiom 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 c`` ©inpensation for top soil removal and replacement (unless it is listed as an iterp;in the'-FORM O PROPOSAL), disposal of surplus excavated material, handling water, :installation ol" I necessary sheeting, bracing and temporary fencing around all open excavafionstajid supply, placement and compaction of specified backfill. �a r -� The prices for those items which involve surface removal adjacent to:, uildings:or vaul -i$ shall include compensation to protect exposed surfaces from water which fray leak or seep into vaults and /or basements. uu All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all Such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025 -2 B. BID ITEM DESCRIPTIONS Clearing and Grubbing The lump sum price for this item includes all work required to cut, remove and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, corn, crops, vegetation, rubbish and field fence within the limits of construction as shown on the plans and directed by the Engineer. Also included is removal, salvage and relocation of decorative fencing, sheds, railroad ties, planters, Flagpoles, and similar other items as directed by the Engineer. 2. Removal of Pavement Removal quantities shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, and /or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. Removal of Intake The unit prices for these items will be paid based on the number of each type of designated structure which is removed and includes excavation, demolition, saw cuts, removal, disposal of debris and supply, placement and compaction V; specified backfill. Removal of Storm Sewer Pipe rr The unit price for this item will be paid based on the number !of linear feet q�f designated pipe which is removed as measured along the pipe ce6t6dine A.. includds excavation, saw cut of structures, demolition, removal, including - flared -cUrl sections, disposal of debris, and supply, placement and compaction of specified backf'll. 5 -6. Sewer Abandonment The unit price for sewer abandonment will be paid based on the number of linear feet of abandoned sewers which are filled with non - shrink flowable mortar, including bulk - heading with concrete and modifying inverts in existing manholes and intakes which remain in service. Coordination with existing active sewer shall be considered and dealt with as part of these bid items, and are considered to be incidental to such items. Adjustment, Sanitary Sewer Manhole The unit price shall be full compensation for furnishing all materials and labor to complete the work as indicated on the plans and in these specifications. Item includes replacement of fi•ame and lid as specified on the plans. Pence, Remove and Replace The unit price for this item will be paid based on the number of linear feet of specified fence removed and replaced and includes measurements required to reestablish fence 01025-3 in proper location, removal, storage, repairs, painting or replacement of rotted or damaged portions, and replacement of fence. The amount of fence to be removed shall be approved by the Engineer prior to the work. 9. Mailbox, Remove and Reinstall The unit price for this item will be paid based on the number of specified mailboxes removed and reinstalled and includes measurements required to reestablish mailboxes in proper location, removal, storage, repairs, painting or replacement of rotted or damaged portions, and replacement of mailbox if needed. Please note that the mailboxes located at 1033 and 1101 Sandusky Drive are non- standard mailboxes and shall be treated with care. Coordination with the property owners shall be considered. 10. Water Services The unit price for this item will be paid based on the number of water service lines installed which are in conflict with proposed sewers and includes exploratory excavation, fittings, hardware, copper pipe, insulation, backfill, and compaction. Work shall consist of a new water service connecting the corporation stop the curb stop, with a new stop box installed. Adjustments to the servicT_�re aceeptablc_ifj possible and approved by the City. — r> "1 H. Water Main Adjustment, Vertical „r,u Unit price includes all fittings, water main pipe, harnesses, mega lugs,:stainle"ss steeO tie rods w/ ss nuts, polyethylene encasement, tracer wire, thrust blocking, removal and disposal of existing water main pipe and appurtenances, excavation, deNymering, granular bedding and granular trench backfill as necessary to adjust the existing water main as directed by the Engineer. Measurement will be based upon the number of vertical water main adjustments completed. 12.-16. Intakes The unit prices for these items will be paid based on the number of each type of intake constructed and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and compaction of specified backfill, providing stubs for drainage tiles and the frame and casting. Construction of larger than standard intakes to fit over large storm sewers and intake throats shall be considered incidental. Stoppers for stub connections are incidental. City of Iowa City logo castings shall be used on all intakes where applicable. 17. Connect to Existing Structure The unit price for this item will be paid based on the number of connections made. These connections include any needed pipe, PCC collar or fill, and any other items necessary to make a proper and sealed connection. This item pertains to the connection of storm sewer at INT -1, fNT -5, INT -8, INT -11; and connection of sanitary sewer at SAN -I, and SAN -3. 18. Subdrain, Longitudinal, 6" PVC The unit price shall be full compensation for furnishing all materials and labor for installing subdrain of the given type and diameter with appurtenances. Includes 01025 -4 trench excavation, disposal of excavated material, furnishing and placing plugs, elbows, tees, grouted joints, special connections, furnish and placing porous bedding, backfill and finishing the surface as directed by the Engineer. Tees shall be installed at each property along the south side of Sandusky Drive between 1015 and 1131 Sandusky Drive. 19, Subdrain, Connection to Intakes This item includes all labor, equipment, tools, materials, excavation, backfilling, compaction, rodent guards, grout, saddles and all other miscellaneous work as necessary to connect the Subdrain to intakes. Measurement will be based upon the number of proper connections to intakes. r> 20.-21. Construction of Storm Sewers The unit prices for these items will be paid based on the number of (incur ffeJ installed. Length will be measured for each size and type of pipe along the pfpt center. t line with no deductions for prefabricated bends. Measurement shall exclude the space. across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessary equipment. C. Trench boxes required for safety and to minimize disturbance to features to be saved. d. Exploratory digging required to determine location of existing structures or potential conflicts. e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches trader or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures, j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. I. Temporary support of existing utility mains and service lines. m. Temporary fencing. a. Repair or replacement of utility services damaged by the Contractor. o. Permanent connections and stubs with caps for sump pump, drainage, and field tiles of various sizes, including backfill as specified by the Engineer. 01025 -5 22. Flared End Section, 48" RCP The unit prices for these items will be paid based on the number installed for each size and type and includes excavation, shaping of subgrade apron guards, and hardware. The last two pipe joints before the flared end section shall be tied and is incidental to this item. Included with this item is grading within the existing detention pond necessary to provide proper drainage. 23. Revetment, Class E The unit price for this item will be paid based on the number of tons of specified stone placed as shown on the plans and directed by the Engineer. Stone shall be placed on engineering fabric which is incidental to this item. Also included is subgrade preparation and shaping, supply and placement of engineering fabric and rock, and provisions to keep rock from being contaminated with soil during subsequent construction activities. 24. Manhole, Sanitary Sewer, SW -301, 48 In. Dia. The unit price shall be full compensation for furnishing all materials and',labor Q constructing manholes of the given type including casting frame and lid,'concrete' fillet, excavation, sheeting and shoring, chimney seals, dewatering�' beddidg;;backfill, compacting, internal or external drops, and other miscellaneous reiatetl wo;:k., Cite pq Iowa City logo castings shall be used on all manholes. 25. Sanitary Sewer Service un The unit price for this item will be paid based on the number of sanitary service lines adjusted or installed which are in conflict with proposed sewers and includes exploratory excavation, fittings, hardware, pipe, insulation, backfill, and compaction. 26. Sanitary Sewer Adjustment, Vertical Unit price includes all fittings, DIP sanitary sewer pipe, removal and disposal of existing sanitary sewer pipe and appurtenances, excavation, dewatering, granular bedding and granular trench backfill as necessary to adjust the existing sanitary sewer as directed by the Engineer. Measurement will be based upon the number of vertical sanitary sewer adjustments completed. 27. Sanitary Sewer, 8" PVC Truss The unit prices for these items will be paid based on the number of linear feet installed. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends. Measurement shall exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping requited for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessary equipment. C. Trench boxes required for safety and to minimize disturbance to features to be saved. 01025 -6 d. Exploratory digging required to determine location of existing structures or potential conflicts. e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches wider or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc„ as required. L Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. I. Temporary support of existing utility mains and service lines. M. Temporary fencing, C-) T a. Repair or replacement of utility services damaged by the CbAQtot ° o. Permanent connections and stubs with caps for sump pump,- droinageu and field tiles of various sizes, including backfill as specified by the Etygineer"a B .� i d1 28. -30. Portland Cement Concrete Sidewalk and Curb Ramps The unit price for these items will be paid based on the number'of squaw -yards of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, curing, jointing andjoint sealing, and backfilling at form lines. Truncated domes for detectable warnings will be paid for by separate item based on the number of square feet installed per Specifications Section 02524. 