Loading...
HomeMy WebLinkAboutWATER MAIN/J ST & SYCAMORE VIEW/SEJH SANITARY SEWER/2012Wo N Oki 1 1 R � /.5 -Mc'y_ /8-- S -TUNE— 14 J e. rfi 3 k Scin:A'fYy S J4v / go Plans reofosed fi CoC "cr a,J i$F,✓nQ > CO-4. �2so�w� ion /a'J39 .Se-/1E,nq 0. �r� hr +;c- �earinq on dune �� �oc��� 1 r�E GO✓�S- tru—.7c —� -;per -, c,-f -lie 5y ,C[k�MDr' Vi<w Lva�¢v YY�ci�hr Spn;4 -a� S�wtr lrJJtct! c/: %ec�;c� ii C :�y AoT/cF- c7% kcaR-fc �qlr(RRIAllo ResoJu -"o CFrrau` m_9 P(a`ns s� ins, --rD.. ry o-� Corte Fnd 2S^�--mut6 o't' / Syck mpr,2. C%ew Ll.i2�ar (V�0.;n - .SDUrFh pas cJ nn:c�r '�'{�tjh San��¢rN SRUIC ecJ cS i 4 6's amok -.- -Sccccr;Iy 7/1 accvmioti /n y b.d< �1'���� {� #�� (�r!< �o �cL) s, nol 1/ b; ddQrs F AJc�-Iicr- ATV- I a,-Ir- �AEAP -WG- 7rM)T o�- -3a8 a(,Oa 0 b 0.c4- ct,� a,44kor'l z'p �A-c v/ io a f it / a 4� con e�c�a iv S gn Fn� ��e C,}y C�r IS ST mkra 4 A e a Sycacmofo. v;¢V✓ U)wfeo KIain S /f 24MA-Rr% -&,t2,kv 1 rOJ4�' nl ,cam o anp�RS - Prof,{' J, PtA0,'cr, -;J-\- ��, µ:g� San. -Faro Sower ldol2. II �n3jr7 P-e Y. $ i�orT r tprmanCe Pa-R frn rt i 3 V d I o-, / 7,5 eC A or K C4yno r t, ; e"i we..4-tv ✓ a Fl Tu rz; V ✓ IP 4S4E i I i I ENGINEER'S ESTIMATE 5/16/2012 J STREET & SYCAMORE VIEW WATER MAIN SOUTH EAST JUNIOR HIGH SANITARY SERVICE PROJECT PROJECT NO. 11 -0027 IOWA CITY, IOWA -- -- - UNIT EXTENDED ITEM !DESCRIPTION UNIT QUANTIT Y! UNIT PRICE AMOUNT 1 Mobilization LS 1 $ 10_,_000.00 $ 10,000.00 2 1 PCC Pavement and Driveways SY 111 $ 65.00 _ $ 7,215.00 3 — — PCC Curb & Ginter LF 60 55.00 55.00 $ -- -- 2,750.00_ 4 8" PVC Water Main, Trenchless LF $ 60.00_ $ 20,280.00 5 _t6" PVC Water Main Trenchless — LF 375 50.00 $ $ 18,750.00 6 18" DI Water Main, Trenched LF 50 -- - - $ 82.00 $ 4,100.00 7 !6" DI Water Main, Trenched LF 60 $ 77.00 $ 4,620.00 8 Hydrant Assemblies EA 4 $ 4,400.00 $ 17,600 00 9 8" Water Valves EA 4 $ 1,980.00 $ _ 7,920.00 10 T Water Valves EA 1 $ 1,100.00 $ 1,100.00 11 1.5" Copper Water Services 930 $ 40.00 $ 37,200.00 12 Pavement Removal SY 111 $ 12.00 $ 1,_3__32.00_ - 13 (Seed, Fertilize, Mulch LS 1 $ 3,000,00 $ 3,000.00 14 18' PVC Sanitary Sewer LF 1622 $ 38.00 $ 61,636.00 15 48" Diameter Manholes EA 5 _ _ $ 3,800.00 $ 19,000.00 16 _Modification to Existing MH EA 1 $ 5,500.00 $ 5,500.00 17 ';Asphalt Cement Pavement TON 130 $ 110.00 $ 14,300.00 18 -_ -- ;Erosion & Sediment Control LS 1 $ 10,000.00 $ 10,000.00 TOTAL EXTENDED AMOUNT $ 246,303.00 PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR J STREET & SYCAMORE VIEW WATER MAIN SOUTHEAST JUNIOR HIGH SANITARY SERVICE PROJECT IOWA CITY, IOWA CITY OF IOWA CITY CITY OF IOWA CITY ENGINEERING DIVISION - PUBLIC WORKS 410 EAST WASHINGTON STREET IOWA CITY, IOWA 52240 PHONE: 319- 356 -5140 FAX: 319-356-5007 PREPARED BY: VJ ENGINEERING 2570 HOLIDAY ROAD, SUITE 10 CORALVILLE, IA 52241 PHONE (319) 338 -4939 FAX (319) 338 -9457 SPECIFICATIONS FOR J STREET & SYCAMORE VIEW WATER MAIN SOUTHEAST JUNIOR HIGH SANITARY SERVICE PROJECT IOWA CITY, IOWA VJ ENGINEERING 2570 HOLIDAY ROAD, SUITE 10 CORALVILLE, IA 52241 PHONE (319) 338 -4939 FAX (319) 338 -9457 , 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. Michael D. Saeugling, P.E. Reg. #16325 My license renewal date is December 31, 2013 Date Licensed Michael D. Soeugiing e °* 6li W Uu0\\\``\ SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICE TO BIDDERS ............................................................. ............................... AF -1 NOTE TO 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 i SUPPLEMENTARY CONDITIONS ................................. ............................... SQ -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 DIVISION 2 - SITE WORK Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220 -1 Section 02510 Asphalt Cement Concrete Paving ........ ............................... 02510 -1 Section 02520 Portland Cement Concrete Paving... ................................... 02520 -1 Section 02660 Water Distribution ................................. ............................... 02660 -1 Section 02665 Water Service Work for Contractors .... ............................... 02665 -1 Section 02700 Sewers .................................................. ............................... 02700 -1 Section 02751 Directional Boring and Drilling .............. ............................... 02751 -1 Section 02900 Landscaping ........................................ ............................... 02900 -1 NOTICE TO BIDDERS J STREET & SYCAMORE VIEW WATER MAIN SOUTHEAST JUNIOR HIGH SANITARY SERVICE PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 19'" day of June, 2012 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 19'" day of June, 2012, or at special meeting called for that purpose. The Project will involve the following: Construction of water main and service lines, and sanitary sewer main and manholes. All work is to be done in strict compliance with the plans and specifications prepared by VJ Engineering, 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 /fail a ca City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: June 25, 2012 Completion Date: August 10, 2012 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the City Engineer of the City of Iowa City, 410 E. Washington Street, Iowa City, Iowa, by bona fide bidders. A $20 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Treasurer of the City of Iowa City. The refund will be issued 2 weeks after bid opening if re- usable plans and specifications are returned to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at ^' (515) 281 -5796 and the Iowa Department of Transportation Contracts Office at (515) 239 - n. 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 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1 Envelope 2 Bid Bond Form of Proposal NB -1 FORM OF PROPOSAL J STREET & SYCAMORE VIEW WATER MAIN SOUTHEAST JUNIOR HIGH SANITARY SERVICE PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 ; t The undersigned bidder submits herewith bid security in the 1 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 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization L.S. 1 2. PCC Pavement and Driveways S.Y. 111 3. PCC Curb & Gutter L.F. 50 4. 8" PVC Water Main, Trenchless L.F. 338 5. 6" PVC Water Main, Trenchless L.F. 375 6. 8" DI Water Main, Trenched L.F. 50 7. 6" DI Water Main, Trenched L.F. 60 8. Hydrant Assemblies EA. 4 9. 8" Water Valves EA. 4 10. 6" Water Valves EA. 1 11. 1.5 Copper Water Services L.F. 930 12. Pavement Removal S.Y. 111 13. Seed, Fertilize, Mulch L.S. 1 14. 8" PVC Sanitary Sewer L.F. 1622 15. 48" Diameter Manholes EA. 5 16. Modification to Existing MH EA. 1 17. Asphalt Cement Pavement TON 130 18. Erosion & Sediment Control L.S. 1 6V x_ TOTAL EXTENDED AMOUNT = $ The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: 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,'toe more specific shall prevail. Firm: -, Signature: Printed Name: Title: Address: Phone: Contact: FP -3 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for J Street & Sycamore View Water Main Southeast Junior High Sanitary Service Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a 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, t� then this obligation shall be void. Otherwise this obligation shall remain in full force and effeCta provided that the liability of the Surety for any and all claims hereunder shall, in ng,,event, exceed• the amount of the obligation stated herein. i 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 pond, 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_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney -in -fact) Attach Power -of- Attorney a FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20_, for the J Street & Sycamore View Water Main Southeast Junior High Sanitary Service 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 j, -.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); Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this CCU By ATTEST F day of Mayor AG -2 20_ Contractor (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner. in the amount of 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 J Street & Sycamore View Water Main Southeast Junior High Sanitary Service Project; and WHEREAS, the Agreement requires execution of this Performance and PaymeeitBond, to be completed by Contractor, in accordance with plans and specifications :prepared, - by, VJ Engineering , which Agreement is by reference made a part hereof, and, toe agreed -upon work is hereafter referred to as the Project. s 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 m subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of (_) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS IN-THE. PRESENCE OF: Witness Witness DAY OF F94N (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) 20_ A I- =0,o CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 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. k'e 5. Contracting departments are responsible for answering questions about,cgntraqtor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any'signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2 -3 -1. CC -1 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.) 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 sue.) 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 u Where is this statement posted? a A 4. , } 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC -3 SECTION 111 - 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. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer This Can be 'done by identifying yourself on all recruitment advertising as "an equal opportunity employed':% (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 r � 1 ® City of ®�14 C� 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 unilr a. contract with the City. r., 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. 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 viclatl0rt of,ks Title. 2. Disabilities cause'd.orconfributed {o by the employees pregnancy, misgar- riage, childbirth and lt'ecovery there- from are, for all job- related purposes, temporary disabilities and" shall be treated as such under anyhealth or temporary disability insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other 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- 897 Iowa City CC -6 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- ficienpy virus to other persons in a ,mss p eelfiono cc u patio n. 'F. ` The. Tollowing are exempted from the [.! provisipns of this Section: €f!. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide 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 reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -8 -1994) 897 Iowa Ciiy CC-7 2 -3 -1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- 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 occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability 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 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Limitations of Operations S -3 Insurance S -4 Supervision and Superintendence S -5 Concerning Subcontractors, Suppliers and Others S -6 Compliance with OSHA Regulations S -7 Employment Practices S -8 Contract Compliance Program (Anti- Discrimination Requirements) S -9 Measurement and Payment S -10 Taxes S -11 Construction Stakes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series 6x,,2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S -1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. 7 These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series 6x,,2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S -1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. 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: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate r¢odily :lrijury & Property Damage' $1,000,000 $2,000,000 Automobile Liability Combined Single Limit i'Bodily Injury & Property Damage $1,000,000 Ex`cpgss Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. 'Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. W 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. r -� d. "Tail" or "prior acts" coverage so provided shall have the same coverage; With the same limits, as the insurance specified in this Contract, and shall not be s jbject-tol any further limitations or exclusions, or have a higher deductible; or, self insured: retention than the insurance which it replaces. — 4. I 5. The City reserves the right to waive any of the insurance requirements herein provided;_,, The City also reserves the right to reject Contractor's insurance if not in _compliance' with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. R -3 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the ,Contractor's operations under this Contract, whether such operations be by himself or Herself or by any Subcontractor or by anyone directly or indirectly employed by either of 2. - Contraetbr is not, and shall not be deemed to be, an agent or employee of the City of Iowa GftX, Iowa. S -4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this individual. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the ]DOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S -6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the [DOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 am (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S -7 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors, shall employ any person whose physical or mental condition is such that his /her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S -8 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on pale CC -1. S -9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specification's defing§ all pay items and methods of measurement. The provisions of this section!, will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. s 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 IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re- staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S -12 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS. R -5 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 proiects not funded with Federal monies. M RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS PROJECT NAME: J Street & Sycamore View Water Main Southeast Junior High Sanitary Service 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: - ti.:y DATE: r .> 5/12 data on dayntlEnglMaster5peoslfronlerMdoc Z] SECTION 01010 SUMMARY OF THE WORK PART 1- GENERAL General description, not all inclusive. A. Base Bid Work: Mobilize to and from the project, equipment necessary for completion of the project. 2. Construct Portland Cement Concrete pavements and driveways removed during construction. 3. Construct Portland Cement Concrete curb and gutter removed during construction. 4. Install, by horizontal directional drilling, approximately 338 feet of 8" PVC water main along J Street between I" Avenue and 2 "d Avenue. 5. Install, by horizontal directional drilling, approximately 375 feet of 6" PVC water main along Sycamore View Street south of J Street. 6. Install, by open -cut excavation, approximately 50 feet of 8" ductile iron water main across 2 "d Avenue. 7. Install, by open -cut excavation, approximately 60 feet of 6" ductile iibn water mains across J Street. € 8. Install 4 fire hydrant assemblies at locations along J Street and Sycamore View Street 9. Install four (4) 8 -inch gate valves and valve boxes at locations along J Street. 10. Install one (1) 6 -inch gate valve and valve box along Sycamore View Street 11. Install, by horizontal directional drilling, seven 1.5" diameter copper water service lines from the new 6" PVC water main along Sycamore View Street south of J Street to the following residences on I" Avenue: 1303, 1311, 1319, 1327, 1335, 1343, and 1351. Connect each service line to the water main and install a curb box and shut -off valve. Connect each new water service line to the existing water service line at cacti residence. 12. Remove Portland and Asphalt Cement Concrete roadway, parking lot, curbs and gutters, sidewalks and other miscellaneous items. 13. Restore (seed, fertilize, mulch) approximately 1.8 acres of grass and miscellaneous trees and shrubs disturbed by water main and sanitary sewer construction. Restoration of existing volunteer trees and shrubs approximately between stations 2 +00 and 5 +00 J Street Water Main and SUM Sanitary Service O1010 -1 is not required. 14. Construct approximately 1622 lineal feet of 8 -inch diameter PVC sanitary sewer. 15. Construct five 4 -foot diameter sanitary sewer manholes. 16. Complete modifications to I existing manhole to provide drop inlet of proposed fl- inch diameter PVC sanitary sewer. 17. Replace approximately 130 tons of asphalt parking lot. 18. Provide, maintain, and remove all required erosion and sediment controls. 1 Street water Main and SUIT Sanitary Service 01010 -2 t. 1 Street water Main and SUIT Sanitary Service 01010 -2 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 difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2- PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. J Street Water Main and SEJH Sanitary Semite 01025 -1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and /or relocation of said utilities. No additional compensation will be made lot- repair costs to fix damage caused by the Contractor or his /her Subcontractors. Work associated with existing items on private and /or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by i •the;Engineer. The prices for those items which may have any impact oil existing trees and shrubs shall include compensation for special precautionary measures required to prevent irijiiry or damage to said tree, shrub or root system. g- 17115 prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only lot- construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of nmd 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. B. BID ITEM DESCRIPTIONS J Street Water Main and SE1H Sanitary Service 01025 -2 Mobilization. The lump sum price includes the cost of transportation to and from the project of any associated equipment for the completion of the project from the start date to the date the city accepts the project as complete. 2. 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. If weather conditions prohibit the use of Class M, P.C. Concrete, a deduct wil.l_bxe negotiated for the reduced cement content in Class C, P.C. Concrete. Pavement smoothness shall be evaluated for main line pavement per current IDOT Specifications. } t 3. Portland Cement Concrete Curb and Gutter. r> The unit price for this item will be paid based on the number of linear feet of Portland Cement Concrete curb and gutter constructed at the specified widths and thicknesses and includes excavation required to place forms and curb and gutter at required elevations, forming, supply, placement and finishing of concrete, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines. This item is only for curb and gutter associated with pavement widening and asphalt transitions as shown on the "Tabulation of Curb and Gutter" in the plans. 4. 8" PVC Water Main, Trenchless. The unit prices for construction of water mains will be paid based on the number of linear feet installed. Length will be measured for each size and type along the pipe centerline with no deductions for fittings. Removal and replacement of sidewalk is incidental to this item. 5. 6" PVC Water Main, Trenchless. The unit prices for construction of water mains will be paid based on the number of linear feet installed. Length will be measured for each size and type along the pipe centerline with no deductions for fittings. J Street Water Main and SUN I Sanitary Service 01025 -3 6. 8" Ductile Iron Water Main, Trenched. The unit prices for construction of water mains will be paid based on the number of linear feet installed. Length will be measured for each size and type along the pipe centerline with no deductions for fittings. 6" Ductile h•on Water Main, Trenched. The unit prices for construction of water mains will be paid based on the number of linear feet installed. Length will be measured for each size and type along the pipe centerline with no deductions for fittings. 8. Hydrant Assemblies. The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, hydrants, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid and backfill. 9. 8" Water Valves. The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid and backfill. 10;'_6" Water Valves. The unit prices fa these items will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid and backfill. 11. 1.5" Copper Water Services The unit prices for construction of water services will be paid based on the number of linear feet installed. Regarding Bid Items 4 through 11: The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL. Reference Section 02665W, Part 2.01 and Part 3.04 for City provided parts and services. a. Furnishing and installing pipe, joint materials and fittings. b. All water main adapters and sleeves required for installation and connections to existing water mains. c. Furnishing and installing tapping sleeves, corporation cocks, tapping services, curb shut -off valves and boxes, couplings for connections to existing water services, and removal of abandoned service valve boxes. d. All trench, mole, exploratory, and hand excavation. e. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. f. Supply, placement and compaction of standard backfill and granular backfill J Street Writer Main and SGJH Sanitary Service 01025 -4 material. g. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. It. Temporary plugs or connections, to provide full pressure water service as necessary. i. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. j. Testing and disinfection of water mains and water services as required. k. Dechlorination of flushed water entering storm sewer system. 1. Temporary support of existing utility mains and service lines. in. Repair or replacement of utility services damaged by Contractor. n. Protection of existing valves so they are filly operational and accessible during construction. o. Connections and/or taps for water mains and water services 4[: inches in diameter and larger to existing water mains and water services. d+ P. All costs associated with horizontal directional drilling operations.-- �- 12. Pavement Removal. Removal quantities shall include Portland Cement Concrete, fill 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. 13. Seed, Fertilize, and Mulch. The lump sum price for this item includes all work and materials necessary to complete seeding, fertilizing, and mulching and includes preparation of seed bed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one -year guarantee. No distinction in price shall be made for various seed mixtures specified. All trees, shrubs, and other plantings damaged, removed, or destroyed are included in this item. Only disturbed areas not replaced with pavement and sod shall be seeded unless noted on the plans or directed by the Engineer. 14. Sanitary Sewers, 8" Diameter, PVC. 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 or flared end sections. Measurement J Street water Main and SGIl{ Sanitary Service 01025 -5 shall exclude the space across manholes. 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, P. Removal and replacement of existing trees, fence, signs, and lighting. 15. Manholes, 48 -inch Diameter. The unit price for manholes will be paid based on the number of each installed and shall include, but not be limited to, excavation, connections to sewers, steps, frames and covers, platforms, adjusting rings, chimney seals, and supply, placement and compaction of specified backfill. 16. Modifications to Existing Manhole. J Street Water Main and SEJI I Sanitary Service 01025 -6 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, plugs, 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 under 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 fiunishing 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. 1. Temporary support of existing utility stains and service lines. M. Temporary fencing required to contain livestock. n. 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. P. Removal and replacement of existing trees, fence, signs, and lighting. 15. Manholes, 48 -inch Diameter. The unit price for manholes will be paid based on the number of each installed and shall include, but not be limited to, excavation, connections to sewers, steps, frames and covers, platforms, adjusting rings, chimney seals, and supply, placement and compaction of specified backfill. 16. Modifications to Existing Manhole. J Street Water Main and SEJI I Sanitary Service 01025 -6 The lump sum price will include all work and materials necessary to complete the modifications to provide a complete drop inlet connection of the proposed 8 -inch sanitary sewer to the existing manhole as shown and described in the drawings. 