31. -32. Portland Cement Concrete Pavements and Driveways The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thicknesses and mix designs, including 5 -foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items 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, Portland Cement Concrete curb and curb drop installation, 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 3. All PCC paving for driveways shall be Class M, P.C. Concrete. All other PCC paving shall be Class C, P.C. Concrete. 01025 -7 33. Drainage Swale Reshaping. The unit price for this item will be paid based on the number of lineal feet reshaped as shown on the plans or directed by the Engineer and includes removal, hauling and disposal of excess material, and all shaping and compaction required to produce smooth, uniform draining surfaces. 34. Erosion Control. The unit price shall be toll compensation for furnishing all materials, labor and equipment necessary to install and maintain erosion control during construction. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. Included in this item is the removal and disposal once stabilization of all disturbed ground is achieved. 35. Erosion Control Mat The unit price for erosion control mat will be paid based on the number of square yards of actual area covered and includes supply and placement of specified material, anchor slots, junction slots, check slots, terminal folds, staples, lap joints and maintenance. 36. Finish Grade, Topsoil, Seed, Fertilize, and Mulch The lump sum price for this item will be paid based on percent complete fo% all area seeded, fertilized, and mulched and includes preparation of seed lied, tbpsoil.-as specified in the plans and specifications, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one -year �ualaptee..i 111 seeding shall consist of an urban seed mixture as specified. All disturbed areas not replaced with pavement shall be seeded u+rlbss not@_21 on the plans or directed by the Engineer. 37. Traffic Control The lump stun 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. 31. Mobilization The lump sun price for this item will be paid in full upon completion of all work on the project required by the Contract. 01025 -8 SECTION 01310 PROGRESS AND SCHEDULES PART1- GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences is a high priority. Scheduling of work shall be planned with this in mind. C. Scheduling and planning is of the essence. Please note that storm sewer construction scheduling and phasing shall take into consideration the need for proper existing storm sewer and sto•mwater drainage at all times during construction. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre - Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2- PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION. A. A Pre - Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work will be limited to a completion date of September 15, 2010. Weekend work is acceptable. The early start date is June 7, 2010. Liquidated damages of $500 per day will be charged on work beyond September 15, 2010. 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. 01310 -1 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 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 UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. It is anticipated that there will be utility conflicts with MidAmerican gas, Iowa City Water, and Iowa City Wastewater. Coordination with all parties is required. C. Existing utilities are located within the backyards of properties north of Sandusky Drive, near and possibly within the storm sewer construction. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that apress release can be issued. No street may be closed without the Engineer's approval and said notification. B. Sidewalk closure will be needed throughout the project; however, are not shown in detail on the traffic control. All sidewalk closures shall detour pedestrians to the nearest ADA crossing and shall be considered as part of the bid item for traffic control. C. "No Parking" signs may be obtained from the City of Iowa City Engineering Division as needed for construction and staging. 11/00 Aare&engineer\specs -i M 1310.dn 01310 -2 Z3 :^ ♦J 5 � I J� n r D-1 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1- GENERAL 1.01 SUMMARY.- A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2000 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: ,..9 A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. l PART 2 - PRODUCTS tV 2.01 MATERIALS: --or A. Traffic control devices may be new or used, but must meet the requirements of HQ 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 MOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570 -1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: 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. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 MISCELLANEOUS: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. Two -way traffic shall be provided at all times other than when crossing Sandusky Drive. When crossing Sandusky Drive, traffic control signs shall be provided to allow alternating traffic to flow through safely. C. Traffic control signs and delineators shall be moved along with the progression of the storm sewer installation and paving. Only traffic control needed for each particular stage of construction shall be out and visible. N Q 47 G7 Tj .� C7 01570 -2 c-n SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B, Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris rett4ting from work on the project. 1.04 SUBMITTALS: - <.� A. Locations of disposal sites. PART2- PRODUCTS 2.01 MATERIALS: LP A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. 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 24. Structures. Section 2401. Removal of Existing Structures. 02050 -1 Division 25. Miscellaneous Construction Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways, Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section, The Engineer reservor,1he right to revise demolition limits if required by the nature of construction. ' 3.03 PROCEDURES: A. Utilities .i I. Notify all corporations, companies, individuals and state or loeal'.aiithotV4'es owning pipelines, water lines, gas mains, buried and overhead eleciric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions fi•om 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. 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 Pedestrian access to homes and businesses shall be maintained at all times, Temporary gravel surfaces shall be provided as directed by the Engineer. 02050 -2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 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 Removal shall be to the limits noted on the plans or as directed by the Engineer, 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to constriction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone 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. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. N CJ Li :v _ _.1 C71 J YY��Tpq fi U7 02050 -3 — SECTION 02100 SITE PREPARATION PART1- GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. ]DOT Standard Specifications. PART 2- PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: i7 ^cy 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 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION. A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. Some trees marked as "REMOVE" on plans by way of an "X" may be able to be protected and avoid damage /death from construction. All attempts shall be made if this is possible. B. No construction materials and /or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of 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 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. 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. C. Coordination and communication with the Engineer and property owner is required for removal of items such as sheds, railroad ties, decorative landscaping, wood fence, etc. Removal or relocation of such items shall be considered incidental to Clearing and Grubbing bid item. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.04 EXISTING MAILBOXES: A. Only mailboxes designated by the Engineer shall be removed. B. Mailboxes removed for construction shall be reinstalled or replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 02100 -2 r� u�. C=J �.6•y C7 � N �,....� J ' Cn N SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PARTI- GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: n � l A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: 4 A �' A. Whenever a percentage of compaction is indicated or specified, use percent` -iFf maxi im density at optimum moisture as determined by ASTM D698 -91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART2- PRODUCTS 2.01 MATTR1ALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3. 01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: 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 6 inches of topsoil for surface restoration and 02220 -1 landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINA GE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and /or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. 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 w* enterigA the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCA VA TION: tJ� r'• A. General I. Excavate trench by machinery to, or just below, designated subgrade`dYhen p1pVjs to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non - working hoes and when not working in immediate area. C. Trench Width 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. Excavate trenches with vertical sides between elevation of center of pipe and elevation I foot above top of pipe. 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 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 Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground�sjructure is necessary for doing work properly. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Departniv- -pf Naturalk �a Resources (DNR) if soil contamination is found or suspected during"k gyati$rf: 2. Soil disposal and remediation method shall be an option outlined iii the IDO�T Construction Manual Section 10.22, and approved by the Iowa DNR and City. he 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 toppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots I" 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 tires. 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 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. 1-1. Water Services 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 if not shown on plans for removal or a cause of storm sewer installation. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCKEXCAVATION.- A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. y o B. Explosives shall not be used for rock excavation. r. C7- . N °i C-J v cn 02220 -4 N 3.06 BACKFILLINC: A. General A 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. Backfilling Excavations Begin Backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. Backfilling Around Structures 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. 3.07 UNAUTHORIZED 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. o o n N r..� G _ b .13 iJl 02220 -5 uv SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL l t PART1- GENERAL 1.01 SUMMARY: s ;' A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone arid-, erosion stone. � 13. All necessary materials and measures needed to abide by the Storm Water Pollution Prevision Plans as included in the project plan set and IDNR's General Permit No. 2. 1.02 REFERENCES: A. ]DOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual ", latest edition. 1.03 QUALITYASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. 13. 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 manufacturei's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. 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 MOT Standard Specifications; Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion 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 IDOT Standard Road Plans: j RC -5 Wood Excelsior Mat RC -16 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 GEOTEXTHE: A. Surface Preparation 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. E. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U ", "U', or -r 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 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. 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 panelsjoined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 homy 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 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 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. r a B. Quality testing: ci I . Compressive Strength Tests. ; 2. Entrained Air. J � 3. Slump 4. Density Tests of Base and Subgrade. PART 2 - 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 MOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520 -1 PART 3 - EXECUTION 3.07 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 2I 1 1. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212, Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. Section 2301. Port land Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Wider, iiig� T:i 3 j Section 2310. Bonded Portland Cement Concrete Over Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutters -" Section 2515. Removal and Construction of Paved Driveways. N Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches, Section 2530. Partial Depth Finish Patches. 3.02 CURINGAND PROTECTION OFPAVEMENT.- A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35 °F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Minimum 35 -32° F Minimum 31 -25° F Below 25° F Covering One layer plastic or burlap. One layer plastic and one layer burlap or two layers burlap. 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 expense. 02520 -2 D. Maximum allowable concrete temperature shall be 90° F. G. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and /or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the sh•cet(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3,05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. 02520 -3 - - 13 CO 02520 -3 SECTION 02524 PART1- GENERAL 1.01 SUMMARY.• A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES. A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. r ', C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (1 I A -4) D. L.M. Scofield Company Tech —Data Bulletin A- 104.10. E. L.M. Scofield Company Tech — Data Bulletin A- 514.02. F. L.M. Scofield Company Guide G- 107.02. �- w G. ASTM C309 — Liquid Membrane Forming Compounds for Curing Concrete. H. Armor -Tile Cast -hi -Place Tactile/Detectable Warning Surface Tile. 1. 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 Contractors expense. 1.04 SUBMITTALS: A. Comply with Section 0 13 10. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. 02524 -1 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 PART2- PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. C. D. Water: Fresh, clean and potable. Stamped Truncated Domes I . Colored Hardener: a. Lithochrome Color Hardner by L.M. Scofield Company. cn w b. Color: Tile Red (A -28). C. An integral coloring agent may be submitted for approval as an alternative to topical coloring agents. 2. Bonding Agent: Product known to enhance adhesion to concrete. 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. 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. Warpage of Edge: +/- 0.5% max. 3. Vitrified Polymer Composite cast -in -place tiles shall be Armor -Tile Cast -in -Place Tactile /Detectable Warning Surface Tiles or approved equal. 02524 -2 E. Prefabricated tiles or pavers may be submitted for approval as an alternative to stamped concrete. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) — (I IA-4) and the following sections of the Americans with Disabilities Act (ADA) g�4 Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical 7Ze- quirements Section 14. Public Rights -of -Way 3.02 SLOPES: d A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running sloe 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: 3.04 3.05 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. 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. CURB RAMPS GEOMETRICSr A. Different cub 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 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 pail of the curb ramp and is accounted for in the Form of Proposal estimated quantities. 02524 -3 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. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.10 INSTALLATION: A. B. C. D. Concrete: Place and screed to required elevations as specified in Section 02520. Apply truncated domes per manufacturer's specifications. Protect concrete from premature drying, excessive hot or cold temperature and damage. Curing Compound: Apply per manufacturer's guide for rate and method. 02524 -4 cj vl SECTION 02660 N WATER DISTRIBUTION PART 1 - GENERAL 1.01 SUMMARY. 01 A. Furnish, install and test water distribution system as indicated and specified. 1.02 RFFF,RENCES: 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 Engineer 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 Water Division 1. Reference Manual C. American National Standards Institute and American Water Works Combined Standards: I. ANSI /AWWA- C104/A21.4: Cement -Mortar Lining for Ductile -h'on Pipe and Fittings for Water 2. ANSI /AWWA- C105/A21.5: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSI /AWWA- CI10 /A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI /AWWA -Cl 11 /A21.11: Rubber- Gasket Joints for Ductile -Inn Pressure Pipe and Fittings 5. ANSI /AWWA- Cl 50/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. ANS1/AWWA- C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24- inch, and 54 -inch through 64 -inch for Water Service 8. ANSI /AWWA 0502: Dry - Barrel Fire Hydrants 9. ANSI /AWWA C504: Rubber - Seated Butterfly Valves 10. AWWA 0509: Resilient- Sealed Gate Valves for Water Supply Service. 02660 -1 H. ANSI /AWWA C510 Double Check Valve Backflow- Prevention Assembly 12. ANSI /AWWA C511 Reduced- Pressure Principal Backfiow- 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 12- inch for Water Distribution D. American Water Works Association: I. 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: I. ASTM D2241 F. Manufacturers Standardization Society: I. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application G. Uni -Bell PVC Pipe Association: 1. UNI- B -3 -88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4 -36 inch) complying with AWWA Standard C -900 or C -905. 1.03 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at a I[-'-jitnes. B. Shop and Working Drawings: N :) V I . Pipe layout with valves, fittings and hydrants shown j" 2. Valves 1 3. Hydrants Co 4. Fittings 5. Bolts 02660 -2 6. Joints 7. Tapping sleeves, couplings, and special piping materials, 8. Polyethylene 9. Thrust block designs and details 10. Special backfill C. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. D. Manufacturer's Literature: Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners and other accessories. 2. Brochures and technical data and coatings and linings and proposed method of application. E. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. 1.04 QUALITYASSURANCE: A. Engineer reserves the right to inspect and test by independent service tIrmanufpcturers plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation, b 1.05 TIME: .- C, I A. Time is of the essence for water main construction work. All work whicl'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. 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. 4. For locations of underground facilities, provide 48 hours notice. PART 2- PRODUCTS 2.01 All products used for this work shall be from the list of "Accepted Products for Water Distribution 02660 -3 Materials" contained in the Iowa City Water Division Reference Manual and found in Appendix A. If there is a discrepancy between the Iowa City Water Division Reference Manual and Appendix A, the Iowa City Water Division Reference Manual prevails. 2.02 DUCTILE -IRON PIPE: A. Thickness design shall conform to ANSI /AW WA C 150/A21.50. B. Manufacture shall conform to ANSI /AWWA C151/A21.51. C. Thickness for direct bury piping, unless otherwise indicated or specified, shall be class 52. D. Thickness for pipe suspended fi•om structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. E. Cement mortar lining shall conform to ANSI /AWWA Cl 04/A21.4. r 2.03 DUCTILE- IRONPIPEJOINTS: A. Single rubber- gasket push -on joints or mechanical joints conforming tvANSIL&WWA\ Cl 1 1 /A21.1 1. Furnish with all necessary hardware and gaskets. i B. Bell- and - spigot pipe joints conforming 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. 2,04 POLYVINYL CHLORIDE PIPE: 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. PVC pipe materials are only allowed in sizes 6 to 10 inch diameter. 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. C. PVC pipe shall not be installed under public roadways and shall not be used around cul -de -sacs or other small radius curves. Z.OS FITTINGS: A. All fittings shall conform to ANSI /AWWA C 110 /A21.10, with pressure rating of Class 350 for 3" to 24 ". 02660 -4 B. Mechanical-joint fittings shall be ductile iron compact ANSI /AWWA C153/A21.53 or ductile standard ANSI /AWWA Cl 10 /A21.10. Large fittings, 12 -inch through 20 -inch shall be ductile iron standard ANSI /AWWA CI10/A21.10. Swivel tees shall be ductile iron standard ANSI /AWWA CIIO.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSI /AWWA Cl 10 /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 ribber gaskets, ductile iron glands, NSS Cor- Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. 2.06 VALVES& VALVEBOXES, A. Gate valves shall conform to ANSI /AWWA C509. 1. Valves shall be full line size gate valves with epoxy coating inside and outside and contain stainless steel nits and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi and gaskets rated at 250 psi. 3. Valves shall have a standard 2 -inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o -rings under pressure. 5. Valves are to be non- rising stem with the stem, nut and thrust qwlar made of bonze. J j B. Butterfly valves shall conform to ANSI/AWWA C504, for buried; service, Class 150B. 1. Valve seat to be installed on disk or valve body. co 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. 02660 -5 2.07 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 to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless nuts and bolts. 3. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51" to 71 ". Use lids marked "water ". HYDRANTS: Specification standard: ANSI /AWWA 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% inches for 12" water main and under 5'/ inches for 16" water main and above Nozzle arrangement 3 nozzle, two 2% -inch hose nozzles and one 41/2-inch and size pumper nozzle, with caps attached with chains Nozzle thread: National Standard Hose Threads Type of inlet connection: Mechanical Joint Z7; Size of inlet connection: 6 inch c -• -. N Depth of bury: Depth of bury shall be 6 feet Direction of opening: Open to right (clockwise) w Packing: Conventional or O -Ring Size and shape of 1 % inch, standard pentagon operating nut: Working pressure: 250 psi Color: Safety Red 02660 -6 Z08 Z09 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. 1). Full Body Tapping Sleeves: Shall be mechanical joint, split construction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange titling 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. E. Stainless Steel Tapping Sleeves: 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. Shall be compatible with Mueller, Clow, Kennedy, or U.S. Pipe 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. GASKETS, BOLTS, AND NUTS: } A. Mechanical joints made with: _, r c rl 1. Bolts: 3/4 inch NSS Cor -BLUE. a 2. Stainless steel bold studs with stainless steel nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with stainless steel nuts and 3/4" diameter. 02660 -7 230 LOCATION WIRE: A. Location wire shall be #12 solid copper, THIAN insulation in yellow or, orange color. 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). Do not use creosoted lumber in contact with piping materials. 232 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfection and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART 3 - EXECUTION 3.01 REFERENCESANDDOCUMF,NTS: 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 ANSI /AW 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- 13-3 -88 except as noted herein. D. Contractor must prepare and retain a set of "as- built" drawings on thejob 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. c -; 2. Changes in depth, depth greater than 8 feet or less than 5 feet. — r-, - ", R> 3. Special fittings or construction materials, i 3.02 RECEIVING, STORAGE AND HANDLING: " A. The Engineer may mark materials which are found on the job site and which cWe 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. B. While unloading PVC piping materials: 1. Do not allow the pipe units to strike anything, 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit fi-ames or banding for lifting. 02660 -8 I 4 C. Within the " Storage" language of AW WA M23, change "should" to "shall." D. Within the "Handling" language of AW WA M23, change "should" to "shall." 3.03 LOCATION, ALIGNMENT, SEPARATION & GRADE: A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. 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 51/2 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. 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. 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. 3. Bring the wire to the ground surface at each fire hydrant and loop wi'ub in a i Valvco tracer wire terminal box. These boxes shall be locateq bet*den the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the tenninal 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 file=r hydrant within 500 feet, bring the wire to the surface in a "daylight box" which is a full -size valve box and mark the drawings appropriately. 02660 -9 3.04 PIPE BEDDING AND BACKPILLING: 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- 13-3 -88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by stomping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. 3.05 PIPE RESTRAINT: A. Thrust Restraint: 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 lumber to prevent shifting before placing concrete. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: 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. C. Dead Ends ti L Pipe ends or fittings left for future connections shall be pluggelLpr caplgd using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked agail r,�Ythnn ri 3.06 JOINTSAND COUPLINGS: c x it A. Push -on Joints: co Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation ofjoints already installed. 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in casing with locking rubbers. 02660 -10 B. Mechanical Joints: I . The range of torque for tightening bolts which is indicated in ANSI /AW 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 10 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. N c -� C. Sleeve -Type Coupling: >" I. Clean pipe ends for distance of 12 inches. _ J 2. Use soapy water as gasket lubricant. ?? t 3. Carefully mark and place the sleeve coupling in the center of the joint. n 3.07 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. 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 drawing, and materials of construction. 3.08 POLYETHYLENE ENCASEMENT.- A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSI /AWWA C205/A21.5 installation methods. This includes any ductile iron laid in cul -de -sacs or other small radius areas where PVC main could not be used. 3.09 HYDRANT INSTALLATION: A. Ilandle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter. 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. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 02660 -II inches above finished ground. The break -off flange should be no more than 6 inches above ground. There shall be no obstructions to fire hose connections, E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with pre -cast cement blocks to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or I inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be 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 the 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 $ystcm or_conduct the filling, flushing and testing operations. The purpose of both plans Is to minimize the . impact of service interruptions and pressure and flow variations on tile: distribution I system and existing customers. " 3.11 DISINFECTION FOR POTABLE WATER SYSTEMS: A. General G-) I. Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in ANSI /AWWA C651 and the following specifications. B. Special Disinfection Requirements Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. 2. Water main 16 -inch and larger in diameter must be swabbed with a soft pig prior to flushing if flow in the system is not adequate to maintain scouring velocity (2 fps) during flushing. 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. 4. The chlorinated water shall be retained in the main at least 24 hours, during which 02660 -12 time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 25 mgfL chlorine throughout the length of main. 5. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 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 '/4 of the main diameter. For 6 -inch through 12 -inch water mains, a single T/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). 6. Collect a bacterial sample from the end of each line or 800 -1,000 feet and deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliferm organisms, the hydrostatic test may proceed. C. Tablet Method of Chlorine Application Use ANSI /AW WA C651, however slowly fill the main (less than I cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine Application L Prior to applying chlorine, do a preliminary flush at a minimum velocity 692.5 feet per second in the main through an opening not less than not less thgn'/ oFthe main diameter. For 6 -inch through 12 -inch water mains, a single 2' /z- ineli' fire iiydran4 I opening is adequate.'. 2. Add the water and chlorine solution with the required concentration to fill -the m2iri` j completely. ) 3.12 TESTING: M w A. Filling the water main: 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 must be on site to assist with operation of the system valves and hydrants during this operation. 2. Open one hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to 611 and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. 02660 -13 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 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. Then, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. B. Pressure and Leakage Tests: I. 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 two hour(—NLith 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, unc9ver, and ,hepair9r replace defective pipe, fitting or joints. Conduct additional tests and, repairs moil water main passes the test. C. Valve Operations: I. 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. D. Hydrant Operations: 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. 02660 -14 E. 3. After hydrant has been flashed, 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. Flow Test: 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 shall 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. 