17. Asphalt Cement Concrete Pavements and Driveways. The unit prices for these items will be paid based on the number of tons of Asphalt Cement Concrete pavements, driveways, bases and overlays constructed at the specified widths, thicknesses and mix designs. Included with these items are subgrade compaction and preparation, subgrade treatments, supply, placement and compaction of aggregate base, supply, placement and compaction of asphalt, and backfilling at curb lines. 18. Erosion & Sediment Control. The lump sum price includes all work required to comply with the administrative provisions of the Iowa DNR NPDES General Permit No. 2. This item also includes the installation, maintenance, and removal of all erosion and sediment control practices as provided in the plans, specifications, and SWPPP. 11/00 shared` engineer\ specs -iiW 1025.dw 1 Street water Alain and SEJH Sanitary Service 01025 -7 7, 1 Street water Alain and SEJH Sanitary Service 01025 -7 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 and businesses is a high priority. Scheduling of work shall be planned with this in mind. Work at South East Junior High is a priority and shall be completed prior to the start of 2012 fall classes. 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 -u None. c d PART 3- EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Bid meeting will be held on Not Applicable. B. A Pre - Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. The early start date is June 25, 2012. Completion date for the project is August 10, 2012. Liquidated damages of$500.00 per day will be charged on work beyond August 10,2012. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub - phase, the existing phase or sub- phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. J Street Water Main and SEJH Sanitary Service 01310 -1 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. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub - drainage, ballast, sub - ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3:04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 11/00 shamd`enginccdspres- ii \01310.dw 1 Street Water Main and SF.1H Sanitary Service 01310 -2 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: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: ,e A. Whenever a percentage of compaction is indicated or specified, use pereeiit ofinaxininin 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. PART 2 - PRODUCTS 201 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3- EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil fi•om lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. J Street Water Main and SEJH Saaitao, Service 02220 -1 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and /or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION.• A. General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2'! Do not excavate lower part of trenches by machinery to subgrade when pipe is to ' be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape belt holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non - working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation I foot above top of pipe. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill 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. 1 Street Water Main and SEJH Sanitary Service 02220 -2 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 structure is necessary for doing work property. Disposal of Unsuitable Soil I. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal,' State and local government agency forms and applications. G. Care of Vegetation and Property a I_ Use excavating machinery and cranes of suitable type and operate wiih care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 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. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. J Street Water Main and SEJH Sanitary Service 02220 -3 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services L 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 anyjoints. The cost for this work shall be at the i� Contractor's expense. 2 In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new I -inch or larger copper water service pipe from the 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 ROCK EXCA ►CATION: A. Rock excavation will be considered Class 12 Excavation as defined in MOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 1 Street water Main and SEJH Sanitary Service 02220 -4 3.06 BACKFILLING. A. General to C. 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 crashed 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. "a O a b. All other areas: Backfill shall consist of suitable fob excavated material placed in one foot lifts compacted to 90% Standard P�roctot Density. If excavated material is unsuitable, backfill with Class. A, 'crushed stotie 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 Contractors expense, Proctor Density. 11/00 Aared'engwne ,pNs402220doc J Street Water Main and SEJll Sanitary Service with Class A crushed stone compacted to 95% Standard 02220 -5 SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT, AND MILLING. PARTI - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. 1.02 REFERENCES: A. IDOT Standard Specifications. r� B. [DOT Supplement Specification 01014. 7 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. B. Quality testing: As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. 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 IDOT Standard Specifications: Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. PART 3 - EXECUTION 3.01 TECHNIQUES: J Street water Main and SEJH Sanitary Service 02510 -1 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 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness Division 25. Miscellaneous Construction Section 2529. Frill Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. i_Opemng4o traffic, including Contractor's vehicles, will not be permitted until the pavement or sm face treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK. A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE PAVED: A. The portion of the Southeast Junior High School parking lot removed for sanitary sewer construction. 3.05 AGGREGATES A. Type. 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures. B. Gradation. L A %2 -inch mix shall be used on all areas of this project. 3.06 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full -depth J Street water Main and SEJH Sanitary Service 02510 -2 grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted t(Ys" below the final fi nished grade. The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures nmst be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.07 ASPHALTBINDER A. Asphalt binder shall be PG 64 -22 on all areas of this project. 3.08 EXISTING PARKING LOT SURFACES A. Where the proposed asphalt overlay meets an existing asphalt parking lot Surface, the existing surface shall be sawed and removed or milled as directed by the Engine' so that a clean, smooth and durablejoint will be made between existing and proposed surfacing. 3.09 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brw.R -pa r any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting fill -depth asphalt to the level of surrounding briek'qr asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. The area of asphalt removed and replaced shall be confined to only the area necessary for construction of the proposed sanitary sewer. 3.10 HOT MIX ASPHALT PLACEMENT A. Lifis Comply with Iowa Department of Transportation Section 2303 Hot Mix Asphalt Mixtures. B. Compaction Class I compaction shall be used on all areas of this project. 3.11 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by the Owner. The Section 2316.08 for Payment shall not apply to this project, there will be no smoothness incentive payment. J Street water Main and SE1ti Sanitary Service 02510 -3 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART1- 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. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 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 IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3i. 1 Street water Main and SF.JH Sanitary Service 02520 -1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. 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. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. ' Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION 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 Flour Temperature Forecast Covering Minimum 35 -32° F One layer plastic or burlap. Minimum 31 -25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five clays old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractors expense. J Street Water Main and SEAT Sanitary Service 02520 -2 D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions concrete, when specified. 11/00 shared Iengir edspees- iA02520.dm J Street Water Main and SEJH Sanitary Service 02520 -3 CITY OF IOWA CITY SECTION 02660 WATER DISTRIBUTION PART1 GENERAL 1.1 SUMMARY.• A. Furnish, install and test water distribution system as indicated and specified. 1.2 REFERENCES. A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a * ** shall be kept on the site, readily available and accessible to the Contractor during normal working howl. Copies may be obtained from the organizations or from the Iowa City Water Division at cosf plus 15 %. a B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10,, Iowa City Municipal Design Standards, Earth Excavating, Backfill i Grading Specifications - Section 02220, Accepted Products for Water Distribution Materials Per Specifications — Section 02660, Water Distribution - Section 02660, Water Service Work for Contractors Specifications - Section 02665, Iowa City Water Division Policies & Procedures Manual, Backflow Ordinance - Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSUAWWA- C104/A21.4: Cement - Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI /AWWA- C105/A21.5 -99: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSUAWWA- C110 /A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSUAWWA-C111/A21.11: Rubber- Gasket Joints for DUCtile -Iron Pressure Pipe and Fittings 5. ANSUAWWA -C I50/A21.50: Thickness Design of Ductile -Iron Pipe WATER DISTRIBUTION- CH Y OF IOWA CI'T'Y - 02660 02/14/11 Page 1 of 17 6. ANSI /AWWA- C151/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSUAW WA -C I53/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch, and 54 -inch through 64 -inch for Water Service 8. ANSUAWWA C502: Dry- Barrel Fire Hydrants 9. ANSUAWWA C504: Rubber- Seated Butterfly Valves 10. AWWA C509: Resilient- Seated Gate Valves for Water Supply Service. 11. ANSI/AWWA C510 Double Check Valve Backflow - Prevention Assembly 12. ANSI/AWWA C511 Reduced - Pressure Principal Backflow - Prevention Assembly 13. ANSI/AWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSI/AWWA C600 * * *: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSI/AWWA C651 ***: Disinfecting Water Mains 16. ANSUAWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 8 -inch for Water Distribution D. American Water Works Association: 1. _r- 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: 1. ''- AST'M D2241 F. Manufacturers Standardization Society: 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application G. Uni -Bell PVC Pipe Association: 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. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/14/11 Page 2 of 17 1.3 SUBMITTALS. A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. B. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. C. Shop, Working Drawings or Construction Plans showing: 1. Pipe layout with valves, fittings and hydrants shown 2. Bolts 3. Joints 4. Tapping sleeves, couplings, and special piping materials. 5. Polyethylene 6. Thrust block designs and details 7. Special backfill D. Certificates: Sworn certificates of shop tests showing compliance -with appropriate standard for all P� fP in g materials. 1.4 QUALITYASSURANCE. A. Engineer reserves the right to inspect and test by independents service at manufacturers plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 TIME. A. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356 -5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 howl 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. WATER DISTRIBUTION- CITY OP IOWA CITY - 02660 02/14111 Page 3 of 17 PART PRODUCTS 2.1 All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. 2.2 DUCTILE- IRONPIPE. A. Pipe shall be AWWA C151, Class 52. B. Pipe is to have an exterior bituminous enamel coating and a standard cement mortar lining in accordance with AWWA C104. C. Pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. D. Pipe is to be complete with all necessaryjoint gaskets, lubricants, glands and bolts. 2.3 DUCTILE- IRONPIPEJOINTS. A. Single rubber- gasket push -on joints or mechanical joints shall conform to ANSUAW WA CI I I/A21.1 1. Furnish with all necessary hardware and gaskets. B:_-; Belt- and - spigot pipe joints shall conform to ANSI A21.6 or ANSI A21.8. C.- For= bolted /restrained mechanical joint, use Griffin Bolt -Lok restrained joint or approved equal, (Class 53). i9 D.'­_ FoFunbolted/restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved equal, (Class 53). f E. Do not use drilled & tapped retainer glands. s -3 F. Plain end of push -on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.4 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. 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. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/14111 Page 4 of 17 2.5 FITTINGS. A. All fittings shall conform to ANSUAWWA CIIO /A21.10, with pressure rating of Class 350 for 3" to 24 ". B. Mechanical joint fittings shall be ductile iron compact ANSUAWWA C153/A21.53 or ductile standard ANSUAWWA CI 10 /A21.10. Large fittings, 12 -inch through 20- inch shall be ductile iron standard ANSI /AWWA C1 IO /A21.10. Swivel tees shall be ductile iron standard ANSUAWWA CIIO.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSUAWWA C110/A21.10 shall be provided. C. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor -Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. 2.6 RESILIENTSEAT VALVES& VALVE BOXES. 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 nuts and bolts. I i 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi. 3. Valves shall have a standard 2 -inch square operating nut and shaft open left. 4. Valves shall be capable of being repacked or replacing o -rings under pressure. 5. Valves are to be non - rising stem with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSUAWWA C504, for buried service, Class 150B. 1. Valve seat to be installed on disk or valve body. 2. Butterfly valves shall not be utilized in sizes smaller than 16 ", unless so noted on the plans. 3. Working pressure of the valve shall be at least 150 psi. 4. Valves shall be short body pattern with mechanical joint ends. 5. Shaft seals shall be o -ring type. 6. Valve shall have manual operator with a 2" square operating nut for operation of the valve and shall open left. 7. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/14/11 Page 6 of 17 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 steel nuts and bolts. 3. Valves shall be famished with all joint accessories. D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51" to 71 ". Use lids marked "water ". 2.7 HYDRANTS: Specification standard: ANSI/AW WA Standard C502 Type of shutoff: Compression Type of construction l' Main valve opening: Nozzle arrangement an:d size , Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. 4'/2 inches for 12" water main and under 5'/4 inches for 16" water main and above 3 nozzle, two 2%2 -inch hose nozzles and one 4%2 -inch pumper nozzle, with caps attached with chains Nozzle thread: National Standard Hose Threads Type of inlet connection: Mechanical Joint Size of inlet connection: 6 inch Depth of bury: Depth of buf-f shall be 6 feet Direction of opening: Open to right (clockwise) Packing: Conventional or 0 -Ring Size and shape of 1 %2 inch, standard pentagon operating nut: Working pressure: 250 psi Color: Safety Red WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/14/11 Page 6 of 17 2.8 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: 1. Shall be mechanical joint, split construction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to match the tapping valve. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Required for 12" and larger pipe or under paving. 5. Shall have stainless steel or NSS Cor -Blue nuts and bolts. E. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. - 2. Shall meet the OD requirements for class A, B, C, or D pit fast pipe. 3. Shall be furnished complete with all accessories. 4. Nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. 2.9 GASKETS, BOLTS, NUTS, AND THREAD ROD: A. Mechanical joints made with: Bolts: NSS Cor -Blue. Stainless steel bolt studs with SS colts on each end. B. All thread rod used to restrain fittings shall be stainless steel with SS nuts and 3/4" diameter. 2.10 LOCATION WIRE: A. Location wire #12 solid copper, THHN insulation in yellow, orange or blue color. WATER DISTRIBUTION- CITY OF IOWA CI rY - 02660 02/14/11 Page 7 of 17 2.11 L UMBER: A. Lumber for bracing or supports shall be hardwood. (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART 3 EXECUTION 3.1 REFERENCES AND DOCUMENTS: A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSI /AW WA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23, ANSI /AWWA -C605 and Uni -Bell PVC Pipe Association UNI- B -3 -88 except as noted herein. D. ? Contractor must prepare and retain a set of "as- built" drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Examples of special buried features would be: 1. Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. 3.2 RECEIVING, STORAGE AND HANDLING: A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The 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 frames or banding for lifting. WATER DIS'I'RInUTION -CITY OP IOWA CITY - 02660 02/14111 Page 8 of 17 C. Within the "Storage" language of AW WA M23, change "should" to "shall." D. Within the "Handling" language ofAWWA M23, change "should" to "shall." 3.3 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 5%z feet. Generally, the maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom,.o€ the water main and the top of the sewer. Where local conditions prevent this ver6c`4I §cparation', tlTe water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the .water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. 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 materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the "Iowa Standards for Water Supply Distribution Systems" and 2. the sewer force main is laid at least 4 linear feet from the water main. W ATF,R DISTRIBUTION- CITY OF IOWA CITY - 02660 02114/11 Page 9 of 17 G. Gravity sewer mains shall be separated from water mains by a horizontal distance of at least 10 feet unless: the top of a sewer main is at least 18 inches below the bottom of the water main and 2. the sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between sewers and water mains, the sewers must be constructed of water main materials meeting both the minimum pressure rating of 150 psi and the requirements of Sections 8.2 and 8.4 of the "Iowa Standards for Water Supply Distribution Systems ". However, a linear separation of at least 2 feet shall be provided. H. Should physical conditions exist such that exceptions to Sections 3.3 Part F and 3.3 Part G of this standard are necessary, the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. 1 ; L -- 'Sewers constructed of standard sewer materials shall not be laid within 75 feet of a public well or 50 feet of a private well. Sewers constructed of water main materials :_ -- May -be laid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. J. <' All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a Twister DB Plus Wire Connector. WATER DIs- RIBUTION- CITY OP IOWA CITY - 02660 02114/11 Page 10 of 17 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a Valvco tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box, one -foot from the hydrant base. The tracer wire terminal box must be installed flush with the finished grade. If there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box" which is a fall -size valve box (Tyler Series 6855 - Item 666A, Range 51" to 71" or East Jordan Series 8555 — Item 666A) and mark the drawings appropriately. 3.4 PIPE BEDDING AND BACKFILLING. A. Ductile -iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI- B -3 -88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by hand tamping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans-or as ' directed by the Engineer. D. Set valves and hydrants on precast concrete bases. x 3.5 PIPE RESTRAINT.• A. Tht-ust Restraint: 1. For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast -in -place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood to prevent shifting before placing concrete. See Iowa City Reference Manual for detail information on thrust blocks — Figure 7.1. 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. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/14/11 Page 11 of 17 C. Dead Ends 1. Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against till-List. 3.6 JOINTSAND COUPLINGS: A. Push -on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation ofjoints already installed. 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in casing with locking rubbers. B. Mechanical Joints: 1. The range of torque for tightening bolts which is indicated in ANSVAW 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 eats of the flanges. An average worker should not use a wrench longer than _ 18 inches. 3.: On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4: - Do not deflect pipe atjoint. C. Sleeve -Type Coupling: 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. 3.7 TAPPED CONNECTIONS UNDER PRESSURE: A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. WATER DIxl RlBu'rION -CFI'Y OF IOWA CITY - 02660 02/14/11 Page 12 of 17 3.8 POLYETHYLENE ENCASEMENT.• A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSUAWWA C105/A21.5 -99 installation methods. This includes any ductile iron laid in cul -de -sacs or other small radius areas where PVC main could not be used. 3.9 HYDRANT INSTALLATION.• A. Handle carefiilly 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. Iowa Department of Transportation (IDOT) requires a 9' setback. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break -off flange should be no mp' re 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 fi f undisturbed soil. The barrel of the hydrant shall be firmly braced against the, back 91 the trench wall with pre -cast cement blocks to resist thrust at the pipe connection. ­1 F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil 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. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02114/11 Page 13 of 17 C. If requested by the City, the contractor will work with Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. 3.11 DISINFECTION FOR POTABLE WATER SYSTEMS. A. General 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 ANSUAWWA C651 and the following specifications. B. Special Disinfection Requirements Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. 2. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg/L. Use either the granulated/tablet or continuous feed method with modifications as described in 3.11 C or D below. 3. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the - -- treated water shall contain no less than 25 mg/L chlorine throughout the length of main. 4. "° After the retention period, flush the heavily chlorinated water from the main untill 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 2%2 -inch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/14/11 Page 14 of 17 5. After final flushing and before the new water main is connected to the distribution system, two consecutive sets of acceptable samples, taken at least 24 hours apart, shall be collected from the new main. At least one set of samples shall be collected from every 800 -1000 feet of the new water main. plus one set from the end of the line and at least one from each branch. Deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms, the hydrostatic test may proceed. C. Tablet Method of Chlorine Application Use ANSI /AWWA C651, however slowly fill the main (less than 1 cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine Application 1. Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than not less than '/a of the main diameter. For 6 -inch through 12 -inch water mains, a single 2%i -inch fire hydrant opening is adequate. ' - 71 2. Add the water and chlorine solution with the required concentration to fill the main completely. 1 .E 3.12 TESTING: 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 fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. WATER DIS'I'RIBU "I ICIN- CITY OP IOWA CITY -02660 02/14/11 Page 15 of 17 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. For water main replacement only, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. B. Pressure and Leakage Tests: Conduct combined pressure and leakage test in accordance with ANSUAW WA C600 and ANSI /AW WA C605. 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. e = Y. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the I pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for at least two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting orjoints. Conduct additional tests and repairs until water main passes the test. C. Valve Operations: 1. All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. WATER UISTRIBU fION- CITY OF IOWA CITY - 02660 02/14/11 Page 16 of 17 D. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. After hydrant has been flushed, close it and check for drainage. This is done by placing the hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. E. Flow Test: 1. Flow tests shall be conducted to 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. N j 3. A hydrant flow test may be conducted on the hydrant ai the extreme locations for distance or highest elevation to determine 'theire flow capability of the system. Static and flowing pressures and''flow rates shall be recorded, and a copy forwarded to the Water Division' WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/14111 Page 17 of 17 Department of Public Works Iowa City Water Division (Revised 3/9/2011) Accepted Products for Water Distribution Materials WATER PIPE: (Ductile) ANSI /AWWA — A21.51/051 American, Clow, Griffin, McWane, and US Pipe Class 52 for direct bury piping unless other wise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe WATER PIPE: ( PVC) (Class 150) — C900 C900 thickness class DR 18 (6" thru 10 ") ru 1111"0. 1" tMtlt011 V11 Otall"alu I L 11U11l111 vyl — Plc I.1 311 to 24f1 -350 psi (Ductile Iron Compact) AWWA C153, 350 Clow, Tyler /Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Body Ductile Iron With Stainless Steel and /or Mueller - H615, Kennedy, Tyler /Union, American Flow Control - Series 2800, or U.S. Pipe ='T -9 TAPPING SLEEVES: (Stainless Steel) g8mith Blau ;662 or 663, Ford FAST, Mueller -H304, Romac SST, JCM -432 lmitl Blair -665 or Cascade CST -EX 3655 with nitrile gaskets to be used in L.U.S.T. areas MECHANICAL JOINT RESTRAINT DEVICE: (Meealue —with NSS Cor -Blue Nuts and Bolts) Ebaa Iron Sales Inc. — 1100 series for ductile iron 2000 PV for PVC STAINLESS STEEL REPAIR CLAMPS: (With Stainless Steel Nuts & Bolts) Smith - Blair -261, Ford FS1, Romac SS VALVES: (Resilient Seated Gate Valves) ANSI /AWWA — C509 Clow F -2640, Kennedy 8571 SS, Mueller Resilient Seat - A- 2360 -20, or U.S. Pipe - USPO -23- without accessories or USPO -20 -with accessories VALVES: (Butterfly) ANSI /AWWA C504, Class 150B Clow, Pratt, Mueller, Kennedy, M & H, DeZurik or Val -Matic Accepted Products for Water Distribution Materials (Revised-31912011 page 2 VALVES: (Tapping) Clow — F -2640, Mueller — T- 2360 -16, Kennedy 8950 SS, U.S. Pipe — A- USPO -16 VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71 ") East Jordan Series 8555 & Item 666A — Range 51 " to 71" Clow F -2545 Medallion, Mueller Super Centurion 250 SLEEVE TYPE COUPLING: (With Stainless Steel Nu Standard solid black sleeve — Tyler /Union 5 -1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts — Smith -Blair 441 or Romae Style 501 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter, WaterPro or Utility Equipment - Valvco —95E —2 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, orange or blue FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and YI (Revised 31912011) Page 3 Accepted Products for Water Service Parts SERVICE SADDLES: ANSI/AWWA — C800/C900 AY McDonald 3845 Ford 202BS Smith Blair 325 with nitrile gasket to be used in L.U.S.T. areas CORPORATION VALVES: ANSI /AWWA C800 Mueller B- 25008, AY McDonald 4701 BQ BALL CURB VALVES: ANSI /AWWA C800 Mueller B- 25209, AY McDonald 6100Q CURB BOX ARCH PATTERN: ANSI /AWWA C800 —with stainless steel rod and cotter pin AY McDonald 5601 and 5603 with 5660SS -5' shut off rod SECTION 02665W WATER SERVICE WORK FOR CONTRACTORS W fro 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: I. Policy and Procedures Manual. a iJ C. American National Standards Institute and American Water Works Combined Standards: !z L ANSI /AW WA -C800 Underground Service Line Valves and Fittings. D. American Society for Testing Materials: 1. ASTM B75 -86 Seamless Copper Tubing. 1.04 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval 4 weeks prior to installation. Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 2. Working drawing or site plan with customer location, address, size, and materials of water service and main pipe including a full list of materials required from the Iowa City Water Division, as applicable. 1.05 PERMITS: A. City of Iowa City: Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 02665 -1 2. The Contractor or their agent will be responsible for the tapping application forms and records. 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 mininmm 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. I For tapping service, provide 24 homy notice. Scheduling depends on workload. 2. For locations of underground facilities, provide 48 hours notice. C. Re's'ponse 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 I 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, some 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 properly owners at the same time as the new water service work wider this contract is done. "File Contractor will be allowed to work on private properly 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. 02665 -2 PART 2- 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 furnished and installed by the Contractor. Material shall be new type K copper in coils for sizes 3/4 -inch through I 1/2-inch and in coils or straight pipe for 2 -inch size. No couplings or connections will be permitted trader the paving. A. SERVICE SADDLES: L Service saddles shall meet or exceed current to ANSI /AW WA C800 specifications and shall be made in accordance with ASTM B -62. ti 2. Saddles shall be equal to but not exceed up to 200 PSIG. 3. Body shall be 85 -5 -5 -5 cast brass. 4. Strap shall be wide band, 304L stainless steel with 304L stainless steel stud's. 5. Nuts and washers shall be 304 stainless steel. Nuts are supplied with fluorocarbon coating. 6. Saddles shall be AW WA tap thread (CC thread). 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. 2. Valves shall be 300 PSIG maximum working pressure. 3. Body shall be 85 -5 -5 -5 cast brass. 4. Valves shall be inlet: AW WA taper thread, outlet: conductive compression connection for CTS O.D. tubing. 5. Valves shall be compression ball type valves. 02665 -3 C. BALL CURB VALVES: 1. Ball curb valves shall meet or exceed current ANSI /AW WA C800 specifications and shall be made in accordance with ASTM B -62. 2. Valves shall be 300 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 sealed with double o -ring seals. D. CURB BOX — ARCH PATTERN: 1. . - Curb box shall meet or exceed current ANSI /AW WA C800 specifications. Curb box lid shall be Erie Pattern — 5601 L —2 -hole. 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 5/8" rod, 42- inclies long, small key -clamp welded to rod with stainless steel rod and cotter pin. E. STRAIGHT THREE PART UNIONS: I. Unions shall meet or exceed current ANSI /AWWA C800 specifications and shall be made in accordance with ASTM B -62. 2. Union shall be conductive compression connection for CTS O.D. tubing both ends. 3. Body and nut shall be corrosion resistant cast bronze 85- 5 -5 -5. 4. Gripper band shall be stainless steel and overlap itself so no gasket material 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: I. Copper tubing shall meet or exceed current ANSI /AW WA C800 specifications. G. YARD HYDRANTS: 1. Yard hydrants shall be freezeless 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. 6e'.fm-gis led to—tie Water Division. i Y�Y 3.02 RECEIVING, STORAGE AND HANDLING. A. The Engineer may mark materials found on the job site which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site and replaced with new. 3.03 EXCAVATIONAND BACKFILL: A. All excavators shall comply with the requirements of the O.S.H.A Standards subpart P- Excavations. B. Earth excavation, backfill, fill and grading shall be in accordance with Section 02220. C. Excavation and backfill shall include all excavation, backfilling, compacting, stockpiling of 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 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, /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. The 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. Ff. 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. L 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. G A �pxcavated 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 covets, 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 Y shall be made for street drainage. Natural watercourses shall not be obstructed. K. The Contractor shall provide and maintain ample means and devices with which to promptly remove and properly dispose of all water entering excavations or depressions until all work has been completed. No sanitary sewer shall be used for disposal of water. L. To protect persons from injury and to avoid property damage, adequate barricades, fencing, construction signs, caution lights and guards as required shall be placed and maintained by the Contractor at excavations during the progress of the construction work and until it is 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 stamps 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. 'File main shall be tapped at an angle of forty-five degrees (45 °) with the vertical, if possible. The stop must be turned so that the T- handle will be on top. C. The old water service under the street right -of -way will be shut off and removed. The old stop box will be removed. D. The Contractor shall install the new copper service line from the new corporation stop to the new curb stop and from the curb stop to the customer service line near the property line. The size will be determined by the Water Division. The mininnun size will be Mich to the stop box. The service pipe shall be laid in the mole hole excavation and in the`.tienclr with sufficient weaving to allow not less than one foot extra length for each '5,0,feet of straiglt$ line distance. E. Underground water service pipe shall be laid not less than ten (10) feet hoeizontally from the building drain, and shall be separated by undisturbed or compacted'eaith. Where Qi 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 ofthe 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 hours of making the new service connection, the new service shall be subjected to normal system pressure and visually inspected for leaks. If any leaks appear, the Contractor shall make repairs. Each water service shall be turned on and observed by the Contractor within the premises to verify adequate pressure and flow. (Revised3 /11/04 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 Reinf6rced Concrete 1�qw- Head Pressure Pipe. ' I B. Reinforced Concrete Arch Pipe - For Storm Sewers i I L ASTM C506, latest edition, Specification for Reinforced Concrete Arch Cu1� rt, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified -Clay Pipe and Fittings. D. Ductile Iron Pipe ANSI /AWWA- A21.5 /C 151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSUAWWA- A21.50/C150, latest edition, Thickness Design of Ductile -iron Pipe. 3. ANSI /AWWA- A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSUAWWA-A21.1 I /CI 11, latest edition, Rubber - Gasket Joints for Ductile -hron Pipe and Gray -Iron Pressure Pipe and Fittings. 5. ANSUAWWA- A21.4/C104, latest edition, Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. J Street Water Main and SER I Sanitary Scry ice 02700-1 E. 