02660 -15 N -) APPENDIX A Accepted Products for Water Distribution Materials WATER PIPE: (Ductile) ANSI /AWWA — A21.51/C151 American, Clow, Griffin, McWane, Tyler, and US Pipe Class 52 for direct buy piping unless other wise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe WATER PIPE: ( PVC) (Class 150) — C900 C900 thickness class DR18 (6" thru 10 ") FITTINGS: (Ductile Iron Standard) ANSI /AWWA — A21.10 /C110, 3" to 24" - 350 psi (Ductile Iron Compact) AWWA C153,350 psi Clow, Tyler/Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Body Ductile Iron with Stainless Steel and /or NSS Cor�Blue Nuts and Bolds) for 12" and larger or under pavement Clow - F- 5205, Mueller - H615, Kennedy, Tyler/Union, Kennedy, American Flow. Control - i 1 Series 2800, or U.S. Pipe - T -9 ,rte • -� �.m.. TAPPING SLEEVES: (Stainless Steel) (t� Smith Blair - 662 or 663, Ford FAST, Mueller- I-I304, Romac SST, JCM -432 J ' Ul MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) Ebaa Iron Sales Inc. STAINLESS STEEL REPAIR CLAMPS: Smith -Blair -261, Ford FS], Romac SS VALVES: (Resilient Seated Gate Valves) ANSI /AWWA — C509 Clow F -2640, Kennedy 1571 -X, Mueller Resilient Seat - A- 2360 -20, American Flow Control - AFC -500, or U,S. Pipe Metro Seal 250 #5460 VALVES: (Butterfly) ANSI /AWWA C504, Class 150B Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik VALVES: (Tapping) Clow —F- 2640, Mueller —T- 2360 -16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860, or American Flow Control -865 VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71 ") East Jordan Series 8555 & Item 666A — Range 51" to 71" 02660 -16 HYDRANTS (4 %2" for 12" and under) (5 %a" for 16" and above) AWWA C502 Clow F -2545 Medallion, Kennedy Guardian K -81, Mueller Super Centurion 250, American Darling - MK 73 for 4 1/2" & B84 -B for 5 1/4" SLEEVE TYPE COUPLING: Standard solid black sleeve — Tyler/Union 5 -1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts — Smith -Blair 441 or Romac Style 501 STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts): Smith -Blair 261, Romac SS 1 or Ford FS 1 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter WaterPro or Utility Equipment - Valveo —95E —2 %2" ID with lockable cast -iron lid — minimum 18" long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: #12 solid copper, THHN insulation in yellow or orange FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and YI 03/07 sharc&engineerkspecs - ii \02660.do 02660 -17 t�> G> C-3 SECTION 02665W WATER SERVICE WORK FOR CONTRACTORS (Revised 3/11/09 PART1- GENERAL 1.01 DESCRIPTION: A. Furnish and install new water services and yard hydrants as indicated and specified. 1.02 RELATED WORK: A. Section 02661: Water Distribution 1.03 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. B. City of Iowa City Water Division: Policy and Procedures Manual. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI /AWWA -C800 Underground Service Line Valves and Fittings. D. American Society for Testing Materials: I. ASTM B75 -86 Seamless Copper Tubing. 1.04 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval 41%V &ks prior t�o — installation. cfl 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 front 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. 1.06 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 homy 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: 1. For 1 service which is planned work, less than 24 -36 hours. 2. For I 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 I 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, sonic services on each side of the street and in conjunction with paving projects, less than a 12 -hour workday. 1.07 WORK ON PRIVATE PROPERTY FOR 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 affect the time schedule for work under this contract. , B. The work on private property will not be the responsibility of the City. <-> V �,,.... CII 02665 -2 PART2- PRODUCTS 2.01 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 fiunished 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: I. 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, 3041, 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 AWWA tap thread (CC thread). 7. Saddles with nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). B. CORPORATION VALVES: I . Corporation valves shall meet or exceed current ANSI /AW WA C800 specifications and shall be made in accordance with ASTM B -62. N 2. Valves shall be 300 PSIG maximum working pressure. ri 3. Body shall be 85 -5 -5 -5 cast brass. 4. Valves shall be inlet: AW WA taper thread, outlet: conductive r' compression connection for CTS O.D. tubing. 5. Valves shall be compression ball type valves. 02665 -3 C. BALL CURB VALVES: 1. Ball curb valves shall meet or exceed current ANSI /AWWA 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 o -ring scaled with double o -ring seals. D. CURB BOX —ARCH PATTERN: 1. Curb box shall meet or exceed current ANSI /AWWA C800 specifications. 2. Curb box lid shall be Erie Pattern — 5601 L — 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. 5. Curb box and accessories shall be black dip coated inside and out. 6. Curb box rod length shall be a 518" rod, 42- inches long, small key -clamp welded to rod with stainless steel rod and cotter pin. L2 E. STRAIGHT THREE PART UNIONS: 1. Unions shall meet or exceed current ANSI /AWWA C800 specifications,; and shall be made in accordance with ASTM B -62, c *)°• t� 2. Union shall be conductive compression connection for CTS O.D. tu6il�-n both ends. - -- e 3. Body and nut shall be corrosion resistant cast bronze 85- 5 -5 -5. Jam_ 4. Gripper band shall be stainless steel and overlap itself so no gasket material can get underneath. 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 ANSI /AW WA C800 specifications. G. YARD HYDRANTS: I. Yard hydrants shall be f-eezeless style. PART 3- EXECUTION 3.01 RECORDSAND DOCUMENTS: A. Contractor must prepare and retain a set of "as- built" drawings on the job site with accurate and current information on the location of all water service valves, pipe and special construction features. Examples of special construction features include: 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 Contraeter shall promptly remove defective or unapproved materials from the site and replacQ with�w. nrc2 'ci e 1 3.03 EXCAVATIONAND BACKFILL: - ---t =� J A. All excavators shall comply with the requirements of the O.S.H.A Stmidaids subpart P -- i Excavations. � _) E. Earth excavation, backitll, fill and grading shall be in accordance with Sectioli 0222,6f 4.- 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, 3/4" 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. 'file mole shall be a maximum of four inches in diameter. The Contractor shall be responsible for all labor, equipment, materials and supervision for mole excavation. II. 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. 1. 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. -ci 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 (ro essi6il untir— all work has been completed. No sanitary sewer shall be used for disposal oN'Ater. 5.- L. To protect persons from injury and to avoid property damage, adequate barricades, fencing; -_ construction signs, caution lights and guards as required shall be placed and maintahn:d by the Contractor at excavations during the progress of the construction work and urifrl it is safe for pedestrian and vehicular traffic to use the roads, sidewalks and facilities. All material piles, equipment and pipe which may serve as obstructions shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. The 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. B. 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 (45 °) with the vertical, if possible. The stop must be nU•ned 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 ftom 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 I -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. 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 Contractor 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 hoes of mar ' the new service connection, the new service shall be subjected to normal systepl preskiire and visually inspected for leaks. If any leaks appear, the Contractor shall make.-repairs. Uch water service shall be turned on and observed by the Contractor within the pIrcjnQv to n d verify adequate pressure and flow. V (Revised 3/11/09 47 T 02665 -7 SECTION 02700 SEWERS PART1- GENERAL 1.01 SUMMARY.• A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES. A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low - Head Pressure Pipe. B. Ductile Iron Pipe N CJ 1. ANSI /AWWA- A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifirgpgy CasC�Rm Metal Molds or Sand -Lined Molds, for Water or Other Liquids. ` >': a 2. ANSI /AWWA- A21.50/C150, latest edition, Thickness Design of I�c'ijc -lvciv Pipe. . r 3. ANSI /AWWA- A21.53/C153, latest edition, Ductile -Iron Compact Fittings] 3 Py. through 16 in., for Water and Other Liquids. Cn r-- 4. ANSI /AWWA -A21.1 I /CI 11, latest edition, Rubber - Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 5. ANSI /AWWA- A21.4 /C 104, latest edition, Cement - Mortar Lining for Ductile -Iron Pipe and Fittings for Water. C. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 02700 -1 1.03 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals D. PVC Truss Pipe — For Sanitary Sewers ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile-Butadiene- Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe E. Manholes I. ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. N GJ F. Intake Structures 1. IDOT Standard Specifications. a 2. Iowa Department of Transportation Highway Division "Standard Plans Manual ", latest edition. '� r QUALITYASSURANCE: y° <n _r A. All products will mcet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: 02700 -2 A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART2- PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers Joints: All joints will be confined O -ring gasket meeting ASTM C443 or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be 13-wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding— Type B per ASTM C 12 with compacted granular material to the springline of the pipe. B. Reinforced Concrete Pipe - For Storm Sewers I. Joints a, Circular pipe: All joints will be confined O -ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B- wall —as defifttl in ASTM C76. f � b. Arch pipe: Minimum wall thickness as defined for in AST tC50� 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified oil the plans. If 11 0 specified, the minimum pipe strength shall be Class III as` defined in ASTM C76. 02700 -3 D. E. G Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. Ductile Iron Pipe Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 2. Minimum Bedding — Type 5 per ANSI /AWWA C150/A21.50 with compacted granular material to the springline of the pipe. PVC Truss Pipe — For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. N e 4. Minimum Bedding — Crushed stone encasement to the top he P_. The minimum bedding depth shall be as specified on the plans. red, thf., minimum bedding depth shall be 4" below the pipe. v , --j j Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines I . All PVC pipe shall be manufactured in accordance with ASTMcp3034. 9 2. Joints; ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above pipe. 'File minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. Corrugated Plastic Pipe for Subsurface Drainage 02700 -4 Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASI ITO M -252 and M -294. 3. Minimum Bedding— Drainable stone encasement to 6" above pipe. H. Manholes Joints: All joints will be confined O -ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in -place inverts must provide a channel at least one -half the depth of the pipe and match the full cross - sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R -1670, self - sealing, East Jordan 1117, self - sealing or approved equal. If in paved area, casting shall also be non- rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. 1. Bedding: 1. Granular bedding material shall consist of porous baekfill material, N IDOT.�Slandard Specification Section 4131 and Section 4109, Gradation No. 29. _ °_t-) PART 3 - EXECUTION ry Gm 3.01 INSTALLATION OF PIPE. A. Inspect before installation. Remove and replace defective sections. .- 01 B. Alignment and Grade Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. 02700 -5 3.02 C. Bedding Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections A -LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using ]DOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing N O 0 o 6 c') ,.. 1. Clean and lubricate all joints prior to assembly. r'- �-< N 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used forjointing dissimilar materials. `.,�;= .; Ln F. Backfill as specified in Section 02220. 01 G. Clean pipeline upon completion. H. Tolerances Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall ". 2, The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. TESTING OF PIPE: A. Lamp all pipe to visually inspect for defects and debris. 02700 -6 B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation front observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low- pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than hvo foot above top of pipe at upper end, conduct exfiltration or low- pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum /z -mile for sewers) and before connection to buildings. Low - pressure air tests performed on manhole -to- manhole sections of pipeline. 5. Low - pressure air test: a. Equipment (1) Designed for testing sewers using low - pressure air. o (2) Provide air regulator or safety valve so air:pi'Murc1oes iigm exceed 8 psig.' (3) All air through single control panel. �r b. Procedure c� ut (1) Perform from manhole -to- manhole after backfill. 01 (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low- pressure air into sealed line and achieve internal ail- pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low- pressure air hose from control panel. (6) Acceptable Test Result: 02700 -7 (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10,0 24 11.5 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 prig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as rclipired. � u 6. infiltration Test °' d C a, Dewater and conduct test for at least 24 hours. N --I c-} --j b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, -"and connections: maximum 200 gallons per inch diameter per inileper 24 hours. ` it 7. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required 02700 -8 to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: The mandrel (go /no -go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (fi•om shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall cariy a tolerance oft .001 ". Proving rings shall be available. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short -term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go /no -go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rims may be used to assist in this. Drawings of the mandrel with complete dilnynsioning shall be furnished by the Contractor to the Engineer for each diameter d type of flexibl� pipe, a�j , ry _� 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES ZW INTAKE STRUCTURES. Z A. Set bases true to line and elevation on minimum six -inch granular backfill matgijlul. U B. Install O -ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one -half the depth of the pipe and match the full cross - sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. 02700 -9 3.04 3.05 E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set fi'ames in fill bed of RAM -NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. Clean manhole upon completion. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. MAINTENANCE OF FLOW. A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand -by pump readily at hand. The Contractor shall provide the Police Department and the S4Wrvisor of the Iowa City Wastewater Treatment Plant with phone numbers where the �ponsible person may be reached 24 hours a day to make immediate repairs an�lbr jept'asement -il case of diversion system failure. Diversion of sanitary sewage t6 =Jp.rn wers_Q. waterways is not allowed. CONFLICTS A. Provide temporary support for existing water services that cross the trench. nom: gas, telephone, power Sloth 7— B crA' ilities or ul B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. I Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: 02700 -10 F 1. The sewer may not be placed closer than 6 inches below a water main or I$ inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 02700 -II O o` 'o c� N 1 ut SECTION 02900 LANDSCAPING PART 1- GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and /or the City Forester with the following requirements: Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and /or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and /or City Forester. 0 B. Submit certification of seed mixtures, purity, germinating value,rand cep year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: ^9 A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted'immeffitely, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering, Water before planting. 02900 -1 PART 2- PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well- formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil, At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: I . Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6 ") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Minimum Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass Perennial Rygrass (fine leaf variety) Creeping Red Fescue RURAL MIX* Kentucky 31 Fescue Switchgrass (Black Well) Alfalfa (Northern Grown) Birdsfoot Trefoil (Empire) Alsike Clover 70% 122.0 5,89 10% 18.0 ?Aaq 20% 35.0 m86 54% 25 17% 8 6 (8 11% 5 9% 4 0.09 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD: N O co V ,U N �6 cn ui A� A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free f-on disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 02900 -2 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHR UBS: A. Planting Season and Completion Date: Trees: Spring— March 30 through May 15 Fall — Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. N U C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location., All planting $oil. must be approved by the City Forester before use. i E. Excavate with vertical sides and in accordance with following requiremehfs' — VO 1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one -third of root ball. Do not pull burlap from uncles any root ball. Backfill tree and shrub pits halAvay with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 02900 -3 H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTINGSOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed PS4 prior to sowing seed. This work will be at the Contractor's expense. — C) i a 2. Sow seed at rate of 175 pounds per acre on calm day, by mecl�YjH'I erns. So�� one -half of seed in one direction, and other one -half at right- onglesrtp origjua direction. =;c 1 3. Rake seed lightly into loam to depth of not more than ' /4- inch -l'' compact means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot -o width. csi SJ'I 4. Hydro - seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April I to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application fate for reasonably dry material shall be approximately 1 %2 tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one - year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. Apply lime by mechanical means at a rate of 3,000 pounds per acre. 02900 -4 C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding, E. Rake area to be sodded. P. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April I to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. 1. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one - year maintenance period. 3.05 MAINTENANCE- ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 21/2 inches by rowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water full station located at 1200 S. Riverside Drive. All water must be paid for in advance at City Hall, 410 E. Washington Street. V 4- J1� � vl� 02900 -5 r o m U) o v, a `J 1 CD`l a �_ yN 4 CD CL 9 t p F m �Il ill rn .o) l�l l l l °gmR o z 5z M : — T Dy Cn G 3 po 9 m 7. p O < H y � °n l T W N O G G A V O@ lJ N 3 — Svncw0.}Slert Bn,v mF'av ^mess Sz �z �O/1 K_Ci(L'K ST / BRp4pWAT ST. � _ SYCPMOR- Si 11 � 1 r a 7 C ,i. K UK ST N Y BRONUWAY V. O y n - � Tnttoa oa. 2 dE BT y ca o � o o 5H zi 3 g bpi 1 xe �� � I I.IIIIIIII ITI $� IIIIIIIII c , Z ;z m _ m 7t s Z2 s I N N ti a N L n ti co- _ N x — a - a S an d 9 d A F a �' a cl 2 _ z _ ro y N C O > v w V / ^ w m — sare> :�� soar eA, >r merame��� m� o° a_ n n =nn °c W A omx�� 0 oy g�3c c A H� o mo 4zy9� o>,A. =A yn GnonF ;= c w>2 per° min _ nF ° m' zooms i9 oa °n 7 ° " 4o m �° x �nooUSSnnon o� AfA - ' ��E oomy- >yizzF ° °�omv _ ozDm x000�a�xo °- 7 o ti - _� mo - °O -o ^y��m rOn n�v omo zA_cAnz °� o n7 =fp Amy g �zniy�n3 _- -o Np,,�nymo� -��z ° m CITY OF IOXA CITY *.. ;` .W "" , v Snr�'S-0atSCd- Fu lPV GENE RAL NOTES &CCNTncrs m "o oo ooh =`o i2 -o iS"m�c" £8 �; ooia >n v °.on ; nmD gym �m8 $�� - - A4�<nF on v� FF NS - m - -N �z n >"n o o -. _ $m f3 �7i aDayxa mz" AN o °�� °m^ y� _ '„� a %F _� "mU n e� -HF yg c" cN m °z z _ oz D '3 Z22 O° - - _�,NoA CON�n yz K _ - ��s c��o -�N - m O SoFo Kay �AOn _ a= °s a�nzA az n° ✓, o°s° 2-- =o n zm m yigz am mzo 5m [ami mN Nn�On oa o O; nx KNjZF Orfi >^ 4A N m� ' n c2 �.? �OZ nr zoom'" y n- SEE J 9sm °moo mD in c, oo n is yz n y00 °o z as 8 ` R " D y3v. -Tu= oS� ' F m� mace nR_ o PS SB,' nF;g`a -`"m g3 w_g; - nF.3 _ m. �mF _A A Nvs n8 °9 a ° �q? o &,a °s q &R o a m m CITY OF IOXA CITY *.. ;` .W "" , v Snr�'S-0atSCd- Fu lPV GENE RAL NOTES &CCNTncrs 2a _ - - c o�nn PZZ 4 mzannn '.'x zo c�ti - m =zoo i a o - o c � 'ODD._ 2 s o y .TJZ o� o y O rT n A g = o� §K n z 9� Z r O OJ O'l O GOO G O y 'l i Am RI C ��� rtl l O v P G m� 2 m Z 0 d!h Q � n m - ng z RI 5 �D m AZ E�• m A � D r A a f � = z� t <�nRI RI nn ~ RI °nom � m - �Pnn> RI RI fl'. RI R'i1 yq o e RI fll >v ° -�� Tn <n� N 8 � e 3 7 m K N 9 o1� „PZZ A m$ �££ S n so s - geA � 4 iv 88 2> _ = CITY OF IOWA CITY ' °' ° "" i °` " " "'° " ° "' `a `S-' - ENGINEERING DIVISION ; „��,,. m SAND JSKYSTORAAE' 3F 'L- P"!E.zNT3 TABULATIONS &4UFNTI -S _ - - c o�nn PZZ °boa mzannn '.'x zo c�ti - m =zoo $ o 8.m 'ODD._ y .TJZ y O rT n o� r O OJ O'l O GOO G O y 'l i Am RI C ��� rtl l O v P G m� 2 m Z d!h Q � >�F ng � RI 5 E�• 0 r A F,q = t <�nRI RI nn ~ RI °nom � m - �Pnn> RI RI fl'. RI R'i1 RI �n RI fll >v ° -�� Tn <n� N 8 � 3 7 m$ �££ s � T II VIWI iv m em _ - - c o�nn PZZ °boa mzannn '.'x zo c�ti - m =zoo $ o 8.m 'ODD._ y .TJZ y O rT n r O OJ O'l O GOO G O y 'l ml- RI C ��� rtl l O v P G 2 m Z d!h Q � >�F ng � RI 5 E�• r F,q = t <�nRI RI nn ~ RI °nom � m - �Pnn> RI RI fl'. RI R'i1 RI �n RI fll >v ° -�� Tn <n� N 8 � � T II VIWI _ - - c o�nn PZZ °boa mzannn '.'x zo c�ti ti. m =zoo mFhx�r�r >s�� No7oJn DycoainO. O<G 'ODD._ y .TJZ y rT n r O OJ O'l O GOO G O y 'l ml- RI C ��� rtl l O v P G 2 m Z Q � < C .� RI 5 r F,q = t <�nRI RI nn ~ RI °nom � m - �Pnn> RI RI fl'. RI R'i1 RI �n RI fll >v ° -�� Tn <n� 8 � _ - - c o�nn PZZ °boa mzannn '.'x zo c�ti ti. z xrA =zoo mFhx�r�r >s�� No7oJn DycoainO. O<G 'ODD._ y .TJZ y rT lD r O OJ O'l O GOO G O y 'l ml- RI C ��� rtl l O v P Q � < C .� RI 5 r F,q = TK <�nRI RI nn ~ RI °nom � m - �Pnn> RI RI fl'. RI R'i1 RI �n RI fll >v ° -�� Tn <n� o v z� m m z U I _ tom^ r •,� n z r c _ m C to IF Nm TL4 m �A+��i17 .Zj i 1 I { 9m _ a y �9N x x omaDo s Am rn y ilia v �y °,��/ 3 ° f ;•�� - aF £o Kz Al N gg od' N f N r CITY OF IOWA CITY '" ENGINEERINQ DIVISION tl ,• S -NDJSn STORMSEWEP�IMPa �EAENIS CCKSTRUCTICN L1t AI_S a v L C' y �z n- x C p v D I a z ti a R W 4 Bola ololl mo. 3; m m =� Z � Y gm s r n poy B gP� ddll�, ,i -tL - -- - -_- zAE N�D2� __aR$ s 4gBn �4�m LJ r7 m n -1 C n x s z 0 N N n G z r n 4 0. 3` 1-1 -; Y@5ffiffiYC gm&° g ig i '�Sg3ga5 :u q'•g ^•s 4 �a d �o a O O O O a 4_ Ra S� mm .�FS ova va a Sg .- ^s a 8 ] ji[ % �S AS�FR3m^ 4 �a d �o a N �v s a= m CITY OF IOWA CITY . `"' "— " o SKY STOFI� P °NT NTFUCTION DETAILS SANDJ - ENGINEERING DIVISION a Ra S� mm .�FS 4agR�9o" m � m % �S AS�FR3m^ F 9 g' - °a�°= N �v s a= m CITY OF IOWA CITY . `"' "— " o SKY STOFI� P °NT NTFUCTION DETAILS SANDJ - ENGINEERING DIVISION fr a s9= 9 ;1n8 q y i 3= I Y £ go g Li ! n & V $ � :.may � � • � V K m A� u .9 I _ ¢Q � I - :•o k i '-J 9' � �� g g p 4 o j '� ➢ s� ^. $g —i n as s Lij Q T-L � F 8 - i I p' skf a' Ki I o o Q ?$ gg n ' D o CITY OF IOWA CITY ENGINEERING DIVISION " ` a. - � ;;�,,, SPIJJSKYSTORJS WE?I)iFRO'EV_NTS """ �ONSTFUCTION DETAILS / §\ / »7- 9 7 . / §� )/ ®} -- � 44 � J@ \ � � \ ® / \ ` � p \ )� T— � c � :i c!a IOWA «! _ , �.\ « ~! ;° we +m, 2 } / / , y� r 'w..us o'"`g< °w,9c:4:�8?. Z, a Q ,.as C ^2v S 3 °3 � a (1 ➢ v. PO .`I -.. f f t E 4 t f E 4 .rte 8 �f no En _ IM o CITY OF IOWA CITY "" ENGINEERING DIVISION ,„�„.,. ,F< .ore K c,1e 4 SGNDUSKVSTORM SENERIMP�O EME \TS CCNSTIUCTION D =rvLS u �=a 2�7 � A�Omo =O�nAm �9�� Zns� S °A ➢a m2SOm P 22 _ zmmmz°xoomzQn m \\ °? onon?aooH i ° ^� rnnm °pO3' 9Fz�O $'' a`°�^? - oti! / Do g5 2 o iza y7� KNza ua� i \� QADZn�ya czSSioA o ia o3 o °z ao ; r�l o VauKc's „af ' soD� 5 U <vavi ^�°o ity[Nm i ) �°ca z a m m r Z m E6 c�Z° z / ✓�D ➢° °c2 °inrao °QA °° �mmo m9K m >�m; momyy \ oa 2 Aa mn � °H ° ° "_ pm £ = =g vg°; �v Sao 1p zz j4, 0 m=AOm Amsy> mo>=° .mom ° °o mz yi�mo ° „ ,T"'�z cma� ao i�hz A8 mz�ma nCOmf _ ;Onz ° o °m ay` momSAOm naoo N ;oa z7z, 'a^�s° noTO mTmo m n� Amyy n >zM. m nz zz y�N moyA d A8 I "I ms��m o�y �aA rNy °c °off o -.00A Sm ioS r7 mOr _ nw aoz 5.D �Dm ma0 5 °y 40 ]7m �G SoyaFS OK> KZUi ym 0�°j° D° °m NZCS ao� a55 FZVZJ '-m of r t�r5 £am OTm �Ox r FA oa-Om m .ym m y oam D� v CITY OF 101,G4 CITY m ENGINEERING DIVISION „ ",' m SANDUSKVSIORMSEAERIMP4 VEMENTS TRa.= FICCCvTRO_ �o � I I moo Hli> � I Y.. ti,' / m I N Z r A- _ III � FT $n1i m III ✓/ e Z a III All \ - �ti z s �a - I Z I II } _ I'- � - — — III •= r..17 III Yn0 — Li^ — �� N _ J yes 0 = CITY OF 10 RA CITY Rte, — ENGINEERING DIVISION � h_ °PC - �, ° >:. rvw ti�.o SPSDUS<'STORM SEWER IMPROVEMENTS TRA -FIC CONTROL zj L4 I - � % - @ a _ 5 = 7 o N m T Z F Z &C is s 6 � 1$54g 9 I a q v9 cAi j 3 =y = m �a m — z� A dl- = CITY OF IOWA CITY ENGINEERING DIVISION SA.vou5r s-CRM SEAERUPRO, -ME, S poi i J ON =;[v_v ON =-ail _, ,o 7`!§ /\ \ M. .,4 4 � \ \\ 2 / Z \\\ \\ ) ; }; \2\ £ /Gp; ,!_�:,:1� } \J e /2 ®� \ /) { / \\ \\ ®(\\� ! ! `( \( ! \ {, \ \}} � / A <c a Q CITY OF ze CITY " \"' ' > \ a d m ENGINEERING :� +w,° � zcm Zam N\\ all v\ < T m>' > z MM I 10 m9 �^ II III is yz No fDOa ma � cn z 4+25 13 > OF 10T",_1 CITY a ENGINEERING DIVISION SAVD US<"G-- -RU SENER MIRM-ME REMOVA_9 n a3 O `niT D `e0 nn � =4T mz zm ° CNLINE. SFE 4HCVE zm T yso 0 0 <A 3➢ II m9m W I 4W O Y n ➢ D� C A O CF. �➢ q NDOw➢ rt C ^*� _ Q aC3Dx __ 96 _ n OSm � EN I� I _1 c w ]NtL123O1AV1 � " Fo D >O i 1 111.. e 3 .II 1 "1 i III 1 III T - I t 1 II ); Tr sw 1 I �A3 4 I' °O a II a 1 1 1 N 1 I I�� \ t _� 9RO�pWAYSTREI osiz i N's S _ CITY OF MNA' CITY SANOLSKVSTO.;n. SENEg IMPP,OVEMEVrS P- MOVALS o ENGINEERING DIVISION 112 I III A 3 n3 O a o ag �o ��� 3a I I�� \ t �o✓+'0 � sE 0 m i N's S _ CITY OF MNA' CITY SANOLSKVSTO.;n. SENEg IMPP,OVEMEVrS P- MOVALS o ENGINEERING DIVISION 112 I III A 3 V a o ag �o ��� "e I I�� \ t �o✓+'0 � sE 0 i N's S _ CITY OF MNA' CITY SANOLSKVSTO.;n. SENEg IMPP,OVEMEVrS P- MOVALS o ENGINEERING DIVISION 112 ��� "e I I�� wnrH� �o✓+'0 � sE 0 swa�o .'iN,nTC y � .f I n° °mow K q FRI 'wiiAf� r Q ft i N's S _ CITY OF MNA' CITY SANOLSKVSTO.;n. SENEg IMPP,OVEMEVrS P- MOVALS o ENGINEERING DIVISION 112 o �m i x z o = n g p X m e \° y O N 55� L Z A ➢ O D C) coo a D � I n C/) AO b on >v 4 o —1 p Z m HG co wn I O s G DO W ii U, D m ➢ `o_ , y D t. I z °z o a mz� f p } I li. 1 ~ Z A ➢ X O _ U m A A m ti a < (D i ➢A D N Rl A O y Z �00 m ➢ z 0A p1O � 1t n Imo/ z Y o 1 A x 1O -n v S fF*1 T ➢ A m �'� N A U m U CITY OF IOWA CITY =- = = =a an 2,- . A- 0 ENGINEERING DIVISION = -� ,;,,de„ "NA SAVDUS {Y5-CRMHEwERIMPROb MENi (PiCALCl0SSS7CT.CNS c a Ii lr u � t rt\ f l I i \ ` \ DJ ijr m _ a . a` vev _ 1 ➢mm A A V - \V A air V A \ �f4 t l � I OQ \ l 4 1 _ 1�',li 11 it „ r _ �7 F _m CITY DF (fTY ENGINEERING DIVISION saNOUSaIsroNM ssmeannc�aod_MeNrs =_AN AND FPOFILE �_ aarc a" , ,.. Swaamw 'III II f =�mm m I iL Iw mmeS m \ n I. SROAp1NAY T STREET ET 11 L I 11 _`aa 11 xFxo OSLZ �a 11 - I r fell FmN o� 1 II II i L. J I� W �I I i� a I 1Ic it I F=1 n vA nl F A 111 n� O�y N IDII GI v I T II I III L! II II II � ' IIP \ 1 I II YFkY'F"RT.'k'FX FmE I aw. c it e ti II' a IP. II Il II dI z II v3 mm0 II f =�mm m I iL Iw mmeS m \ n I. Comm (,17 tW IGTVA CITY ���I� 1 _�. , x�° °,I,�b ° " "' ' ' -`a SANCLSKYS -OR SRNERIp; PP,pVEfJENTS PV+N AND ?RORLE ENGINEERING DIVISION �,., °�„ �,� ., �, I,a, SROAp1NAY STREET ET OSLZ fell _A�� w � W �I i� a I 1Ic it I vA n� III � ' IIP \ 1 I YFkY'F"RT.'k'FX Comm (,17 tW IGTVA CITY ���I� 1 _�. , x�° °,I,�b ° " "' ' ' -`a SANCLSKYS -OR SRNERIp; PP,pVEfJENTS PV+N AND ?RORLE ENGINEERING DIVISION �,., °�„ �,� ., �, I,a, -- - _I 1_I NE -SFE SHEET I6 II rT I 'Ili �'�iP mmm6 I of _ - 1 < t .... i M j O — N J1 m" TCITY OF IOWA CITY," - ENGINEERING DIVISION .,, SANDUSKYSTORMS 'mERII;1FRauE�4ENTS FLaN AND = =oFILE II rT I I I ~ 1111 4X of _ - 1 1 y `o I I I I S� %ICI III v III III ' I I J n i 3nlaa aoiAVi < t .... i M j O — N J1 m" TCITY OF IOWA CITY," - ENGINEERING DIVISION .,, SANDUSKYSTORMS 'mERII;1FRauE�4ENTS FLaN AND = =oFILE vty mpAO 1132 EN I\�II� CITY OF IPA CITY m� � STOPM S -,;E- VPH�',LM_NTS .N AND =PCFILE ENGINEERING DIVISION �'Zl &ANCJS I �, " I Il V Fi 1 1I 1 illy II I I � _ - �Y J III a$ f � Y wl n O J D_ I ~ _ 8 I A I I r I I _ ^ 1 1 / l f BROA01...EET .n °a D �+ o •, 7� �s rJ ILL A mN��K A V -- ti > o� S L3 \ 5 - �V� ��� 9 e3 � \� n z m 5 ••-� ? A \T °A9 ro �' CITY OF 10 WA CITY ° ` ENGINEERING DIVISION SANDJSKY STORM SE`J_F Md RC'Ev'._NTS SANITARY SEVER zS �„ 4 1 _ I �N 4 1 _ I �N at a a�iooDi I Jim �! o i m g�� I 0 C "l7- OF 10TY4 CITY ° °� - °•°• ,. m�. �.,. PNUUSKV sw - - ENGINEERING DIVISION , -13 _ . SA SA SiDRIN 3F WER IIAPROVEMEN S WA-ER MAIN E aoav`E pEpP. 1 \ I 2 s i L - \ g 1 a aD Hy v ,n z> Z as :Iwm A m Nn T mA vo m m m p W m� A � S 9 n NT n ° m -� N A v D DO °a D m z z x z ~ DA xv Nn 0 zn nA O Oy Zy om 30 Di c i D H 41, \\ \ 1� fl /I / I CITY OF 10A !;!) ENGINEERING DIVISION ," SANJIJSKV srDpm s -o.EP uAPROVEOENrs SITE 3EST0?,ATION „o I a T + O~ W y Q 9111 n ,.Y • o� s pm I Y 1 I I �I 5 II ICI �I l I. r� c � mA III M I' N > I c r9 TJ o .V "Y' J 9RDApN /AY p � STRi f. I{ I I fl w° I _ o _ d - n 0 < I c I _ o gib � 1 T'' liI dll l:I z_— y la 411 � fl I Ilo v T33111G `Jollvil, IV 6 5 r C, /TY OF lOW:. CITY SANCUSKYS -09\1 SEWER N-ROVEN.ENTS S.TE R_STORA.TION w E ENGINEERING DIVISION Prepared by: Brian Boalk, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5437 RESOLUTION NO. 10 -262 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE SANDUSKY STORM SEWER 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. NOW, THEREFORE, BE IT RESOLVED BY THE 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 thatn 4 and not more than 45 days before the date for filing 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 3:00 p.m. on the 26th day of May, 2010. 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 meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 15t day of June, 2010, or at a special meeting called for that purpose. Passed and approved this 10th day of may 2010. // / Approved by: ATTEST:2l4 _Lem J 120 �'�l( LPnititRlU7�AK1F> CITY-CLERK' City Attorney's Office Resolution No. 10 -262 Page 2 It was moved by Bailey and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdatalglossa ryhesduliomc.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright PUBLISH 6114 NOTICE TO BIDDERS SANDLSKY STORM SEWER IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 26'" day of May, 2010. 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 1s' day of June, 2010, or at special meeting called for that purpose. The Project will involve the following: Installation of storm sewer pipe and intakes, sanitary sewer and services, PCC pavement removal and replacement, water services, traffic control, grading, erosion control and site restoration. All work is to be done in strict compliance with the plans and specifications prepared by City of Iowa City Engineering Division, 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 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 AF -1 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: Early Start Date: June 7, 2010 Completion Date: September 15, 2010 Liquidated Damages: $500 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 City of Iowa City Engineering Division, Iowa City, Iowa, by bona fide bidders. A $35 non - refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to 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. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 Printer's Fee $ (P-A, (PD- CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED. ID # 42- 0330670 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): na- Legal Cie Subscribed and sworn o before me this IL -141' day of A.D. 20_ f O ry Public 4 r.re LINDA KROTZ s Commission Number 732619 • MY Commission Expires a,ma Janua 27,2011 OFFICIAL PUBLICATION Liquidated Damages: $500 per day NOTICE TO BIDDERS The plans, specifications and pro - Spp!DSLSL�$TORM SEWER posed contract documents may be IMPROVEMENTS PROTF7` -T` examined at the office of the City Clerk. Copies of said plans and Sealed proposals will be received specifications and form of proposal by the City Clerk of the City of Iowa blanks may be secured at the Office City, Iowa, until 3:00 P.M. on the of City of Iowa City Engineering 26th day of May, 2010. Sealed pro- Division, Iowa City, Iowa, by bona posals will be opened immediately fide bidders. there -after by the City Engineer or A $35 non-refundable fee is designee. Bids submitted by fax required for each set of plans and machine shall not be deemed a specifications provided to bidders or "sealed bid" for purposes of this other Interested persons. The fee Project. Proposals received after shall be in the form of a check, this deadline will be returned to the made payable to City of Iowa City. bidder unopened. Proposals will be Prospective bidders are advised acted upon by the City Council at a that the City of Iowa City desires to meeting to be held in the Emma J. employ minority contractors and Harvat Hall at 7:00 P.M. on the 1st subcontractors on City projects. A day of June, 2010, or at special listing of minority contractors can be meeting called for that purpose. obtained from the Iowa Department The Project will involve the foflow- of Economic Development at (515) Ing: 242.4721 and the Iowa Department Installation of storm sewer pipe and of Transportation Contracts Office Intakes, sanitary sewer and serve. at (515) 239.1422. es, PCC pavement removal and Bidders shall list on the Form of replacement, water services, [tellic Proposaf the names of persons, control, grading, erosion control and firms, companies or other parties . site restoration. with whom the bidder intends to All work is to be done in strict com- subcontract. This list shall include pliance with the plans and specifi- the type of work and approximate cations prepared by City of Iowa subcontract amount(s). City Engineering Division, of Iowa The Contractor awarded the crory City, Iowa, which have hereto -fore tract shall submit a list on the Form been approved by the City Council, of Agreement of the proposed sub - and are on file for public exami- contractors, together with quanti- nation in the Office of the City Clerk. ties, unit prices and extended dollar Each proposal shall be completed amounts. on a form furnished by the City and By virtue of statutory authority, must be accompanied in a sealed preference must be given to prod. envelope, separate from the one ucts and provisions grown and coal containing the proposal, by a bid produced within the State of Iowa, bond executed by a corporation and to Iowa domestic labor, to the authorized to contract as a surety in extent lawfully required under Iowa the State of Iowa, in the sum of 10% Statutes. The Iowa reciprocal resk of the bid. The bid security shall be dent bidder preference law applies made payable to the TREASURER to this Project. OF THE CITY OF IOWA CITY, The City reserves the right to reject IOWA, and shall be forfeited to the any or all proposals, and also City of Iowa City in the event the - reserves the right to waive techni- successful bidder fails to enter Into calities and irregularities. a contract within ten (10) calendar Published upon order of the City days of the City Council's award of Council of Iowa City, Iowa. the contract and post bond satisfac- MARIAN K. KARR, CITY CLERK tory to the City ensuring the faithful 80420 May 14, 2010 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 can- vass and tabulation of bids is com- pleted and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per. cent (100 %) of the contract price, said bond to be issued by a respon- sible surely 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) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: June 7, 2010 Completion Date: September 15, 2010 Printer's Fee 1 Q..1 9 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID # 42. 0330670 I, 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 / tinie(s), on the following datil _2610 Legal Cl t Subs"�cr��i �(,��ed and sworn to before me this. q° day of A.D. 20 n otary Public puts LINDA KROTZ Commission Number 732619 My.Commission Expires ° *� January 27, 2011 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE TO ALL CITY OF IU UIHER INTERESTED PER - SONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a r ip hearing on plans, specifications, form of contract and estimated cast for the construction of the Sandusky Storm Sewer Improvements Project in said city at 7:00 p.m. on the 10th day of May, 2010, said meeting to be held in the Emma J. Harvat Hall In the City Hall, 410 E. Washington Street in said city, or if said meeting is can- celled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specificalions, form of contract and estimated cost are now on file in the office of the City Clark 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 can- coming said plans, specifications, contract or the cast of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 80393 May 4, 2010 _�'yl1' 18 Prepared by Brian Boelk, Civil Engineer, 410 E. Washington St., Iowa City, IA. 52240 (319) 356 -5145 RESOLUTION NO. 10 -299 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE SANDUSKY STORM SEWER IMPROVEMENTS PROJECT. WHEREAS, Bockenstedt Excavating, Inc. of Iowa City, Iowa has submitted the lowest responsible bid of $491,460.20 for construction of the above -named project. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The contract for the construction of the above -named project is hereby awarded to Bockenstedt Excavating, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 1st day of June , 2010. Mayor Approved by: ATTEST: Oar City Jerk Ci y Attorney's Office 1-94110 Resolution No. 10 -299 Page 2 It was moved by Bailey and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdata/glossary /resolutlomic. doc NAYS: " ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Bond #54- 182159 PERFORMANCE AND PAYMENT BOND Bockenstedt Excavating, Inc.,3500 Dolphin Dr,SE ,Iowa City,IA 52246 as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and United Fire & Casualty Company (insert the legal title of the Surety) Cedar Rapids, IA , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Ownw, in the amount ofFour Hundred Ninety -one Thousand Four Hundred Sixty & 20/100 Dolla rs ($ 4919460.20 --------------------- - - - - -- ) 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 April 26th, 2010 , entered into a (date) written Agreement with Owner for sandueRy Ste=sewer Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and spudfivatiuns prepared by * , 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: 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 PD -1 * City of Iowa City funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the Improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. 11 IS A I UR I HER 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 subcontract 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. P010 SIGNED AND SEALED THIS 2nd IN THE PRESENCE OF: mark, M —� Witness Jean A. Wilson DAY OF June Bocicenstedt Exc eating, Inc. ' l (Principal) Andrew Bockenstedt, President (Title) / ( Surety) Witness Denise K. Blough, (Title)Attorney -in -Fact Jean A. Wilson Iowa Resident Licensed Agent 24 Westside Drive (Street) Iowa City, Iowa 52246 (City, State, Zip) 319 - 887 -3700 (Phone) P13 -2 UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certificati KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPAN existing under the laws of the State of Iowa and having its principal office in Cedar Rapids, Sta appoint DAVID G. WINEGARDEN', OR CRAIG WELT, OR TERRY L. MCDONALD, OR JEAN BLOUGH, OR L.J. WEGMAN, OR BETH AMBRISCO, OR`KRISTI NIELSON, ALL INDIVIDU. corporation duly organized and owa, does make, constitute and VILSON, OR ;DENISE K. of IOWA CITY IA its true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: Al I bonds not to .exceed $10,000,000.00 and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority (hereby granted shall expire l8th day of January, 2012 unless sooner revoked. This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by Board of Directors of the Company on April 18, 1973. F "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint, by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such " instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact. ttttuunsV"j IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by ````� ,ats �, its vice president and its corporate seal to be hereto affixed this 18t h day of January, 2010 6 CORPORATE i' UNITED FIRE & CASUALTY COMPANY i1 SEAL d: By State of Iowa, County of Linn, ss (� Vice President On 18th day of January, 2010, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE &`CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority` given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. o ter Mary A Ja seq. Iwrz Nolanal Seal n {omm 1 . number y—'C �,. 713273 My COmmiss Exptres M Notary Public 1wz5no I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by -laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. "110111111"', In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Company ° D this 2nd day of June 20 CORPORATE 10 U G SE46r c `�G"^W �y f� 6 RAP '1141111 11111111 \�11`` Secretary BPOAOOW706 3e(8) Prepared by: Brian Boelk, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5437 RESOLUTION NO. 11 -283 RESOLUTION ACCEPTING THE WORK FOR THE SANDUSKY STORM SEWER IMPROVEMENTS PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Sandusky Storm Sewer Improvements Project, as included in a contract between the City of Iowa City and Bockenstedt Excavating, Inc. of Iowa City, Iowa dated April 26, 2010, 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 Sandusky Storm Sewer account #3621; and WHEREAS, the final contract price is $528,530.29. 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 6th day of September 20 11 ATTEST:l/L�l/ar.� CITY LERK MAYOR �` Approved by City Attorney's Office 61ale III It was moved by Baii ey and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: X x X x X _x X Pweng /reslsa nstrmswr- acphvork.doc 8111 NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 -1826 (319) 356 -5000 (319) 356 -5009 FAX ENGINEER'S REPORT www.ic,ov.or; August 24, 2011 City Clerk City of Iowa City, Iowa Re: Sandusky Storm Sewer Improvements Dear City Clerk: I hereby certify that the construction of the Sandusky Storm Sewer Improvements Project has been completed by Bockenstedt Excavating, Inc. of Iowa City, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City Engineering Division. The final contract price is $528,530.29. I recommend that the above - referenced improvements be accepted by the City of Iowa City. Sincerely, Ronald R. Knoche, P.E. City Engineer