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. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 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 F., PVC Truss Pipe — For Sanitary Sewers I. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds = -= 2L ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. 'i 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 G. Manholes ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. H. Intake Structures IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual ", latest edition. 1.03 QUALITYASSURANCE. A. All products will meet 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. J Street water Main and SEJH Sanitap, Service 02700-2 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. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. 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. PART 2- PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. Joints: All joints will be confined O -ring gasket meeting AS'VM 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 dgrbove joints. 2. Wall Thickness: Mininnun 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. 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 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. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant J Street Water Main and SEJI I Smritary Service 02700 -3 meeting the requirements of AASHTO M198 -75, Type "B ". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: 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. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class BI A as defined in ASTM C506. 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 j - the pipe. Lift holes are not allowed. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to s -'- the springline of the pipe. C. Vitrified Clay Pipe Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. D. 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. 4. Minimum Bedding — Type 5 per ANSI /AWWA C150/A21.50 with compacted J Street Water Main and SEJH Sanitary Service 02700 -4 granular material to the springline of the pipe. E. PVC Truss Pipe — For Sanitary Sewers 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. 4. Mininiu n Bedding — Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the mininuun bedding depth shall be 4" below the pipe. F. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. 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. The minimum bedding depth shall be as specified on the plans. If not specified, fie minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage 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 AASHTO 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 fill 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. J Street water Blain and SEJI I Sanitary Service 02700 -5 6. Manhole frame and lid to be Neenah R -1670, self - sealing, East Jordan I t 17, 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. I. Bedding: Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3- EXECUTION 3.01 INSTALLATION OF PIPE: A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. t -' 21' = Driving down to grade by striking or with excessive force from excavating t -� > equipment is not allowed. •_r.� 13'-' Blocking the pipe to grade with wood, stones or other materials is not allowed. C.; ; Bedding 1. 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 IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing Clean and lubricate all joints prior to assembly. J Street water Main and SEJII Sanitary service 02700 -6 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. F. Backfill as specified in Section 02220. G. Clean pipeline upon completion. H. Tolerances Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter 6tom 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 o propel; grade. 3.02 TESTING OF PIPE: i A. Lamp all pipe to visually inspect for defects and debris. 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 from 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 two 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 '/2-mile for sewers) and before connection to buildings. Low - pressure air tests performed on manhole -to- manhole sections of pipeline. J Street water Main and SUL I Sanitary Service 02700 -7 5. Low - pressure air test: a. Equipment (l) Designed for testing sewers using low- pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 prig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to- manhole after backfill. (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 air 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: (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 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. 1 Street Water Main and SEMI Sanitary Service 02700-8 (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig 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 required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. 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 groundwater in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stopllOrs.,against leakage from test pressure, where conditions between manholes 'I ay result i[t`(d�t pressure causing leakage. , C. Rate of leakage from sewer: Determined by the amount of water required 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. C. 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 (from 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 carry a tolerance of t .001 ". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching J Street water Main and SEJH Sanitary Service 02700 -9 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 rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES., A. Set bases true to line and elevation on minimum six -inch granular backfill material. 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 Sfrticture. D,: q!-,g holes for handling with mortar. E.: r Eay'grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. 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 frames in full 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. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 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. J Street water Main and S011 Sanitary Service 02700 -10 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 Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. 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. '1� D. Use water main materials for gravity sewers with less than 10 feet of Itociiontal distance and top of the sewer less than 18 inches below the bottom of the water main, t�raintajit;q linear separation of at least two feet. " t E. Where gravity sewer crosses over water main or service or where the top of sewer is;lesj than 18 inches below the bottom of the water main or service, the following reiplirements shall apply: j The sewer may not be placed closer than 6 inches below a water main or 18 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. Bothjoints 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: 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 fi-om the water main. 06/03 shared!engwel pees- in02700.dm J Street Water Main and SEJI I Sanitary Service 02700 -11 SECTION 02751 DIRECTIONAL BORING AND DRILLING PART1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to install carrier pipe by directional boring and drilling. B. This specification covers thrust- restrained Polyvinyl Chloride (PVC) Pipe. Pipe is intended for use in pressure - related potable Water delivery systems. 1.02 REFERENCES: A. American Society for Testing and Materials (ASTM) 1. ASTM D1784 Standard Specification for Rigid PVC Compounds and Chlorinated PVC Compounds 2. ASTM D2837 Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials 3. ASTM D3139 Standard Specification for Joints for Plastic pressure Pipes Using Flexible Elastomeric Seals 4. ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Jointing Plastic Pipe B. American Water Works Association (AWWA) 1. AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 inch through 12 inch, for Water 2. AWWA C906 -99: Polyethylene (PE) Pressure Pipe and Fittings, 4 inch through 63 inch, for Water Distribution and Transmission C. American Railway Engineering Association "Specifications for Pipelines Conveying Non - Flammable Substances," latest edition D. Iowa Department of Transportation (IDOT) Standard Specifications, latest edition 1.03 SUBMITTALS: A. Carrier Pipe Materials: Specifications of materials to be provided. B. Boring and Receiving Pits: Submit shop, working drawings or construction plans showing pit location, dimensions, sheeting and shoring. C. When boring is complete, contractor shall provide Engineer with a plan and profile of the bore path. J Street Water Main and SEA I Sanitary Sery ice 02751 -1 D. Record and submit notes of actual boring operations with field load conditions. 1.04 QUALITYASSURANCE: A. Only workers experienced in boring and jacking operations shall be used to perform the work. Statement of qualifications shall be submitted and approved by the Engineer prior to the start of work. B. Provide efficient, useful monitoring devices on the equipment so the operator and Engineer can compare the field conditions with the design and effectively monitor the loads on the pipe as it is being installed. C. Engineer will survey and record top of pavement elevations before and after boring operations as necessary. PART 2- PRODUCTS 2.OI CARRIER PIPE MATERIALS: A. PVC pipe for directional boring shall be C900 /RJ. PVC restrained joint pipe (Certa -lok) from CertainTeed Corporation. 2.02 LOCATION WIRE: 4, A, ' Location wire #12 solid copper, THHN insulation in yellow, orange or blue color. PART 3t- EXECUTION l;7 3. pl ' PROTECTION OF UNDERGROUND FACILITIES: r; A.� ; Contractor is responsible for location of underground facilities via potholing at critical locations. B. Contractor is responsible for modifying boring operations to prevent damage to existing facilities. 3.02 DIRECTIONAL BORING EQUIPMENT: A. The drilling equipment shall be capable of placing the pipe as shown on the plans. The installation shall be by a steerable drilling tool capable of installing continuous runs of pipe without intermediate pits, a minimum distance of 400 feet. B. The directional boring machine shall be supplied with all output signal inside the housing of the drill bit. The output signal shall have a constant output signal to allow a person to track the location of the beacon at all times. C. The drilling machine shall be equipped with a drilling fluid compatible for the onsite conditions. D. The directional head shall be capable of accepting a variety of cutting bits for varied soil conditions. J Street Niter Main and SE1H Sanitary Service 02751 -2 3.03 CONTROL OF LINE AND GRADE: A. Engineer will provide control surveying and grade stakes as necessary. Engineer will survey and record top of pavement or rail elevations before and after boring operations as necessary. B. During the installation of carrier pipes, the Contractor shall be responsible for monitoring alignment and elevation of said pipes. The Contractor shall provide control points, reference marks and equipment for this purpose. The drill bit shall be located a maximum of every 5 feet. The operator of the drilling unit shall check the bore path and position of boring pit at every five feet and make necessary correction to stay along the alignment. C. Allowable deviations from the plan alignment and elevation are as follows: 1. The guidance system shall be capable of installing pipe within 1-1/2 inch of the plan vertical dimensions and 2 inches of the plan horizontal dimensions. 2. In addition, care shall be taken to assure that continuous positive or negative grads, as shown on the plans, are maintained in the installed carrier pipe. 3. The Contractor shall be required to remove and reinstall pipes which vary in depth and alignment from these tolerances. 3.04 PILOT HOLE INSTALLATIONS: A. The pilot hole shall be drilled along the path shown on the project plans — B. At the completion of the pilot hole drilling, the Contractor shall provr&a tabtilatio6lof coordinates, including elevation data, referenced to the drilled point entry,' Which aecurafefY describe the location of the pilot hole. c.} C. Pilot hole alignment shall be accepted and approved by the Engineer prior to reaming and pipe installation. 3.05 REAM and PULLBACK OPERATIONS: A. Reaming shall be sufficient to prevent damage to pipe or pipe crossing. B. The maximum allowable tensile load imposed on the pipeline pull section shall not exceed 90% of the product of the Specific Minimum Yield Strength of the pipe and the area of the pipe section, or as specified by the pipe manufacturer. C. A swivel shall be used to connect the pipeline pull section to the reaming assembly to minimize torsional stress imposed on the section. D. The pipeline pull section shall be supported as it proceeds during pull back so that it moves freely and the pipe and pipe coating are not damaged. E. The pipeline pull section shall be installed in the ream hole in such a manner that external pressures are minimized. In case of a pull back where the bore hole will be abandoned or where voids are created, the Contractor shall fill voids with grout injected under pressure using approved methods. 7 Street Water Main and SF.1H Sanitary Service 02751 -3 3.06 DIRECTIONAL BORING OPERATIONS: A. The drilling machine shall be set up at such a location to avoid disruption of private yard and landscaping. B. Pipes shall be joined before being subjected to the boring process, or after they have reached final position, depending on the type of pipe and nature of the joint and jointing material. C. The method of boring, in each case, shall be in accordance with the requirements of the governing agency. D. Once boring has been started, it shall be continuous until completion of the boring operations in order to reduce the possibility of a so- called "stuck" pipe and to minimize the creep of the soil into the face, even though this may involve working outside the normal working days. The Contractor shall not be entitled to additional compensation for effort required to maintain continuous boring operations. The Engineer reserves the right to waive the requirement for continuous boring if such waiver is approved by the appropriate governing agency. E. Care shall be taken during boring operations to ensure that the pipe remains true to line and grade. F. No open cut within boring limits shown on the plans shall be permitted without written authorization of the Engineer and the governing agency. c- G: Pull back forces shall not exceed the allowable pulling forces for the pipe being installed H. The drilling fluid, such as bentonite shall be used for lubricating the pipe during pull-back, �... g g PP gP _.Jowcing spoils out of the pipe pit, assisting in holding the hole open during pull back, and -:hardening into a clay substance around the outside of the conduit, preventing settlement of 'thp ground. Adequate drilling fluids shall be used to avoid a "hydra -lock" condition. Disposal of excess fluid and spoils shall be the responsibility of the Contractor. 1. Any damage to property, landscaping or trees caused by Contracot's operation shall be replaced to the Owner's satisfaction and at no additional cost to the Owner. The Contractor shall make necessary provisions to keep water and soil out of the installed piping systems. K. Obstructions to the progress of the pipe, such as roots, boulders or portions of former structures, shall be removed and deviations from line and grade shall be avoided if such deviation will result in ill- fittingjoints. The use of explosives for removing obstructions is prohibited. J Street water Main and SEJH S:mitary Service 02751 -4 3.07 RESTRAINED JOI NTPVCPIPEASSEMBLYANDINSTALLATION: A. Follow manufacture's instructions and recommendations for assembly and installation. B. Prevent dirt from getting into the couplings and, especially, the gasket grooves. if dirt does get into the gasket grooves, the gaskets must be removed and cleaned, and the grooves must be cleaned, and the gaskets then reinserted before they can be installed into the pipes. C. When pulling in restrained joint PVC pipe, do not exceed the maximum recommended pulling or bending limits for the pipe. When the pull -in is complete, apply pushing forces to each end of the pipeline to relieve any stretch that may be remaining. 3.08 CARRIER PIPE INSTALLATION.• A. The carrier pipes shall be the class, type and size as indicated on the plans and specified herein. This will be supplied by the City of Iowa City Water Division. B. If the plans call for the carrier pipe to be installed without a casing pipe, the requirements for installation of casing pipe as detailed herein shall apply. This shall include filling of voids between undisturbed embankment and outside of pipe with specified grout. 3.09 SEALING: A. After installation of carrier pipes within casing pipes, the Contractor shall seal ends of casing pipes with weak concrete bulkheads a minimum of one-foot thick or manufactured end seals as indicated. 3.10 TESTING: A. Testing procedures for carrier pipe shall follow those outlined in Sections 02660 — Water Distribution. END OF SECTION of 06/06 shared`engiwe pm -ii \0275 Lda ul - 1 Street Water Main and SUIT Sanitary Service 02751 -5 SECTION 02900 LANDSCAPING PART1- GENERAL 1.01 SUMMARY.• A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 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 ? ibmitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating valued dnd prop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING. c I 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 immediately, 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. J Street water main and SEA I Sanitary Service 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. 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: 1. 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. 25 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. Alfalfa (Northern Grown) 2.02 ' SEED: 5 0.11 Birdsfoot Trefoil (Empire) - Minimum 0.09 Alsike Clover ., Proportion Lbs./ Lbs./ - Mix by Weight Acre 1,000 sq.ft. `tJRBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 I'irt1MNYWI N1.N Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIME AND FERTILIZER: J Street Water Main and SEA Sanitary service 02900 -2 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 TREESAND SHRUBS.- 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. 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 sbj1 must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requiremerifs.' 1. Excavate tree pits to a minimum of two feet greater in diameter than 4root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. I -- 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. 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 under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 1 Street Water Blain and SE1H Sanitary Service 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 PLANTING SOIL 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 out prior to sowing seed. "this work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one -half of seed in one direction, and other one -half at right angles to original direction. 3. ,; Rake seed lightly into loam to depth of not more than '/< -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of n width. 4; Hydro- seeding may be used upon approval of the Engineer. D Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1 %z tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one - year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. 1 Street Water Main and S011 Sanitary Service 02900 -4 D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod dining 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. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one - year maintenance period. 3.05 MAINTENANCE -ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2% inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and ]ndesirable grasses. r -- �1 C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings sliall be guaranteed for a period of one year after by City Co mcil_�cceptan+ e of the project. E. The Contractor shall supply all water for planting and maintenance. Water maybe obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 11/00 shem,Penginee�tucs- iN2900 dw J Street Water Main and SUH Sanitary Service 02900 -5 II .I W zv Q� Zw ry Lf) Lu >- �- re a a � ~a �a� 4 LU ® ~' U ry a U O 3: z O 0� LWU Q r LU V �o(A1 V / V I _ V MI MVII ?'v5 1,11 10 NI_ I 111h 'i, M -I IDS" , 1: dl - 0 L L 1 1� t 1 �3 e§ tt� geas�ee �kx a -`8 gEgEg $' �e ° M $�a �� g s i v I �x CFA iS. a ='o o y- -- --- - - - - -. S y 1_ �I III I L_ _ t J I l i r LL 9 5 0 - 0 L L 1 1� t 1 �3 e§ tt� geas�ee �kx a -`8 gEgEg $' �e ° M $�a �� g s i v I �x CFA iS. a ='o o y- -- --- - - - - -. I a_ 1_ �I III I L_ _ t J I l i r LL - 0 L L 1 1� t 1 �3 e§ tt� geas�ee �kx a -`8 gEgEg $' �e ° M $�a �� g s i v I �x CFA iS. a ='o o y- \ \: \ \ \ } \ \ \ \ } \\ \ \ \ \} \ \ \ \ \ \ \ \( } \ \ \z \\ V)» } \} \ \\ \} \ \\ \� \\ \ \ \ \ \\ \\ �w :2« \ - -- . r: �!` \j�. \\ + 45 ƒ \(\ \ \ } } \\ � :2 •, � £ � _ , :! » % \ , \\ �w :2« \ \} \ � - - };. 9 d( \} \ < I - -- . r: �!` \j�. \\ + 45 ƒ \(\ \ \ } } \\ \} \ � - - };. 9 d( \} \ < I >.,Av > %MAN � � �' ©� ©2 2 &.§ \ ° / _ 0a( w® - } \ , , \ ° / \ NET c g\ ¥ Pik / §) ' Y/—�U tll dl Nd Jrpr 3 _ �II II d ld I�ri l Al V Nf 1 3 - f0 J NI J y1y yyNyyel KA 11 1 .1y -t� P _ nYh gE'+e 3 i a g 55 3 i 6 �S4�i'l b mSSnY '`x Ea aea N 5E¢ ig`sF p E�p $s. a [ y ep — d Es�sE g8�, H$ ' ti I� ax33 g x I 4 d 'so € €n1p LJ �_ m's3 =Csg "ssa;x�ils a °sf3at'35sr E ---------------------- o_ _ d_ o anuand asJrj p g� h. J - 19 i n F l �s�e MaIA aJOuJrDTS-- Mal/ 2- XWZJA5, s II�� ;Vi I�PYg ❑ � 111 t 3 8 ( R� lY tC k�CEe 1 3 R ICI a l2{ 11= 95 li �i.. �4 €g E 1 u I 3 mR g yy 8 o L ---------------- 1 -4_, §- i i anuan u anuanV puZ - - -- - - - - -- s g i)lS J -If L ` I J IIJ J Wd JIV d d - _ _ A 7 V Milli YS Illll VC 0] ll NbW <1 MI d.IL � 13S t � ` � eA Als NR3 x � n�3 } : a J street_ I _ " I 1- ,T - -- 3� £ � J f ° p "'_ ______ — - _____�__ -- e p �, 111y ry �I 4a ! I I ; 1 - �Ii�- -- � - -- I 'I� - F -_ i I A v I III J t a. i \Ah —_ _ i a s 53...d93� x f a" ¢'y 3.fr €85v °Ssa�� }S£ec#�� � �€ n N ggagt o a _ 33 I �I 1 iyI i g z° L It, 1 051 • �¢ I R I ��P�33 I I. I I asc. a _ c Rua 1 if I _a � �•. I w�,` i I � � �� 51' jl I _�1� I it ..� it I � s , a, � I � s I If I € e s s € €� 2. } ¢x I B I i 4 + 2- rx �g AN IJ �. — € & a A pp � ss ,soli i Ip Ls, [I VA 137,111 N311 Lin kll A W zo irod s'( v) Prepared by: Brian Boelk, Sr. Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5437 RESOLUTION NO. 12 -238 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 5, 2012 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE J STREET & SYCAMORE VIEW WATER MAIN - SOUTHEAST JUNIOR HIGH SANITARY SEWER PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the 1St Ave. /IAIS RR Crossing Improvements account #3871. 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 5th day of June, 2012, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 15th day of May 20 12 MAYOR Approved by ATTEST: 2`/'Z,'— i CIT�LERK ity Attorney's Office 61111'2- PwenWresrJst.sycamore.setph.dw 5112 Resolution No. 12 -238 Page 2 It was moved by Champion and seconded by Dobvns the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x x x x x x Champion Dickens Dobyns Hayek Mims Payne Throgmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, SPECIAL PROVISIONS AND ESTIMATE OF COST FOR THE J STREET & SYCAMORE VIEW WATER MAIN SOUTH EAST JUNIOR HIGH SANITARY SERVICE PROJECT, IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract, special provisions and estimate of cost for the construction of the J Street & Sycamore View Water Main South East Junior High Sanitar � Service Project in said city at 7:00 p.m. on the 5 day of June, 2012, said meeting to be held in the Emma J. Harvat Hall in City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract, special provisions and estimate of cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK P� -C'.I 10 Prepared by: Brian Boelk, Sr. Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5437 RESOLUTION NO. RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE J STREET & SYCAMORE VIEW WATER MAIN — SOUTHEAST JUNIOR HIGH SANITARY SEWER PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the 151 Ave. /IAIS RR Crossings Improvements account #3871. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above -named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 19th day of June, 2012. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 19'' day of June, 2012, at a special meeting called for that purpose. Passed and approved this 5th day of June , 20 t 2 MAYOR Approved by ATTEST: 2'aiL�ss�.c� J� 7\Ct�Lt_J /(' 1 CITY 5tERK City Attorney's Office Pweng/resrJst- sycviewappp &s.doc 5112 Resolution No. 12 -280 Page 2 It was moved by Dobyns and seconded by Resolution be adopted, and upon roll call there were: AYES: x x x x x _x — x NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Throgmorton Printer's Fee 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 cleric 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 ___L_ time(s), on the following date($): U i� •/ r r Subscribed and sworn to before me this _a ..day of A.D. 20_jZL_• Lx�&� Notary Public LINDA KROTZ Commission Number 732619 . My Commissiorifipkes Jinuar 27,20142014 ! OF Dory r "A-4 ���Y•�- 'INS AND ESTIME T FOR THE J STREET & F SORE VIEW WATER MAIN TH EAST JUNIOR HIGH_ IN THE CITY IOWA OF IOWA O1 Ti TO ALL TAXPAYERS OF THE OF IOWA CITY, IOWA, A ND TO OTHER INTERESTED PERSONS: Public notice Is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract, special provlslons and estimate of cost for the con- struction of theJ Street & Sycamore View Water Main South East Junior High Sanitary Sljectd In said city at 7:00 p. m on the June i meeting 10 be at held in the EmmaJ. Harval Hall in City Hall, 410 E. Washington Street In Bald city , or if said meeting is cancelled, at the next meeting of the City Council thereafter as post- . ed by the City Clefcations, form of Said plans, spec i contract ,- special provisions and estimate of cost are now on file in the office of the City Clerk In City Half in Iowa City, Iowa, and Interested b inspected by any sons. Persons may Any interested p appear at said meeting of the City ,council for the purpose of malting objections to and comments con- cerning t orlthelcost of makings said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARLIN K. KARR, CITY CLERK May 22, 2012 rcmaow'� Prepared by: Brian Boelk, Senior Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5437 RESOLUTION NO, 12 -308 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE J STREET & SYCAMORE VIEW WATER MAIN SOUTHEAST JUNIOR HIGH SANITARY SEWER PROJECT. WHEREAS, Carter & Associates of Coralville, Iowa has submitted the lowest responsible bid of $258,061 for construction of the above -named project; and WHEREAS, funds for this project are available in the 1st Avenue /IAIS Railroad Crossings Improvements account # 3871. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above -named project is hereby awarded to Carter & Associates, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 19th day of June , 20 1z ATTEST: ) 9I . cee_�v CITY ERK n4A� A MAYOR ved by r (gam lZ City Attorney's Office It was moved by trims and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: x x x X X X X pwengtreslawrdcon- JStreet &Sycamore -2012. NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton Printer's Fee $ Li CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED.ID #42- 0330670 I, 9061M stN AATa being duly sworn, say that I am the legal cleric 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): �inNE !L LL Legal lc Subscribed and sworn to be re me this _%�4*`day of A.D. 20-1.)—,. Notary Public I NDAKROU ClOR Ndmk,7,3261� as Rm APO. OFFICIAL PUBLICATION NOTICE TO BIDDERS J STREET & SYCAMORE VIEW WATER MAIN SOUTHEAST JUNIOR HIGH SANITARY SERVICE PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 19th day of June, 2012 Sealed proposals will be opened immedi- ately )hereafter 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 tglh day of June, 2012, or at special meeting called for that purpose. The Project will involve the follow- ing: Construction of water main and service lines, and sanitary sewer main and manholes. All work is to be done In strict compliance with the plans and specifications prepared by VJ Engineering, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, In the sum of 10 °% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter Into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, it required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a peri- od 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 per- cent (100 %) of the contract price, said bond to be Issued by a responsible surety approved by the AF -1 City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its comple- tion and formal acceptance by the, City Council. The following limitations shall apply to this Project: Early Start Dale: June 25,2012 Completion Date: August 10,2012 Liquidated Damages: $500.00 per day The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the City Engineer of the City of IowaCity, 410 E. Washington Street, Iowa City, Iowa, by bona fide bidders. A $20 refundable fee is required for each set of plans and specifica- tions provided to bidders or other interested persons. The fee shall be in the form of a check, made pay- able to Treasurer of the City of Iowa City. The refund will be issued 2 weeks after bid opening if re- usable plans and specifications are returned to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281 -5796 and the Iowa Department of Transportation Contracts Office at (515) 2391422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder Intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dol- lar amounts. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resi- dent bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive twbni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ac wo 7?$S June 12, 2012 rm � CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 -1826 (319) 3565000 (319) 356 -5009 FAX ENGINEER'S REPORT www.icgov.or.g November 2, 2012 City Clerk City of Iowa City, Iowa Re: J Street & Sycamore View Water Main — Southeast Jr. High Sanitary Sewer Dear City Clerk: I hereby certify that the construction of the J Street & Sycamore View Water Main — Southeast Jr. High Sanitary Sewer Project has been completed by Carter and Associates, Inc., Inc. of Coralville, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City Engineering Division. The final contract price is $255,079.57. I recommend that the above - referenced improvements be accepted by the City of Iowa City. Sincerely, ti Ronald R. Knoche, P.E. City Engineer PERFORMANCE AND PAYMENT BOND Bond No. 2157107 Carter and Associates, Inc, as (Insert the name and address or legal title of Ilia Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) North American Specialty Insurance Company , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obliges, hereinafter called the Owner, In the amount of Two Hundred Fifty Eight Thousand Sixty One and No /100 bollare ($258,061.00 1 ) for the payment for which Contractor and Surety hereby bind themselves, their halrs, executors, administrators, successors and assigns, jointly and severally, WHEREAS, Contractor has, as of June 22, 2012 entered into a (dato) written Agreement with Owner for J Street & Svcamoro Vlew Wotor Main Southeast Junfor Hiah SAnItary Servloo Projeot; and WHEREAS, the Agreement requires execution of Oils Performance and Payment Bond, to be completed by Contractor, In accordance with plans and specifications prepared by / I pgipeoring , 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 sholi 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 or time made by the Owner. B, Whenever Contractor shall be, and Is declared by Owner 10 be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shelf promptly; 1. Complete the Project In accordance with the forms end conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing ilia Project to accordance with the terms and conditions of the Agreement; and upon determine - tlon by Owner and Surety of the lowest rospohsiblo bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or PB•1 subsequent contracts of completion arranged under this paragraph), sufficient funds to pay Ilia cost of completion, less tho balance of the Contract Price, but not exceeding the amount set forth In the first paragraph hereof. The term "balance of the Contract Price;' es 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 property paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by Ibis bond in good repair for a period of Five — U—) years from the date of formal aooeptance of the Inprovemonts 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 hereln or the heirs, executors, adminislratora or successors of Owner, IT IS A FURTHER CONDITION 01" 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 clams 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 673, Code of Iowa, are a part of this bond to the same extent as If It were expressly sot out herein. SIGNED AND SLALEDTHIS 22nd DAYOF June 2012 , IN THE PRESENCE OF; Carter and Associates, Inc. oipap �. (Title) North American Specialty Insurance Company ^ Mless 4AnWne CrowneG r (Tllle) Attorney -in -Fact Sunny Bartenhagen 3001 Westown Parkway (Streot) West Des Moines, IA 50266 -1321 (City, State, Zip) (515) 22_3 -6800 (Phone) PB -2 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specially Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, grid Washington International Insurance Company, a corporation organized and existing under lire laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, LACEY CRAMBLIT and LAURE GUISINGER JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed lire amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Prover of Attorney is granted grid is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duty called and held on the 24" of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seat of the Company; mid it is FURTHER RESOLVED, that the signature of such officers and lire seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, mid any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seat shall be binding upon the Company when so affixed mid in the future with regard to any bond, undertaking or contract of surety to which it is attached." \ \\ ^� 1\ 1 A111 I I I l l l g l +7/ 0 sit APOJt4. !9J�Gi _NPa pl!;�t�,�, By = SEAL in' Steve. P. Mile..., Preside. &ChiefEanullyeOmeerofwa shingbn internati ... If.urance COmpaoy I ++ SEAL 6' �Wi 1973 my &SmierNice President of Nodh A.Mc.. Spechlly I .... anee Company of iOq'YlyQH��td�pc �• � e�ft4tP7°"'bt + +ul9ninmrm \a •�se�z �az David Id. 6gman, Senior Vin Pmiden of Washington International lnsorsnee Company N' & Yoe President of North Amedeaa Spedaay rnmeanae Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Campany have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this20th day of March , 2012 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 20th day of March 202 before me, a Notary Public personally appeared Steven P. Anderson , President mid CEO of Washington International Insurance Company and Senior Vice President of North American Specially Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to fine, who being by fire duly swom, acknowledged that trey signed the above Power of Attorney as officers of mid acknowledged said instrument to be the voluntary act and deed of their respective companies. "DFFICW,SEAV' DONNA D. SKLENS Notary Public, State of tlioola My Commission Eg ims IOMO15 Donna D. Sklens, Notary Public I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a tine and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 22ndday of June 20 12 7 Jd ACaip. tee , Vice PrAldMt &AS515(Ml$CCR131y or Washington Int26MO JNmenn Coox MY& No,d. Amedrvt Speciahy Imorame Company 4d(12) Prepared by: Brian Boelk, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5437 RESOLUTION NO. 12 -475 RESOLUTION ACCEPTING THE WORK FOR THE J STREET & SYCAMORE VIEW WATER MAIN — SOUTHEAST JUNIOR HIGH SANITARY SEWER PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the J Street & Sycamore View Water main — Southeast Junior High Sanitary Sewer Project, as included in a contract between the City of Iowa City and Carter & Associates, Inc. of Coralville, Iowa, dated July 3, 2012, 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 Vt Ave. /IAIS RR Crossings Improvements account # 3871: and WHEREAS, the final contract price is $255,079.57. 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 13th day of November _,20 12 MAYOR Approved by ATTEST: ����� < CITY 'CLERK I y Attorney's Office It was moved by Champion and seconded by Dobyns the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x Rveng /ma sters/acptwork.do 10/12 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton