Loading...
HomeMy WebLinkAboutWATER MAIN CROSSINGS/IOWA RIVER/2009WATER MAIN CROSSINGS/ IOWA RIVER/ 2009 f., j or n- -,#6=oc-7r--w-- 4?9 i;17-ima for Q�&eC L4�p re a Mtn+ e syi -&-IX 4x9l c m Said 11 r a Le sc�-;d pje�kns D� 4r r-Dr4m -Tor 4� s- '.Tuns /a /5-067--4� wal" /"an CrO,SSlryas /:EloWC0.. R JQ-v pccl�j 07- (leSOltAA -'%7 IX- N-g 0.u)a.r��rt,J CDr1�rOC-+ Ct.rryJ al(46r,7�n✓ q -�k2.. MQu U,ir �v s 9r a fkt C', C�2rlL {/o a I�as i t� con t rrci— Eovct7lS�r cf ;O,� �4u Maur /� wiz, ()c+Atr 6 '..,.... aoo9 �Jme es� And LAW)<eq ��t Ci7 of Cjre�ry CDrn�any �El. �, GR �tJ) -/n �o,, cG� :veer Co�Szcl �w, no.$r"r�2 G?CG2/��2Gj 12 Prepared by: Ron Knoche, City Engineer, 410 E. Washington Street, Iowa City, IA 52240; (319) 356 -5138 RESOLUTION NO. 09 -324 RESOLUTION APPROVING, AUTHORZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AN AGREEMENT BETWEEN THE CITY OF IOWA CITY AND HOWARD R. GREEN COMPANY TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE IOWA RIVER WATER MAIN CROSSINGS PROJECT. WHEREAS, two water main crossings under the Iowa River were partially exposed during the 2008 Flood; and WHEREAS, the City desires to repair the exposed water mains to prevent further damage to the City's water main infrastructure; and WHEREAS, the City desires the services of a consulting firm to prepare preliminary and final design drawings, specifications for bidding and construction, and construction inspection services for the Iowa River Water Main Crossings Project; and WHEREAS, the City of Iowa City has negotiated an Agreement for said consulting services with Howard R. Green Company for said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with Howard R. Green Company. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, THAT: The Consultant Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and the City Clerk are hereby authorized and directed to execute the attached Consultants Agreement. Passed and approved this 6th day of ATTEST: �� J CIT LERK iv / - Resolution No Page 2 09 -324 It was moved by Hayek and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x NAYS: /1"�k Bailey Champion Correia Hayek O'Donnell Wilburn Wright Section IV CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this 4-Al day of 0croaEg --- , 2009, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and Howard R. Green Company (HR Green), of Cedar Rapids, Iowa, hereinafter referred to as the Consultant. WHEREAS the City desires to replace two water main river crossings of the Iowa River that were partially exposed in the flooding of June 2008, the Consultant shall perform design, bidding, and construction phase engineering services as defined in the scope of services as follows. NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. SCOPE OF SERVICES Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. Proiect Scopina Submit draft Agreement including scope of services, schedule, and fee. Receive City comments on draft Agreement, scope, schedule, and fee. 3. Revise and resubmit Agreement, scope, schedule, and fee based on City's comments. 4. Proceed with the project upon approval by City and receipt of signed Agreement. Preliminary and General Work Conduct a kickoff meeting with City to review the project scope, schedule, and fee, and to discuss key elements. 2. Conduct a kickoff meeting with HR Green project team to review the project scope, schedule, fee, and key elements. Collect maps, drawings, specifications, reports, and other pertinent information from City. 4. Perform design survey and base mapping services of the project areas, to include topographic and utility location surveying. 5. Geotechnical subsurface exploration and report were completed for the project prior to this Agreement. Geotechnical assistance regarding design and construction of the pipeline crossings will be provided by Terracon Consultants, Inc. as part of these Design Phase Services. 6. Provide project management throughout the project. -2- Design Phase Services Section IV Prepare construction drawings, anticipated as 7 sheets to include the following: 1. Cover Sheet with Index, Vicinity Map, and Location Map 2. Plan and Profile — Water Main River Crossing at Highway 6 3. Connection Details and Notes — Highway 6 4. Plan and Profile — Water Main River Crossing at Madison Street 5. Connection Details and Notes — Madison Street 6. Water Main Misc. Details and Notes 7. Water Main Misc. Details and Notes 2. Prepare construction specifications and contract documents. 3. Prepare an opinion of probable cost for the project at the 50% and 90% complete milestones. Perform cost trending to identify elements of the current design that have either increased or decreased the construction and /or engineering cost or time. 4. Perform QA/QC review of drawings, specifications, contract documents, and opinion of probable cost at the 50% and 90% complete milestones. 5. Submit 6 copies of the drawings, specifications, contract documents, and opinion of probable cost at the 50% and 90% complete milestones to City staff for review. Submit copies of review documents to City staff one week prior to each project status meeting. 6. Conduct project status meetings with City staff to review the 50% and 90% complete documents, discuss content and schedule of remaining work, and receive comments and approvals of these efforts. Incorporate City comments as agreed upon in the project status meetings. 7. Conduct project status meetings with University of Iowa staff to review the 50% and 90% complete documents, discuss content and schedule of remaining work, and receive comments and approvals of these efforts. Incorporate U of I comments as agreed upon in the project status meetings and confirmed by City. 8. Prepare final drawings, specifications, and contract documents incorporating comments as agreed upon in the 90% complete review meeting. 9. Provide a final opinion of probable cost for the project to file with the completed documents. 10. Furnish 6 copies of the final drawings, specifications, contract documents, and opinion of probable cost to City. 11. Prepare and submit permit applications necessary for approval of construction of the proposed improvements. These include IDNR Water Supply Construction Permit and IDNR /USACOE Joint Nationwide Permit for Construction in Floodplain. 12. Develop a final project schedule for advertisement, bidding, and construction completion. Bidding Phase Services Print the required number of drawings, specifications, and contract documents for distribution to prospective bidders, suppliers, and plan rooms for the project. Anticipated to be 40 sets of documents. -3- Section IV 2. Advertise for bids for the construction of the project by mailing an informal Notice of Project to prospective bidders and suppliers. City shall publish the legal Notice of Hearing and Letting for the project in a local newspaper. 3. Furnish copies of drawings, specifications, and contract documents to prospective bidders, suppliers, plan rooms, and other interested parties. 4. Receive and process deposits for bidding documents and maintain a record of parties to whom bidding documents have been issued. 5. Correspond with prospective bidders, suppliers, and other interested parties with questions and comments during the bid period. 6. Prepare and issue addenda as appropriate to interpret, clarify, or expand bidding documents. Coordinate and conduct a pre -bid meeting and distribute minutes of the meeting to all attendees. 8. Attend the bid opening and assist City with opening of bids. 9. Prepare bid tabulation sheets and distribute to City and all plan holders. 10. Assist City in evaluating bids and awarding a construction contract. Issue a Notice of Award to contractor. 11. Prepare construction contract documents and submit to contractor for completion. 12. Review and submit the executed contract documents to City for approval. Construction Phase Services 1. Coordinate and conduct a preconstruction conference with representatives of City, contractor, subcontractors, engineer, and other public and private utility companies, and distribute minutes of the meeting to all attendees. Issue a Notice to Proceed to contractor. 2. Establish control points and benchmarks for the contractor's use in his detailed staking of the project. 3. Review any necessary shop drawings, samples, and manufacturer's data furnished by contractor. The shop drawing reviews will be completed in accordance with the project specifications. 4. Provide general correspondence with City, contractor, subcontractors, and suppliers throughout the project duration, estimated as 4 -month construction duration. Act as City's representative, consult with and advise City, issue instructions to contractor, and have the authority to act on behalf of City. Interpret the intent of the drawings, specifications, and contract documents to protect City against defects and deficiencies in construction on the part of contractor, however, the Engineer cannot guarantee the performance of any contractor. Three hours per week for the estimated construction duration of 4 months, or 17 weeks, is planned. A total of 52 hours is budgeted. 5. Provide intermittent engineering review of the work of the contractor as construction progresses to ascertain that the contractor is conforming to the design concept. Two site visits per month by the project engineer are proposed during the 4 -month construction duration. A total of 64 hours and 8 trips are budgeted. Section IV 6. Provide routine resident project representative construction observation of the work of the contractor to assure proper verification of methods and materials used. Approximately half -time construction observation consisting of two -to -three days per week throughout the construction duration of 4 months, or 17 weeks, is proposed. A total of 344 hours and 43 trips are budgeted. 7. Attend regularly scheduled jobsite construction progress meetings conducted by the contractor, estimated at a frequency of once per month for the 4 -month construction duration included in the intermittent engineering review. 8. Review contractor's applications for monthly progress payments and final payment, and when approved submit to City for payment. Estimated at a frequency of once per month for the 4 -month construction duration. A total of 8 hours is budgeted. 9. Review contractor's requests for change orders, advise City of the merit and reasonableness of requests, and when finalized submit to City for approval. Estimated at a frequency of once per month for the 4 -month construction duration. A total of 8 hours is budgeted. 10. HR Green will not attend monthly City Council meetings for this project. City staff shall report on the progress of the project and present contractor's applications for payments and change orders for approval. 11. Submit to City a statement of substantial completion for the project. 12. Conduct one pre -final inspection and develop a punchlist of items remaining to be completed by contractor. Estimated as one trip by project engineer. A total of 8 hours and one trip are budgeted. 13. Conduct one final inspection to verify completion of punchlist items by contractor. A total of 8 hours and one trip are budgeted. 14. Submit to City a statement of final completion for the project, and obtain from City written final acceptance of the completed project. 15. Prepare record drawings based on construction records provided by contractor and reviewed by resident project representative construction observer. Provide to City both reproducible hard copy drawings and electronic AutoCAD files on CD. It. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. A. Signed Agreement and notice to proceed by: October 9, 2009 B. Preliminary work and information collection by: October 16, 2009 C. 50% complete review meeting by: November 6, 2009 D. 90% complete review meeting by: November 25, 2009 E. Submit final documents to City and IDNR by: December 4, 2009 F. Advertise for Bids by: December 4, 2009 G. Hearing and letting, bid opening, award contract by: January 8, 2010 H. Pre - construction conference, notice to proceed by: February 1, 2010 I. Project completion by: May 28, 2010 Ill. GENERAL TERMS 5- Section IV A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "not to exceed" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. ITA -6- Section IV K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep mylar reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. COMPENSATION FOR SERVICES Fee based on hourly rates plus reimbursable expenses according to the attached Billing Rate Schedule estimated not to exceed the amounts as follows in each phase of the project: • Design Phase, including Project Scoping and Preliminary and General Work $64,000.00 • Bidding Phase $11,000.00 • Construction Phase minus Resident Project Representative (Optional at the City's Request) $35,000.00 • Resident Project Representative Construction Observation • TOTAL Base Fee for Design Phase and Bidding Phase $75,000.00 • TOTAL Base Fee Plus Construction Phase minus RPR Option $110,000.00 • TOTAL Base Fee Plus Construction Phase including RPR Option $148,000.00 V. MISCELLANEOUS A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. 7- Section IV Date: 1k- ro8E"io, aco f ATTEST: 444,1, cJ pMarmskonsagnN.frm O.WROJ4529190J02WDMl Wgr- 092209 -lom City-Water Main River Crossings.do FOR THE CONSULTANT BY:��/ Title: Date: 9 • • °° • •• HOWARD R. GREEN COMPANY Billing Rate Schedule Effective January 1, 2009 Technician $50 to $80 Field Personnel $50 to $80 1 — Person w /GPS or Robotic Equipment $105 2 — Person Crew w /GPS or Robotic Equipment $155 Administrative $40 to $75 Reimbursable Expenses 1. All materials and supplies used in the performance of work on this project will be billed at cost plus 10 %. 2. Auto mileage will be reimbursed per the standard mileage reimbursement rate established by the Internal Revenue Service. Survey vehicle mileage will be reimbursed on the basis of $0.85 per mile. 3. Charges for sub - consultants will be billed at their invoice cost plus 15 %. 4. A rate of $6.00 will be charged per Howard R. Green labor hour for a technology and communication fee. 5. All other direct expenses will be invoiced at cost plus 10 %. 8710 Earhart Lane SW • Cedar Rapids, IA 52404 • PO Box 9009 • Cedar Rapids, IA 52409 -9009 319.841.4000 fax 319.841.4012 toll free 800.728.7805 www.hrgreen.com Billing Professional Services Rate Range Principal $185 to $225 Senior Professional $135 to $185 Professional $110 to $160 Junior Professional $80 to $110 Senior Technician $75 to $100 Technician $50 to $80 Field Personnel $50 to $80 1 — Person w /GPS or Robotic Equipment $105 2 — Person Crew w /GPS or Robotic Equipment $155 Administrative $40 to $75 Reimbursable Expenses 1. All materials and supplies used in the performance of work on this project will be billed at cost plus 10 %. 2. Auto mileage will be reimbursed per the standard mileage reimbursement rate established by the Internal Revenue Service. Survey vehicle mileage will be reimbursed on the basis of $0.85 per mile. 3. Charges for sub - consultants will be billed at their invoice cost plus 15 %. 4. A rate of $6.00 will be charged per Howard R. Green labor hour for a technology and communication fee. 5. All other direct expenses will be invoiced at cost plus 10 %. 8710 Earhart Lane SW • Cedar Rapids, IA 52404 • PO Box 9009 • Cedar Rapids, IA 52409 -9009 319.841.4000 fax 319.841.4012 toll free 800.728.7805 www.hrgreen.com ENGINEER'S ESTIMATE February 17, 2012 City Clerk City of Iowa City, Iowa Re: Iowa River Water Main Crossings Project Dear City Clerk: The estimate for this project is $290,470. Sincerely, Jason R. Havel, P.E. Civil Engineer I P 1 7lar" "III h ti � CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 -1826 (319) 356 -5000 (319) 356 -5009 FAX www.icgov.org c-> erI cv chi c-� I P 1 7lar" "III h ti � CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 -1826 (319) 356 -5000 (319) 356 -5009 FAX www.icgov.org Specification No. SPECIFICATIONS FOR IOWA RIVER WATER MAIN CROSSINGS IOWA CITY, IOWA 2012 OWNERSHIP OF DOCUMENT 0 This document, and the ideas and designs incorporated herein, as an instrument of professional service, is the property of HR Green and is not to be used, in whole or in part, for any other project without the written authorization of HR Green. __-1 CO rt� I This document, and the ideas and designs incorporated herein, as an instrument of professional service, is the property of HR Green and is not to be used, in whole or in part, for any other project without the written authorization of HR Green. HR Green Project No. 529190,102 Iowa River Water Main Crossings Iowa City, Iowa FESS /p I hereby certify that this engineering document was prepared by me or under my PO Nq Q C direct personal supervision and that I am a duly licensed Professional Engineer �Z an %d s o a /�$/� a NQ)wa./ Date: yO Z MARK A. �p��c( .y �^"L. MARK A. DUBEN, P.E. U-1 DUBEN m License No. 10800 p 10800 m a My renewal date Is December 31, 2013 /Ow Pages or sheets covered by this seal: p, Entire bound document. r -> 0 ra Cll HR Green Project No. 529190,102 SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET CERTIFICATIONS TABLE OF CONTENTS NOTICE OF PUBLIC HEARING ........... ............................... . NOTICE TO BIDDERS ............................ ............................... NOTE TO BIDDERS ................................ ............................... FORM OF PROPOSAL ........................... ............................... BIDBOND ............................................... ............................... FORM OF AGREEMENT ........................................ ....,.......... PERFORMANCE AND PAYMENT BOND ............................. CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS) .................. GENERAL CONDITIONS ........................ ............................... SUPPLEMENTARY CONDITIONS ......... ............................... Table of Contents Iowa River Water Main Crossings Iowa City, Iowa Page Number 00031 ............... CC -1 GC -1 SC -1 ti CJ w IV r�J HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa TECHNICAL SECTION DIVISION 1 — GENERAL REQUIREMENTS Section 00320 Geotechnical Data ................................ ............................... 00320 -1 Section 01025 Measurement and Payment ................. ............................... 01025 -1 Section 01100 Summary ................................. ............................... 01100 -1 Section 01300 Administrative Requirements ........ ............................... 01300 -1 Section 01310 Progress and Schedules ...................... ............................... 01310 -1 Section 01400 Quality Requirements .................. ............................... 01400 -1 Section 01500 Temporary Facilities and Controls ................................. 01500 -1 Section 01570 Traffic Control and Construction Facilities ........................... 01570 -1 Section 01600 Product Requirements ................. ............................... 01600 -1 Section 01700 Execution Requirements .............. ............................... 01700 -1 Section 01780 Closeout Submittals .................... ............................... 01780 -1 DIVISION 2 — SITE WORK Section 02050 Demolitions, Removals and Abandonments .. ...:::................ 02050 -1 Section 02100 Site Preparation ................................... ............................... 02100 -1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220 -1 Section 02270 Slope Protection and Erosion Control .. ............................... 02270 -1 Section 02317 Trenching for Site Utilities ............ ............................... 02317 -1 Section 02520 Portland Cement Concrete Paving..... ... ............................... 02520 -1 Section 02660 Water Distribution ................................. ............................... 02660 -1 Section 02730 Aggregate Surfacing ............................. ............................... 02730 -1 Section 02751 Directional Boring for Water Main ........ ............................... 02751 -1 Section 02900 Landscaping ........................................ ............................... 02900 -1 Table of Contents ti �i 17 e G N Table of Contents HR Green Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE IOWA RIVER WATER MAIN CROSSINGS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Iowa River Water Main Crossings Project in said city at 7:00 p.m, on the 6th day of March, 2012, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK ,!gym l�J N cn 00031 HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa NOTICE TO BIDDERS IOWA RIVER WATER MAIN CROSSINGS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29th day of March, 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 3rd day of April, 2012, or at special meeting called for that purpose. The Project will involve the following: 1280 feet of 12" HDPE directional bored water main beneath the Iowa River at two locations and 216 feet of additional 12" DIP water main for connection to existing water mains. All work is to be done in strict compliance with the plans and specifications prepared by HR Green, of Johnston, Iowa, which have E� heretofore been approved by the City_' r Council, and are on file for public° examination in the Office of the City Clerk. c r—m Each proposal shall be completed on a •ate form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a , corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be AF -1 HR Green Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the 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: Specified Start Date: April 20, 2012 Final Completion Date: September 15, 2012 Liquidated Damages: $1,000 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 HR Green, 5525 Merle Hay Road, Ste. 200, Johnston, Iowa 50131, by bona fide bidders. No fee is required for each set of plans and specifications provided to bidders or other interested persons. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of AF -2 rV HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 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 required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK } AF -3 HR Green Project No. 529190J02 NOTE TO BIDDERS Iowa River Water Main Crossings Iowa City, Iowa The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal NB-1 r' .. n o N �1 HR Green Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa FORM OF PROPOSAL IOWA RIVER WATER MAIN CROSSINGS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. 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 N O ca n� Fill FP -1 HR Green Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa Item No. Bid Item Descriptions Unit Estimated Quantity Unit Price Extended Price I General Requirements LS 1 $ $ 2 Traffic Control LS 1 $ $ 3 Concrete Sidewalk Removal SY 20 $ $ 4 Temporary Construction Fence and Tree Protection Fence LF 2,300 $ $ 5 Topsoil Strip, Salvage, and Spread LS 1 $ $ 6 Erosion Control - Silt Fence LF 1,100 $ $ 7 Concrete Sidewalk Replacement SY 20 $ $ 8 Water Main Pipe, 12" Ductile Iron LF 216 $ $ 9 Fittings, Ductile Iron Mechanical Joint LB 1,069 $ $ 10 Gate Valve and Box Assembly, 12" EA 7 $ $ 11 Tapping Sleeve and Valve, 20 "x12 ", Full Body Ductile Iron EA 1 $ $ 12 Fire Hydrant Assembly EA 3 $ $ 13 Tracer Wire Daylight Assembly EA 4 $ $ 14 Aggregate Surfacin TON 10 $ $ 15 Directional Boring and Drilling 12" HDPE River Crossings LF 1,280 $ $ 16 1 Seeding LS 1 $ $ Total of Bid Items 1 - 16 $ The basis of contract award, if awarded, will be the lowest responsive, responsible bidder of the total bid. The owner reserves the right to reject any and all bids. 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. �.V FP -2 HR Green Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa O►I as Principal, and I 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, for Iowa River Water Main Crossings 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 dOrNer a contract; in the form specified, and the Principal shall then furnish a bond fdr',.the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney -in -fact) Attach Power -of- Attorney :: HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 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 17'h day of February, 2012, for the Iowa River Water Main Crossings Project ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers , b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; fn f. Note to Bidders; g. Performance and Payment Bond; r b h. Restriction on Non- Resident Bidding on Non - Federal- Aid Projects, - rQ i. Contract Compliance Program (Anti- Discrimination Requirementh) j. Proposal and Bid Documents; k. This Instrument; I. Government - Mandated Provisions; AGA HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa M. Exhibit A; and n. Exhibit B. 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. 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 city ATTESTr.-, N day of 120 Mayor City Clerk AG -2 Contractor By (Title) ATTEST: (Company Official) Approved By: City Attorney's Office q c� r -i day of 120 Mayor City Clerk AG -2 Contractor By (Title) ATTEST: (Company Official) Approved By: City Attorney's Office HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa PERFORMANCE AND PAYMENT BOND as Principal, (insert the name and address or legal title of the Contractor) 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, lowT, 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 Iowa River Water Main Crossings Project; and , WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by HR Green, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient 17:.51 HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of Five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. 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 DAY OF 120 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) r. (Street) (City, State, Zip) (Phone) I]101 HR Green Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa lultske CITY OF IOWA CITY HR Green Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2 -3 -1. CC -1 HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 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. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sec.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 0 El 5. B Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? a _m, What is the name, telephone number and address of your business' Equal Employment Oppoil�unity Officer? (Please print) Phone number Address 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. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? CC -2 HR Green Project No. 529190JO2 Iowa River Water Main Crossings Iowa City, Iowa The above responses to questions 1 through 8' are true and uonncUv reflect our Equal Eomnkovmord Opportunity policies. Business Name Signature Print Name Phone Number Title Date � � m o n m � �Ki `o HR Green Project No. 529190,102 Iowa River Water Main Crossings Iowa City, Iowa SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment6pportutjity program. All employees authorized to hire, supervise, promote, or discharge employees or areimvolvedJn 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 Gab be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for ?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non - biased promotion, transfer and training policies to increase and /or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 HR Green Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa I'M 'od City of oy'4 CNN Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC-5 u r�o N CC-5 HR Green Project No. 529190,102 2 -3 -1 Iowa River Water Main Crossings Iowa City, Iowa r CHAPTER DISCRIMINATORY PRACTICES SECTION: I r.. 2 -3 -1 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 F `) 2 -3 -1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, 'sex or sexual orientation. (Ord. 03 -4105, 12 -16 -2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability; gender identity, marital status, national origin, face, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals_ are unwelcome, objectionable or not solicited for employment.or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95- 3697,11 -7 -1995) Iowa. City CC-6 HR Green Project No. 529190,102 Iowa River Water Main Crossings Iowa City, Iowa 2 -3 -1 2 -3 -1 D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the . employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by. the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall . be treated as such under any health or .temporary disability insurance or sick leave plan available in connection with employment or any 'written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor _ organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective 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 department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of of. the human Immunodeficiency virus to other persons in a specific occupation. F. .The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or . an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification .-(Ord. 94 -3647, 11 -8 -1994) 2. An employer or employment agency which chooses to V#er employment or advertise for employment. to only the ,disabl0c_, or Iowa City _ N r7 CC -7 ( HR Green Project No. 529190J02 2.3 -1 Iowa River Water Main Crossings Iowa City, Iowa 2 -3 -2 elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, 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 employment. 4. The employment of individuals to render personal .service to the person of the employer or members of the employer's family. (Ord. 94 -3647, 11 -8 -1994) 5. The employment 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 narrowly. (Ord. 03 -4105, 12- 16.2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide .public purpose. (Ord. 94 .3647, 11 -8 -1994) 7. The employment on the basis of disability in those certain instances where presence of disability 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 narrowly. (Ord. 03 -4105, 12 -16 -2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08 -4312, 8 -11 -2008) 2 -3 -2: PUBLIC ACCOMMODATION; EXCEPTIONS: A. It shall be unlawful for any person to deny any other person the full and equal enjoyment of the goods, services, facilities, privileges, advantages of any place of public accommodation because of age, color, creed, disability, gender identity, marital' status, national origin, race, religion, sex or sexual orientation. This section shall not apply to discounts for services or accommodations based upon agt< _(Ord. 00 -3950, 11.7 -2000) Vi L' - -r 'fttember 200ty 3 f Iowa City - ?7 ct� CC -8 HR Green Project No. 529190,102 GENERAL CONDITIONS Iowa River Water Main Crossings Iowa City, Iowa 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. Review document at: http: / /www.iowadot.gov /erl/ archives /2009 /april /GS /frames.htm GC -1 HR Green Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa 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 v 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 FEMA Special Conditions Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the [DOT 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 [DOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 HR Green Project No. 529190J02 S -3 INSURANCE. Iowa River Water Main Crossings Iowa City, Iowa Add to or change the following within 1107.02 of the ]DOT STANDARD SPECIFICATIONS: 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 Acidr6gat e f Bodily Injury & Property Damage* $1,000,000 $2,000 000 , _ Automobile Liability Combined in6le- Limit Bodily Injury & Property Damage $1,000,000: Excess Liability $1,000,000 $1,000,000 .. Workers 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. SC -2 HR Green Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa 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. 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 Contractor shall be required to obtain obligation hereunder. or is allowed to lapse during said period, replacement insurance coverage to fulfill its G. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage with the same limits, as the insurance specified in this Contract, and shall not be s0bject to any further limitations or exclusions, or have a higher deductible. or selflinsured retention than the insurance which it replaces. ;; J 5. The City reserves the right to waive any of the insurance requirements -ti _rein`provid�d,, The City also reserves the right to reject Contractor's insurance if not in c6nipliance" with the requirements herein provided, and on that basis to either award the contract 10 the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. SC -3 HR Green Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and 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 them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the [DOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this individual. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. y If no minority business enterprises (MBE) are utilized, the CONTRACTOR sW furnish documentation of all efforts to recruit MBE's. w y S -6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the [DOT STANDARD SPEC IFICATIONS; =,' The Contractor and all subcontractors shall comply with the requirements of 291CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does SC -4 HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. Contractor's and Subcontractor's employees working on this project must complete the City's Contractor Safety Program before work may begin. Contractors and Subcontractors performing construction, renovation, demolition, installation, maintenance or repair operations in or on Iowa City Water Division's property are responsible for ensuring that all of their employees, including Subcontractor employees, attend and pass a one -hour Water Division Contractor Safety Orientation Course prior to starting work. The purpose of this training program is to ensure that contractors are informed of the presence and type of hazards in or near their work areas at the Water Purification Treatment Plant facilities; are made aware of the Water Division's expectations regarding safety compliance and control of worksite hazards; and to ensure the safety of Water Division employees and public who may be in close proximity to Contractor operations. This site - specific Water Division Contract Safety Orientation Course is a computer -based training program that is presented and administered by Kirkwood Community College. The cost of the training is $35.00 per person and can be arranged by calling (319) 398 -7783 for the testing reservations. The contractor safety orientation training must be completed once every two years. Please note that the Water Division Contractor Safety Orientation Course is only available in an English- language version. If the Contractor or Subcontractor have any non - English speaking employees, the employer is responsible for providing translation of the training materials for their employees. Contact Kirkwood Community College in advance to make the appropriate arrangements if this is necessary. 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 arid!" afet ,of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and ag"reesto 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 page CC -1. SC -5 HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa S -9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S -10 TAXES. 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. Contractor to fill out application for sales tax exemption certificate on Page ST -1. 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 FEMA SPECIAL CONDITIONS Government - Mandated Provisions Because this project activity is funded in whole or in part by the Federal Goverrment,-or an Agency thereof, Federal Law requires that the City's contracts relating to the project inplude certain provisions. Depending upon the type of work or services provided and the dollar value of the resultant contract, some of the provisions set forth in this Section may not apply to the Contractor or to the work or services to be provided hereunder; however, the provisions are nonetheless set forth to cause this Contract to comply with Federal Law. Parenthetical comments in the following paragraphs are taken from 44 CFR § 13.36(i). A. Remedies. In the event that the Contractor defaults in the performance or observance of any covenant, agreement or obligation set forth in the Agreement, and if such default remains uncured for a period of one day after notice of default has been given by the City to Contractor, then City may take any one or more of the following steps, at its option: a. by mandamus or other suit, action or proceeding at law or in equity, require Contractor to perform its obligations and covenants hereunder, or enjoin any acts or things which may be unlawful or in violation of the rights of the City hereunder, or obtain damages caused to the City by any such default; b. have access to and inspect, examine and make copies of all books and records of Contractor which pertain to the project; c. make no further disbursements, and demand immediate repayment from Proposer of any funds previously disbursed under this Agreement; d. terminate this Agreement by delivering to Contractor a written notice of termination: and /or SC -6 HR Green Iowa River Water Main Crossings Project No, 529190J02 Iowa City, Iowa e. take whatever other action at law or in equity may be necessary or desirable to enforce the obligations and covenants of Contractor hereunder, including but not limited to the recovery of funds. No delay in enforcing the provisions hereof as to any breach or violation shall impair, damage or waive the right of City to enforce the same or to obtain relief against or recover for the continuation or repetition of such breach or violation or any similar breach or violation thereof at any later time or times. In the event City prevails against Contractor in a suit or other enforcement action hereunder, Contractor agrees to pay the reasonable attorneys' fees and expenses incurred by City. B. Termination for Cause and for Convenience. City may choose to terminate this Agreement at any time by delivering to Contractor one (1) day advance written notice of intent to terminate. C. Contractor shall comply with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity ", as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Chapter 60). (Applies to all construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees) D. Contractor shall comply with the Copeland "Anti- Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). (Applies tq-@11 contracts and subcontracts for construction or repair) E. Davis -Bacon Act does apply to this project. sr; p_7 F. Contractor shall comply with Sections 103 and 107 of the Contract Work —Ri purs.and Safety Standards Act (40 U.S.C. 327 -330) as supplemented by Departnie}'t_�f Labor j;'r J regulations (29 CFR Part 5). (Applies to construction contracts awarded by grantees - ti and subgrantees in excess of $2,000 and in excess of $2,500 for other contracts,which involve the employment of mechanics or laborers) G. Patent Rights and Copyrights. With respect to any discovery or invention which arises or is developed in the course of or under this Agreement, Contractor is responsible for complying with requirements pertaining to patent rights, as defined by the awarding agency. With respect to any publication, documents, or data that arises or is developed in the course of or under this Agreement, the Contractor is responsible for complying with requirements pertaining to copyright, as defined by the awarding agency. H. Access to Documents. Contractor shall exercise best efforts to maintain communication with City's personnel, whose involvement in the project is necessary or advisable for successful and timely completion of the work of the project, including but not limited to the closing of specific transactions. Communications between the parties shall be verbal or in writing, as requested by the parties or as directed by the subject matter to be addressed. During the term of the Agreement and for the ensuing record - retention period, Contractor shall make any or all project records available upon reasonable request, and in any event within two (2) business days of request, to City, Iowa Homeland Security and Emergency Management Division (HSEMD), the Federal Emergency Management Agency (FEMA), the Comptroller General of the United States, and any other agency of State or Federal government, or the duly authorized representatives of any of the foregoing, that has provided funding or oversight for the project, for the purpose of making audit, examination, excerpts and /or transcriptions. For purposes of this section, "records" means any and all books, documents, papers and records of any type or nature that are directly pertinent to this Agreement. SC -7 HR Green Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa Contractor agrees to furnish, upon termination of this Agreement and upon demand by the Applicant, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Contractor pursuant to this Agreement, without cost and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Contractor shall not be liable for City's use of such documents on other projects. I. Retention of Documents. Contractor shall maintain all project records for a minimum period of three (3) years after the date of final payment for services rendered under this Agreement. J. The Contractor shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 DFR Part 15). (Applies to contracts, subcontracts, and subgrants of amounts in excess of $100,000) K. Energy Efficiency Standards. The Contractor shall comply with mandatory standards and policies relating to energy efficiency that are contained in the State Energy Conservation Plan issued pursuant to the Energy Policy and Conservation Act (Pub. L. 94 -163, 90 Stat. 871). (53 FR 9078, 8087, Mar. 11, 1988, as amended at 60 CFR 19639, 19645, Apr. 19, 1995] a_J IV EXHIBIT "A" -c �d FEMA 44 CFR 13.36(1) procurement requirements: (i) Contract provisions. A grantee's and subgrantee's contracts mus[,contain - provisions in paragraph (i) of this section. Federal agencies are permitted to require' changes, remedies, changed conditions, access and records retention, suspension of work, and other clauses approved by the Office of Federal Procurement PAIR. (1) Administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. (Contracts more than the simplified acquisition threshold) (2) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) (3) Compliance with Executive Order 11246 of September 24, 1965, entitled Equal Employment Opportunity;' as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees) (4) Compliance with the Copeland � `Anti - Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). (All contracts and subgrants for construction or repair) (5) Compliance with the Davis -Bacon Act (40 U.S.C. 276a to 276a -7) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts in excess of $2000 awarded by grantees and subgrantees when required by Federal grant program legislation)* (6) Compliance with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess of $2000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers) (7) Notice of awarding agency requirements and regulations SC -8 HR Green Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa pertaining to reporting. (8) Notice of awarding agency requirements and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract. (9) Awarding agency requirements and regulations pertaining to copyrights and rights in data. (10) Access by the grantee, the subgrantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. (11) Retention of all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed. (12) Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000) (13) Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with' the Energy Policy and Conservation Act (Pub. L. 94 -163, 89 Stat. 871). [53 FR 8078, 8087, Mar. 11, 1988, as amended at 60 FR 19639, 19645, Apr. 19, 19951 EXHIBIT B N) Consultant (referred to as 'Provider" hereinafter) agrees to adhere to and follow all the requirements set forth in 44 CFR 13.36(1) as follows: (1) Administrative, contractual, or legal remedies in instances where Provider'violates -or breaches contract terms is set forth in Paragraph 5 above. (2) The Agreement may be terminated for cause and for convenience by either party as provided in Paragraph 5 above. Should the City terminate this Agreement, Provider shall be paid for all work and services performed up to the time of termination. Provider shall submit any claim for payment within thirty (30) days of termination, and the City shall not be obligated to reimburse Provider for any cost or expense for a claim submitted after thirty (30) days of termination. Provider shall return all abstracts to the City within ten (10) days of termination. (3) Provider shall comply with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees) (4) Provider shall comply with the Copeland "Anti- Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). (All contracts and subgrants for construction or repair) (5) Provider shall comply with the Davis -Bacon Act (40 U.S.C. 276a to 276a -7) as supplemented by Department of Labor regulations (29 CFR part 5). (Construction contracts in excess of $2000 awarded by grantees and subgrantees when required by Federal grant program legislation) (6) Provider shall comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess of $2000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers) SC -9 HR Green Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa (7) With respect to the City's requirements and regulations pertaining to reporting, Provider's only "report" requirement is to continue the abstract and to submit claims for reimbursement in the manner requested by the City. (8) The City has no requirements and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract. (9) The City has no regulation or requirement pertaining to copyrights and rights in data. (10) Provider shall provide access to the City, FEMA, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. (11) Provider shall retain all required records for three years after the City makes final payments and all other pending matters are closed. (12) Provider shall comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000) (13) Provider shall comply with the standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94 -163, 89 Stat. 871) (14) Upon signing this agreement, Provider acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. SC -10 HR Green Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa APPLICATION FOR SALES TAX EXEMPTION CERTIFICATE CITY OF IOWA CITY CITY PROJECT NAME: (Check One) PRIME CONTRACTOR NAME: ADDRESS: FEDERAL ID#: SUBCONTRACTOR DESCRIPTION OF WORK PERFORMED: ❑ Brickwork ❑ Carpentry ❑ Concrete ❑ Drywall- Plaster - Insulation ❑ Electrical ❑ Excavation/Grading 0 Flooring ❑ Heavy Construction ❑ Heating - Ventilating -Air Cond. ST -1 ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing- Siding -Sheet Metal ❑ Windows ❑ Wrecking - Demolition ❑ Other (Please specify) ;.3 7 3 Howard R. Green Company No. 529190,102 SECTION 00320 GEOTECHNICAL DATA A. Existing Subsurface Information Iowa River Water Main Crossings Iowa City, Iowa 1. The following subsurface investigation reports were completed for this project and are included herein. a. Terracon Geotechnical Engineering Reports (3 total) Madison St. Water Plant & Highway 6 Bridge Water Main Replacements Iowa River Crossings Iowa City, Iowa Terracon Project Number: 06095646.03 — n .0 GEOTECHNICAL DATA 00320- 1 1 l l _1 i i t _i 1 I 1 -J 1 SUBSURFACE EXPLORATION REPORT MADISON STREET WATER PLANT & HIGHWAY 6 BRIDGE WATER MAIN REPLACEMENTS IOWA RIVER CROSSINGS IOWA CITY, IOWA TERRACON PROJECT NO: 06095646.01 August 12, 2009 Prepared for: HOWARD R. GREEN COMPANY Johnston, Iowa Prepared by: Irerracon Consultants, Inc. Cedar Rapids, Iowa € : iA� 1 r-a r ^' - L.? 0 € : iA� 1 fi I August 12, 2009 Howard R. Green Company 5525 Merle Hay Road, Suite 200 Johnston, Iowa 50131 Attn: Mr. Mark Duben, P.E. RE: Subsurface Exploration Report ;r i Madison Street Water Plant and Highway 6 Bridge Water Main Replacements: Iowa River Crossings Iowa City, Iowa Terracon Project No. 06095646.01 Dear Mr. Duben: �J rI N -n tm -0 c.? 0 Terracon Consultants, Inc (Terracon) has completed the subsurface exploration for the proposed Madison Street Water Plant and Highway 6 Bridge Water Main Replacements at the Iowa River crossings in Iowa City, Iowa. This report describes the subsurface conditions encountered in our borings performed at the project site, and presents the test data. Geotechnical recommendations regarding design and construction of the pipeline crossings was not part of our scope of services, but can be provided upon request. We appreciate the opportunity to be of service to you during the design phase of your project, and look forward in assisting you during the construction phase. If you have any questions concerning the attached report, or if we may be of further service to you, please 1 contact us. Sincerely, `) 1rmrrat_on Consultants, Inc. Thomas W. Sherman, M.S., RE Geotechnical Engineer 'FW5/ BFG1sab:/ N: 1Proiecls\2009 1060956461wp106095646.01.doc Enclosures Copies to: Addressee (3) t Terracon Consultants, Inc. 2339 Heinz Road, Unit H Iowa City, Iowa 52240 J - P [3191 68B 3007 F 131916883008 terracon.com TABLE OF CONTENTS COVERLETTER ......................................................................................... ............................... INTRODUCTION.................................................................................... ............................... 1 PROJECTINFORMATION ..................................................................... ............................... 1 SITE EXPLORATION PROCEDURES ................................................... ............................... 1 FIELDEXPLORATION ............................................................................. ............................... 1 LABORATORY TESTING ......................................................................... ............................... 3 SUBSURFACE CONDITIONS .................... .................... ....................................................... 3 SOIL & ROCK CONDITIONS .................................................................... ............................... 3 GROUNDWATER CONDITIONS ................................................................ ............................... 4 GENERAL COMMENTS ........................................................................ ............................... 5 APPENDIX A BORING LOCATION DIAGRAMS SUBSURFACE SOIL PROFILES BORING LOGS GRAIN SIZE DISTRIBUTION GENERAL NOTES UNIFIED SOIL CLASSIFICATION SYSTEM u ^� SEDIMENTARY ROCK CLASSIFICATION rrl _ `Wa 7J c- _I SUBSURFACE EXPLORATION REPORT MADISON STREET WATER PLANT & HIGHWAY 6 BRIDGE WATER MAIN REPLACEMENTS IOWA RIVER CROSSINGS IOWA CITY, IOWA _ I T1 o TERRACON PROJECT NO: 06095646.01 August 12, 2009 INTRODUCTION Terracon Consultants, Inc. (Terracon) has completed the subsurface exploration for the replacement Iowa River pipeline crossings in Iowa City, Iowa. As requested, ten (10) f borings were performed on the project sites. The individual boring logs and Boring Location Diagrams are attached to this report. The purpose of this report is to describe the subsurface conditions encountered In our borings, and present the test data. Geotechnical recommendations regarding design and construction of the pipeline crossings was not part l of our scope of services, but can be provided upon request. PROJECT INFORMATION We understand the Flooding in June 2008 caused extensive scouring of the soils near two, 12 -inch water mains which cross the Iowa River near Madison Street and south of the Highway 6 Bridge, respectively, in Iowa City, Iowa. As a result of the-scouring, the water lines will be replaced. It is anticipated Horizontal Directional Drilling (HDD) procedures will be utilized to install the pipes at the new river crossings, SITE EXPLORATION PROCEDURES Field Exploration As requested, our field exploration consisted of performing ten (10) borings; with five (6) borings performed at each project site. Four (4) of the borings were performed near the expected HDD entry and exit points, while the remaining six (6) borings were performed in the Iowa River from a barge along the proposed HDD alignments. The borings were extended to depths ranging from about 29 to 46'/2 feet below either the existing grades or the river surface. Due to practical auger refusal being encountered on a concrete j obstruction at a shallow depth at the planned location of Boring 10; two offset borings (B -10A j and B -10B) were also performed, with the approximate offset distances being noted on the boring logs. Madison Street Water Plant and Highway 6 Bridge Water Main Replacements lferrarorn Iowa City, Iowa Terracon Project No. 06095646.01 August 12, 2009 The baring locations were selected and laid out in the field by Terracon personnel. Distances from the boring locations, to the reference stakes provided by the client, shown on the attached diagram are approximate and were located by estimating right angles and using a cloth tape. The approximate boring locations are indicated on the attached Boring Location Diagram. The ground surface elevations indicated on the boring logs are also approximate (rounded to the nearest '/Z foot), and were obtained with level and rod. The boring elevations were referenced to the elevations on the stakes provided by the client. The locations and elevations of the borings should be considered accurate only to the degree implied by the means and methods used to define them. The borings were drilled with a track - mounted, rotary drilling rig. The land borings were advanced using continuous flight, hollow- stemmed augers and a mud -rotary drilling procedure. The river borings were performed by mounting the drill rig on a barge and extending casing into the soils below the river bottom, then advancing the borings with the mud -rotary procedure. Soil and highly weathered bedrock samples were obtained using split - barrel sampling 1 procedures. In the split - barrel sampling procedure, a standard 2 -Inch O.D. split - barrel sampling spoon is driven into the ground with a 140 -pound hammer falling a distance of 30 inches. ACME automatic SPT hammer was used to advance the split - barrel sampler in the borings performed for this project. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18 -inch penetration is recorded as the standard penetration resistance value. These values are Indicated on the boring logs at the corresponding depths of occurrence. The samples were sealed and returned to the laboratory for testing and classification. After practical split - barrel sampler and /or auger refusal occurred in the river borings, the borings were advanced an additional 10 feet Into the underlying bedrock with an NX size diamond bit core barrel. Following rock coring, the boreholes were backfilled with a bentonite based grout. Field logs of the borings were prepared by the drill crew. Each log included visual classification of the materials encountered during drilling as well as the driller's interpretation 1 of the subsurface conditions between samples. The boring logs included with this report represent an interpretation of the field logs by a geotechnlcal engineer and include modifications based on laboratory observation and tests on select samples. C? co [Da --I�> __J _rr 2 GJ Madison Street Water Plant and Highway 6 Bridge Water Main Replacements li'erranbn Iowa City, Iowa Terracon Project No. 06095646.01 August 12, 2009 Laboratory Testing Soil samples were tested in the laboratory to measure their natural water contents. A hand penetrometer was used to estimate the unconfined compressive strength of some cohesive samples. The hand penetrometer provides a better estimate of soil consistency than visual examination alone. Atterberg limits (liquid and plastic) were performed on five (5) samples and eight (8) grain size analyses were performed. The density and unconfined compressive strength of eleven (11) selected portions of the rock cores were obtained. The results of the laboratory tests are shown on the boring logs, adjacent to the soil profiles, at their corresponding sample depths and /or in Appendix A. As a part of the laboratory testing program, the soil samples were classified in the laboratory based on visual observation, texture, plasticity, and the limited laboratory testing described above. Additional testing could be performed to more accurately classify the samples. Portions of the recovered samples were placed in jars, and the samples will be retained for at least 1 month in case additional testing Is requested. The soil descriptions presented on the boring logs for native soils are in accordance with our enclosed General Notes and 1 Unified Soil Classification System (USCS). The estimated group symbol for the USCS is 1 also shown on the boring logs, and a brief description of the Unified System is attached to _ this report. Classification of rock materials is in accordance with the enclosed General Notes and hgsbeen estimated from visual observations of both disturbed and core samples. Petrographic analysis may indicate other rock types. SUBSURFACE CONDITIONS Jj Soil & Rock Conditions m w Subsurface conditions encountered at the boring locations are indicated on the att ached boring logs. Stratification boundaries on the boring logs represent the approximate depths of changes in material types. In -situ, the transition between materials may be gradual. Please review the attached boring logs for a detailed description of the conditions encountered at the Individual boring locations. Based on the data and conditions encountered in the borings, subsurface conditions at the site can be generalized as follows. I All depths discussed in the following paragraphs are referenced below existing grade. 3 I i i Madison Street Water Plant and Highway 6 Bridge Water Main Replacements 7fei- anon Iowa City, Iowa Terracon Project No 06095646.01 August 12, 2009 U.S. Highway 6 Bridge Crossing (Boring 1 to Boring 5): <- D Approximately 2 feet of dark brown, silty clay was present at the surface of the land borings (Borings 4 and 5), below which gray, soft, lean clay with sand extended to depths ranging from about 8 to 9 feet. Below this and the Iowa River bottom in Borings 1 to 3, interbedded strata of brown and gray, very loose to medium dense, fine to coarse sand, silty sand, gravelly sand, clayey sand, silty gravel and sandy gravel, and very soft to stiff, lean to fat clay and fat clay were encountered to depths ranging from about 311/2 to 41 feet. In Boring 5, glacial till comprised of gray, very stiff, sandy lean clay was present between depths of about 37 to 44'/ feet. Beneath the overburden soils, gray, highly weathered limestone was present to the bottom of Borings 4 and 5 and to about 32 feet in Boring 2. Gray, hard, moderately weathered limestone with very thin bedding, and very close to close joints was than present in Boring 2 and below the soils in Borings 1 and 3, and continued to the bottom of the boreholes. Madison Street Water Plant Crossing (Boring 6 to Borinq 1013): Fill was encountered at the surface of the land borings (Borings 9 to 10B) and extended to depths of about 9 feet in Boring 9, 4 feet in Boring 10B, and to practical auger refusal on a concrete obstruction at depths of about 41/2 to 5 feet in Borings 10 and 10A. The fill was comprised of gray and dark brown, sandy lean clay. In Borings 9 and 10B, dark gray and gray, soft, lean to fat clay and fat clay were then present to depths of about 22 and 12'/ feet, respectively. Below the Iowa River bottom in Borings 6 to 8 and the native clay in Borings 9 and 106, brown, gray and dark gray, loose to medium dense, fine to medium sand, fine to coarse sand, clayey sand, gravelly sand, sandy gravel and cobbles were present to depths ranging from about 26'/2 to 441/2 feet. Borings 9 and 10B terminated at auger refusal in highly weathered and broken limestone. In Borings 6 to 8, gray, hard, moderately i weathered, limestone with very thin bedding and very close to close joints was encountered below the overburden soils and continued to the bottom of the borings. Groundwater Conditions The four land borings were observed during drilling operations for the presence and level of groundwater. Water was observed at depths ranging from about 8 to 11 feet at these times. Due to the use of the mud -rotary drilling procedure that introduces drilling fluid into the boreholes, water levels following the completion of drilling are not considered representative and are not recorded. For safety reasons, the land boreholes were backfilled upon { completion. __I 9 Madison Street Water Plant and Highway 6 Bridge Water Main Replacements lferracon Iowa City, Iowa Terracon Project No. 06095646.01 August 12,2009 Long term observations in cased holes or piezometers would be necessary to better evaluate the groundwater conditions and potential for water level fluctuations. Fluctuations of the groundwater level will occur due to seasonal variations in rainfall, runoff, Iowa River stage and other factors not evident at the time the borings were performed. In addition, perched water can develop in the higher permeability soils overlying lower permeability soils or within variable existing At materials following periods of heavy or prolonged precipitation. Therefore, groundwater levels during construction or at other times in the future may be f higher or lower than the levels indicated on the boring logs. As such, groundwater level fluctuations should be considered when developing the design and construction plans for the project. GENERAL COMMENTS The scope of services for this project does not include either specifically or by implication j any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be I undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes in the nature, design, or location of the project as outlined in this report are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies A or modifies the conclusions of this report in writing. A Q5 ti '�. A 90 / z d »: i . ^: < \\ ) § o /% \\ Pq LA \ U) / ®gVe/ «\2 _- \]/ �z �.w :2:2y� �- »� - a - ©d :« � �< d « }e o �� § o /% \\ Pq LA /m U) �z `o m rn Q N O Q W N AI O N Z C9 D ' 5 �g0 LU d.. - iF ` O of (3 N Li 4 s North Madison Street z z O N o ��€ o m U) s EP5 00. �� •f :.� f O •� - i Me,. .' -- Ru rc}- t0 @ Z (n CD J .� ..� I , \1 ( \\ � » 6 2 \1 ( \\ � » \ j �| I � � )� :� \/ - §a ED ) /) m \ / :, : } { } } { } } } } } } \ AeAgI a I � � )� :� LOG OF BORING NO. 1 Page 1 of OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS DESCRIPTION m } e W° o n r i m > z� aw zW zW w W v W w d� 60 oft Z� 2i�- ce Approx. Surface Elev.: 632 ft 0 .n z p m mm 30 0a 7m DU) CASIl G WATER 112 5 10 CJ 620 SP 1 SS 10 10 11 WB FINE TO COARSE SAND. 1s TRACE SILT & GRAVEL, Brown, Loose to Medium Dense SP 2 SS 12 9 14 WB 20 27 611 LEAN TO FAT CLAY, TRACE SAND. LIC 3 SS 14 6 30 '1500 Gray, Medium Stiff WB 25 27 6051 GP 4 SS 3 17 10 SANDY GRAVEL. TRACE SILT WB i .Q'- Gray, Medium Dense U D.�rt Continued Next Page 3s The stratification lines represent the approximate boundary lines *Calibrated Hand Penetrometer between sell and rock types: In -situ, the hansitlon may be gradual. "CME 740H SPT automatic hammer WATER LEVEL OBSERVATIONS, It BORING STARTED 7 -20 -09 0 WD BORING 72052 WL Y Y GCOMP977EFOREMAN $ WL APPROVED TWS JOB# 06095646 1 I LOG OF BORING NO. 1 Page 2of2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITEBy Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa I Water Main Crossings Replacements DESCRIPTION _U Y a_ w at about 31'/: feet. " MODERATELY WEATHERED LIMESTONE, Gray, Hard, Very Thin Bedding, Close Joints, Solid BOTTOM OF BORING ` Classification estimated from visual examination of core samples. Petrographic analysis may reveal other rock types. oa W = z� LL� z OW or 162 10,850 164 11,550 ry N I 'rl lx7 j[ _ 'IV • ,.7 Tl CJ The stratification lines represent the approximate boundary lines 'Calibrated Hand Penelmmeter hetvreen soil and rock types: In -sllu, the transition may be gradual. •-CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, it BORING STARTED 7 -20 -09 WL �0 WD �� BORING COMPLETED 7 -20 -09 r WL Y RIG 977 FOREMAN SZ x WL APPROVED TWS JOB# 06095646 0 o = e oa w t z z W T tz- r}n w m w z 3 w z OW U1 to z w a� �O S=- W z� a W Wm 30 00 �m WB 5 SS 0 i 50/1" 11 R1 DB 98% ROD NX 53% oa W = z� LL� z OW or 162 10,850 164 11,550 ry N I 'rl lx7 j[ _ 'IV • ,.7 Tl CJ The stratification lines represent the approximate boundary lines 'Calibrated Hand Penelmmeter hetvreen soil and rock types: In -sllu, the transition may be gradual. •-CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, it BORING STARTED 7 -20 -09 WL �0 WD �� BORING COMPLETED 7 -20 -09 r WL Y RIG 977 FOREMAN SZ x WL APPROVED TWS JOB# 06095646 LOG OF BORING NO. 2 Page 1 of 2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hvq. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS 0 ° DESCRIPTION 0 E U x T W 1 Z F � Fz 1�x Approx. Surface Elev.: 632 ft a o 0 n z a v rr Ho vim � o >- o a C SI G WATER °S 3 5 t rr , 10 CJ 12 620 SP 1 SS 0 2 WE FINE TO COARSE SAND, 15 TRACE SILT & GRAVEL, Brown, Very Loose to Medium Dense 2 SS B 10 12 WE 20 ICH 21 611 LL =52 3 SS 14 5 31 '2500 PI =33 WB FAT CLAY, TRACE SAND, Gray, Stiff 25 CH 4 SS 18 7 34 3000 0 W 8 z z 0 Continued Next Page 30 p The stratification (Ines represent the approximate boundary Ilnes 'Calibrated Hand Penetrometer between soil and rock types: imsihr, the transition may be gradual. "CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, it BORING STARTED 7 -20 -09 U0 WLV0 WD� BORING COMPLETED 7 -20 -09 WL Y Y RIG 977 FOREMAN SZ m WL APPROVED TWS JOB# 06095646 WEATHERED LIMESTONE " MODERATELY WEATHERED LIMESTONE, Gray, Hard, Very Thin Bedding, Very Close to Close Joints, Solid "' Classification estimated from visual examination of core samples. Petrographic analysis may reveal other rock types. I NX I 1 127% 0 U O W The stratification lines represent the approximate boundary lines between soil and rock types: In -sllu, the transition may he gradual. WATER LEVEL OBSERVATIONS, it a WL ?40 WD Y Werracon WL Y g WL 1651 1 11.100 LOG OF BORING NO, 2 C� PaEp oof 2 OWNER N ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS DESCRIPTION m U = .t } m D: W t Z z ��y, z FI. Q U w i > v zyr ¢w �z Y z am z(7 Z }a} K 1-O Nm U O¢ 5w U'r Zr - I- 5w WEATHERED LIMESTONE " MODERATELY WEATHERED LIMESTONE, Gray, Hard, Very Thin Bedding, Very Close to Close Joints, Solid "' Classification estimated from visual examination of core samples. Petrographic analysis may reveal other rock types. I NX I 1 127% 0 U O W The stratification lines represent the approximate boundary lines between soil and rock types: In -sllu, the transition may he gradual. WATER LEVEL OBSERVATIONS, it a WL ?40 WD Y Werracon WL Y g WL 1651 1 11.100 'Calibrated Hand Penetrometer "CME 14UH SPT automatic hammer BORING STARTED 7 -20 -09 BORING COMPLETED 7 -20 -09 RIG 977 FOREMAN Sz APPROVED TWS JOB # 060956461 h� C� N C:O 'Calibrated Hand Penetrometer "CME 14UH SPT automatic hammer BORING STARTED 7 -20 -09 BORING COMPLETED 7 -20 -09 RIG 977 FOREMAN Sz APPROVED TWS JOB # 060956461 1 1 i i 1 _l l 1 LOG OF BORING NO. 3 Page 1 oft OWNER ENGINEER City of Iowa City I Howard R. Green Company I SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT I Iowa City, Iowa I Water Main Crossings Renlacements 0 cn DESCRIPTION Approx. Surface Elev.: 632 it a v o } m v D w z w u- r > O U it t P zrn 3 O urm F o:w wz �:d Z r oa zF zz ow no zF zz (w n� G\Slt G WATER 5 r_ T1 �y 11 521 SP 1 SS 0 Z� GRAVELLY FINE TO COARSE SAND, TRACE SILT, Gray Brown, Very Loose 14 LEAN TO FAT CLAY, TRACE SAND, Gray, Medium Stiff to Very Soft Gray, "500 The stratification Imes represent the appr"male boundary lines 'Calibrated Hand Penetrometer between soli and rock types: in -situ, the transition may he gradual. "CME 140H SPT auiomallo hammer WATER LEVEL OBSERVATIONS, ft BORING STARTED 7 -20 -09 j WL Y 0 WD Y �� BORING COMPLETED 7 -20-09 RIG 977 FOREMAN Sz WL APPROVED TWS I JOB # 06095646 F c l= Q LOG OF BORING NO. 3 Page 2of2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS DESCRIPTION m r W a W r— a 3 w w o v j }d v d° <o >- oN Oaf WB CLAYEY FINE TO COARSE GRAVEL. TRACESAND, Gray, Medium Dense GC 5 SS $ 16 2$ 35 597 35 11,390 NB Practical Auger Refusal at about 35 feet. MODERATELY WEATHERED LIMESTONE, Gray, Hard, Very Thin R1 NX DB 000/ ROD 65% 163 Bedding, Very Close to Close Joints, Solid 45 587 BOTTOM OF BORING 40- 45 163 14,760 "• Classification estimated from visual examination of core samples. Petrographic analysis may reveal other o rock types. Note: WOH = split - barrel sampler I- advanced under dead weight of SPT hammer. J i i The slratirication lines represent the approftale baundary (Ines *Calibrated Hand Penelmmeter between sell and rack types: in -situ, the Iransiflon may be gradual. CME 140H SPT aulamatla hammer WATER LEVEL OBSERVATIONS, ft ra ARTED 7 -20-09 WL R O Wp Y MPLETED 7 -20 -09 t WL Y 977 FOREMAN SZ WL TWS JOB # 06095646 Ii 1 j LEANS LiAY WITH SAND. I 5 CL 1 SS 14 4 23 '1000 LL =27 P1 =11 SILTY FINE TO COARSE SAND, Brown, Loose FINE TO COARSE SAND, TRACE GRAVEL & SILT, Brown, Medium Dense 1 g 2 ISS1121 7 10 1 10 1 16 SP "124 17 - r25 614.5 25 1 WB AT CLAY. TRACE SAND, m Stiff UC fi 55 74 5 39' `1500 Continued Next Page so u. The sbatlffcation lines represent the appm>imale boundary lines 'Calibrated and Penetrometer between soil and rock types: in -situ, the transition may be gradual. —CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, it IMI 7 -21 -09 WL 711 WS -1 7 -21 -09 L WL 2 N Sz WL 06095646 LOG OF BORING NO, 4 Page 1 oft OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS DESCRIPTION F Z 2 4. W m wry > ZV) a:W Z Z� W 0 W O w to Z ¢O } 0z o Approx. Surface Elev.: 639.5 ft 0 D z � 0_� w m 3 0 o'� ❑ a zt_ D W LEANS LiAY WITH SAND. I 5 CL 1 SS 14 4 23 '1000 LL =27 P1 =11 SILTY FINE TO COARSE SAND, Brown, Loose FINE TO COARSE SAND, TRACE GRAVEL & SILT, Brown, Medium Dense 1 g 2 ISS1121 7 10 1 10 1 16 SP "124 17 - r25 614.5 25 1 WB AT CLAY. TRACE SAND, m Stiff UC fi 55 74 5 39' `1500 Continued Next Page so u. The sbatlffcation lines represent the appm>imale boundary lines 'Calibrated and Penetrometer between soil and rock types: in -situ, the transition may be gradual. —CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, it IMI 7 -21 -09 WL 711 WS -1 7 -21 -09 L WL 2 N Sz WL 06095646 LOG OF BORING NO. 4 Page 2 of 2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITEBy Madison St. Water Plant $ Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements ' SAMPLES TESTS 1 DESCRIPTION J o �. } T:D W� I Z C d V O Z� WZ } OW W � W 09 ZF LEAN TO FAT CLAY. TRACE SAND, Gray, Medium Stiff 32 607.5 SILTY FINE TO MEDIUM SAND , Gray, Medium Dense SM 7 SS 10 12 33 36 E03.5 35 WB FINE TO COARSE SAND, TRACE GRAVEL, Brown, Dense SP 8 SS 10 31 14 ssas q0 WB 42 **" HIGHLY WEATHERED LIMESTONE ss7.s Practical Auger Refusal at abcut 42 feet BOTTOM OF BORING * Classification estimated From disturbed samples. Core samples and petrographic analysis may reveal other rock types. Note: LL--Liquid Limit, PI = Plasticity Index rt rt -el W a _ a' 0 i 0 ¢U K tr F The slratificallon lines represent the approximate boundary lines •Calibrated Hand Penetrometer behveen soil and mck types: in -situ, the transition may be gradual. '•CME'140H SP7 automatic hammer WATER LEVEL OBSERVATIONS, It BORING STARTED 7_21_09 o WL -7 11 WS Y BORING COMPLETED 7 -21 -09 WL Y Y r RIG 977 FOREMAN SZ ° WL m APPROVED TWS JOB # 06095646 LOG OF BORING NO. 5 Page 1 of 2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS DESCRIPTION m cr 10 r W i= E z r- sa : rn m w ro w > o zw 3 XLa z zro , ow Approx. Surface Elev.: 637.5 ft o z W w m 3 p 6 Din SILTY CLAY WITH SAND, HS 2 Dark Brown 635.5 SANDY LEAN CLAY, Gray, Soft CL 1 SS 12 3 26 1000 5 HS 6 629.5 s SP 2 SS 16 3 19 10 WB FINE TO COARSE SAND, TRACE SILT & GRAVEL, Brown, Very Loose to Medium Dense SP 3 SS 4 7 25 15 WE SP 4 SS 16 25 17 29 WB 22 675.5 SILTY FINE TO COARSE SAND SM 5 SS 12 18 22, r4� - TRACE GRAVEL, Brown, Medium Dense 25 WB • 28 699.5 F e SILTY GRAVEL WITH SAND, GM 6 SS 18 63 12 o Brown Gray, Very Dense ,_) p w Continued Next Page 30 The stratification lines represent the approximate boundary lines *Calibrated Hand Penetrometer between sail and rock types: In -situ, the transition may be gradual. "CME 140H SPT automatic hammer i WATER LEVEL OBSERVATIONS, ft BORING STARTED 7 -21 -09 L 9 WS gpqh BORING COMPLETED 7 -21 -09 L F Y r RIG 977 FOREMAN Sz WL APPROVED TWS JOB# 06095645 i LOG OF BORING NO. 5 Page 2 of 2 l OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS DESCRIPTION J m i °w _ _ N w 1� zur F aw C z ZF z0 0- 3 0w w N 7 a r w 0-� Qp W z� o z T mm 3v orl �m WB SILTY GRAVEL WITH SAND, Brown Gray, Very Dense GM 7 SS 16 70 16 W B 37 600.5 145.5 SANDY LEAN CLAY, TRACE GRAVEL CL 8 SS 18 17 15 *60D0 WITH OCCASIONAL SAND SEAMS 4o Gray, Very Stiff WB 4.5 593 CL 9 SS 17 35 6 13 45 r 1016" *.. HIGHLY WEATHERED LIMESTONE 592 Practical Auger Refusal at about 451/2 feet. BOTTOM OF BORING ` Classification estimated from disturbed samples. Core samples and petrographic analysis may reveal other rock types. --r 1,T AI In i a V K W .�, The stratification lines represent the approximate boundary lines 'Calibrated Hand Penetrometer behveen sell and rock types: In -situ, the tmnsitbn may be gradual. "CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, ft Y g W6 Y-_ Y BORING STARTED 7 -21 -09 7 -21 -09 Sz o WL BORING RIG COMPLETED 977 FOREMAN o WL m WL APPROVED TWS I JOB # 06095646 i LOG OF BORING NO. 6 Pagel of OWNER ENGINEER City of Iowa City I Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City. Iowa Water Main Crossinas Replacements C7 b = ❑¢ ❑o DESCRIPTION Zz z U T rn w zrir rc? z zZ an 7 n_ 0 QO O� OF r7 Approx. Surface Elev.: 641 it W ❑ W D z W m d� Won 3❑ K� ❑ a MW Do WB WATER s CLAYEY FINE TO COARSE SAND. TRACE GRAVEL, Brown, Loose FINE TO COARSE SAND, TRACE SILT & GRAVEL, Gray, Medium Dense FINE TO COARSE SAND WITH GRAVEL, TRACE SILT Brown, Medium Dense 101 12 1 23 c,� N _;_'_' FINE TO COARSE SAND WITH SP 4 SS 10 12 1 19 } GRAVEL. TRACE SILT, Brown and Gray, Medium Dense z W ° Continued Next Page 30 The slratlrication Imes represent the approAmale boundary Gnes 'Calibrated Hand Penetrometer between soil and rack types: In -situ, the transWon may be gradual. "CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, ft BORING STARTED 7 -22 -09 WL Q 0 WD $ Irerracon BORING COMPLETED J7-22-09 WL Y Y RIG 977 FOREMAN n WL APPROVED TWS JOB # 0 c u u a LOG OF BORING NO. 6 Page 2of2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Ma Crossings Replacements SAMPLES TESTS 0 DESCRIPTION O � F na an z� z� Y Nm K W o 1 �- Z wor LL U, of LL U, Car w}} raZ3 r�9 0 7 z F K .1 nn ZN 7F •'•' 31 610 WB 5,650 Practical Auger Refusal at about 31 feet. MODERATELY WEATHERED R1 NX DB 100°, .ROD 51% 164 LIMESTONE, Gray, Hard, Very Thin 35 Bedding, Very Close to Close Joints, Solid 40 166 14,970 41 600 BOTTOM OF BORING *" Classification estimated from visual examination of core samples, Petrographic analysis may reveal other rock types. c, -4 1-= r.i 3 S i The shatlfication lines represent the approAmate boundary lines 'Calibrated Hand Penetrometer between sell and rack types: In -situ, the transition may he gradual. "CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, it BORING STARTED 7 -22 -09 WL V 0 WD Y BORING COMPLETED 7 -22 -09 WL Y Y RIG 9771 FOREMAN SZ WL APPROVED TWSIJ013# 06095646 i r i i I 1 I II I r _1 i j OWNER SITEBy. II I � 0 9 0 ADOrc LOG OF BORING NO. 7 ENGINEER City of Iowa City St. Water Plant & Hwy. 6 Bridge Iowa Clty. Iowa DESCRIPTION Surface Elev.: WATER FINE TO MEDIUM SAND, TRACES[ Brown, Loose FINE TO COARSE SAND, TRACE SILT & GRAVEL, Brown, Loose to Medium Dense x Continued Next Page L The stratificatlon lines represent the appruAmate boundary lines between sell and rock types: In -situ, the transition may be gradual WATER LEVEL OBSERVATIONS, It of 21 Water Main Crossings Replacements SAMPLES TESTS J m o wH w z3 ow ow d U 2 7 a U FU 1-Z a0 Y Ux Urt W W }} w RJ KU Z}- ZF- ❑ 7 z r- K Wm 3U oa 5! ®• � � ® � & �^� � �� erg;, I'm . E 10 i 23 'Calibrated Hand Penetrometer "CME 140H SPT automatic hammer BORING STARTED 7 -22 -09 BORING COMPLETED 7 -22 -09 RIG 977 FOREMAN SZ APPROVED TWS JOB# 06095646 LOG OF BORING NO. 7 Page 2 of 2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS U DESCRIPTION 0 0 = > D a Li p a III U _ } n K In W i Z Z LLC7 '=(fi W W O U) Z }a In a� Q0 K6 OF OI- t- K Won � 0 0 ¢ D e) � Ul OARSE SAND, TRACE SILT WB L, Brown, Medium Dense 609.5 uger Refusal at about 31A feet. R1 DB 95% ROD NX 47% RATELY WEATHERED NE, Gray, Hard, Very Thin 35 164 8,990 ery Close to Close Joints, Solid F 40 599.5 166 14,520 BOTTOM OF BORING * ** Classification estimated from visual examination of core samples. Petrographic analysis may reveal other rock types. :t s z D QU K tt W The stratification lines represent the appm>omate boundary lines *Calibmted Hand Penetrometer between sell and rock types: in -situ, the Iransillon may be gradual. * *CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, it BORING STARTED 7 -22 -09 o WL s 0 WD Y BORING COMPLETED 7 -22 -09 o WL Y RIG 977 FOREMAN SZ m WL APPROVED TWS JOBS/ O6646 WATER E FINE TO MEDIUM SAND, TRACE SILT, Brown,Loose FINE TO COARSE SAND, TRACE GRAVEL & SILT, Brown, Loose 121 8 1 22 p I Continued Next Page w The stralificadon lines represent the appmximale boundary lines 'Calibrated Hand Penetrometer between soil and mck types: In -situ, the Iransitlon may be gradual. ^CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, It BORING STARTED 7 -22 -09 WL ?� 0 WO ��� BORING COMPLETED 7 -22 -09 z WL $ Y RIG 977 FOREMAN SZ L X WL APPROVED TWS JOB# 06095646 LOG OF BORING NO. 8 Page 1 of 2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES - TESTS 0 DESCRIPTION 14 F 17 zF z 6 0 4-1 o w t a: r N N w m w > o z rrr 3 of W wr- z z Z Uw z Uw of Elev.: 641 it Approx. Surface Elev.: 641 it ri ri pp,, W o o U m D J z z: 0_ � U W o: a: hU a.J ore u, m F-Z ¢O h o � o } wt o a o a U ZF n w w Um Zri D rnSurface n WATER E FINE TO MEDIUM SAND, TRACE SILT, Brown,Loose FINE TO COARSE SAND, TRACE GRAVEL & SILT, Brown, Loose 121 8 1 22 p I Continued Next Page w The stralificadon lines represent the appmximale boundary lines 'Calibrated Hand Penetrometer between soil and mck types: In -situ, the Iransitlon may be gradual. ^CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, It BORING STARTED 7 -22 -09 WL ?� 0 WO ��� BORING COMPLETED 7 -22 -09 z WL $ Y RIG 977 FOREMAN SZ L X WL APPROVED TWS JOB# 06095646 LOG OF BORING NO. 8 Page 2 of 2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS DESCRIPTION m > W a U S .K > N W W r 1- u f- Z Kt.- Z IT- Z = m 1 Z Of Z' W Z OU Q K W N a W a� CO ac u D!- W 0 ❑ 7 Z Of Woe U ❑ a Moe Dw WB FINE TO COARSE SAND, TRACE GRAVEL & SILT, Brown, Loose SP 4 SS 8 9 16 '.• 34 607 WB SANDY GRAVEL WITH COBBLES, 35 o'.b. {!' ' 36,5 664.5 Practical Auger Refusal at about 36% feet. R1 DS 005 ROD NX 48% *" MODERATELY WEATHERED I.IMESTONE, Gray, Hard, Very Thin 46 Bedding, Very Close to Close Joints, Solid 161 14,980 45 46.5 594.5 BOTTOM OF BORING " Classification estimated from visual examination of core samples. Petrographic analysis may reveal other rock types. J r a a z 0 u rc w The stmilficaton lines represent the approftale boundary lines 'Calibrated Hand Penetrometer beNreen soil and rock types: In -situ, the transIlion may be gradual. "CME 146H SPT automatic hammer WATER LEVEL OBSERVATIONS, it ORING STARTED 7 -22 -09 WL Q 0 WD g ORING COMPLETED 7 -22 -09 IG 97EFORLEMA.N. [APPROVED SZ n WL TW095646 LOG OF BORING NO. 9 Page 1 of 2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS m } o n DESCRIPTION tu S a m U a W a > U Zm O of Z Z UO m Approx. Surface Elev.: 648 It W N W F O 4: a t r Zt- m O o w HS FILL SANDY LEAN CLAY TRACE GRAVEL & RUBBLE, Gray 1 SS 10 4 22 5 HS M 9 639 IJC 2 SS 14 4 28 *1000 LL =49 10 P1 =27 LEAN TO FAT CLAY, TRACE SAND WB & ORGANICS, Dark Gray, Soft LIC 3 SS 10 5 45 *500 With gravel in Sample 3 WB 15 17 631 FAT CLAY, TRACE SAND & ORGANICS Gray, Soft LL =51 CH 4 SS 14 3 46 *1000 20 L WB 22 62s GRAVELLY FINE TO COARSE SAND, SP 5 SS 10 14 15... -- TRACE SILT, Gray, Medium Dense '•' 25.5 622.5 25 - WB 26.5 COBBLES 621.5 HIGHLY WEATHERED & BROKEN LIMESTONE WB 29 619 9 Practical Auger Refusal at about 29 feet. Continued Nerd Page The stratifr:allon lines represent the approftale boundary lines 'Calibrated Hand Penetrometer u behveen Solt and rock types: ImsIW, the transition may be gradual. "CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, ft BORING STARTED 7 -22 -09 WL g8 WS Y BORING COMPLETED 7 -22 -09 w WL Irerwac-unRIG 977 FOREMAN SZ m WL APPROVED TWS JOB# 06095646 I i I LOG OF BORING NO. 9 Page 2 of 2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT 1 Iowa Cltv- Iowa I XAI if ­ nnw., Pr--- ;�.,.- o....r ........ ........ L v C SAMPLES TESTS ° DESCRIPTION °m ❑ W C7 Q Fz- N m W O Z w W F- Z p W W N }} W q� ¢O n Z c- ❑ Z F- or N [0 U ❑ a vJ BOTTOM OF BORING '** Classification estimated from disturbed samples. Core samples and petrographic analysis may reveal other rock types. Note: LL-Liquid Limit, PI = Plasticity Index ,rI ii �t r- cs� 3 i I The stradficailon lines represent the approximate boundary lines 'Calibrated Hand Penetrometer between soil and rock types: In -situ, the Iransl6on may be gradual. "CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, it =@u STARTED 7 -22 -09 WL 48 WS Y COMPLETED 7 -22 -09 WL Y 977 FOREMAN SZ WL ED TWS I JOB ff 06095646 i t r c a c u e I ' i n a LOG OF BORING NO. 10 Page 1 of 1 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES TESTS 0 J O n DESCRIPTION m r w ~ . > ~ z Z a- C) o o OLLz w wU1: . Approx. Surface Elev.: 646 ft o D z ¢ O a¢ , rn 3" Root HS FILL, AY. TRACE GRA, Dark Brown 4.5 641.5 BOTT 50/1Practigl on concrete at about 4% feet. i i i The slratilication lines represent the approximate boundary lines 'Calibrated Hand Penetrometer behveen 5011 and rock types: In -situ, the transition may be gradual. `-CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, It BORING STARTED 7 -22 -09 WL V-_ 11 WS Y BORING COMPLETED 7 -22 -09 WL � � RIG 977 FOR SZ WL APPROVED TWS JOB /> 00095646 LOG OF BORING NO, 10A Page 1 of 1 OWNER ENGINEER City of Iowa City Howard R. Green Cornpany SITE By Madison St. Water Plant & Hwy. 5 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements Boring Location: Offset 2'S. T E SAMPLES TESTS 19 DESCRIPTION J m a a 2P 4J z= Q F=- W m m O ?� W� j pZ Approx. Surface Elev.: 646 ft d W U N � D q U W I-O n.J FZ ¢O } Or 0� Z� o z rl m m 3� o o a w 3" Root Zone - - HS FILL, SANDY LEAN CLAY, TRACE GRAVEL & ORGANICS, Dark Brown 5 G41 5 BOTTOM OF BORING Practical Auger Refusal on concrete at about 5 feet. a a u i 0 u KW The stratification lines represent the approximate boundary lines `Calibrated Hand Penetrometer behveen sell and rock types: In -situ, the transition may be gradual. "CME 140H SPT aulomallc hammer WATER LEVEL OBSERVATIONS, ft BORING STARTED 7 -22 -09 o WL Q Y BORING COMPLETED 7 -22 -D9 WL Y RIG 977 FOREMAN SZ o WL APPROVED TWS I JOB# 06095646 LOG OF BORING NO. I OB Page 1 d2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant & Hwy. 6 Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements Boring Location: Offset 12'N SAMPLES TESTS C9 0 a D zF DESCRIPTION >- F _ w 1 zm aw w zz m ¢o W rm9 Approx. Surface Elev.: 646 it o N z � m m � o o a zr- w 3" Root Zone HS FILL, SANDY LEAN CLAY, TRACE GRAVEL & ORGANICS, Dark Brown 4 642 FAT CLAY, TRACE SAND - -- •�- & ORGANICS, Daric Gray, Soft -LL =50 CH 1 SS 13 4 36 =. °1000 10 P1 =28 WB 12.5 633.5 CLAYEY FINE TO MEDIUM SAND, SC 2 SS 12 15 22 TRACE ORGANICS, Dark Gray, WB Medium Dense 15 16.5 629.5 SP 3 SS 8 8 23 FINE TO COARSE SAND, TRACE SILT 20 WB & GRAVEL, Brown, Loose SP 4 SS 8 7 21 2s WB 27 619 a SILTY FINE TO MEDIUM SAND, Brown, SM 5 SS 6 8 27 Loose i Continued Next Page w � The strati6calion lines represent the approximate boundary lines 'Calibrated Hand Penetrometer between soil and rock types: in -situ, the transition maybe gradual. "CME 140H SPT automatic hammer WATER LEVEL OBSERVATIONS, it BORING BORING STARTED 7 -22 -09 o WL Q COMPLETED 7 -22 -09 Q RIG APPROVED 977 FOREMAN SZ s WL w o LWL TWS JDB# 06095646 LOG OF BORING NO. 1 OB Page 2 of 2 OWNER ENGINEER City of Iowa City Howard R. Green Company SITE By Madison St. Water Plant &Hwy.6Bridge PROJECT Iowa City, Iowa Water Main Crossings Replacements SAMPLES I TESTS DESCRIPTION U a = r N W w > 1 zN Z a.'W ~ z ZZ cl $� m d W 0.� ¢O Vii, w z pf u Z rr Cnm 3O o n DW _ W8 SILTY FINE TO MEDIUM SAND, Brown, Loose 137 SM 6 SS 12 9 21 35 WB 609 SP 7 SS 9 5 17 FINE TO COARSE SAND, TRACE SILT & GRAVEL, 4D— WB Brown, Loose SP 8 SS 10 4/6" 15 �' 44.5 601,5 50/4" Practical Sampler Refusal at about 44'/= feet on highly weathered limestone. BOTTOM OF BORING Note: LL= Liquid Limit, PI = Plasticity Index °a v z Y 0 v rc w " The stratlf catian lines represent the apprmdmale boundaryllnes 'Calibrated Hand Penetrometer 02 between sell and rock types: In -shu, the Iranst0on may be gradual. —CME 14DH SPT automatic hammer a WATER LEVEL OBSERVATIONS, It nm BORING STARTED 7 -22 -D9 WL BORING COMPLETED 7 -22 -09 r WL RIG 977 FOREMAN Sz m WL APPROVED TWS JOB# 06095646 P K z Z U.S. SIEVE GRAIN SIZE IN MILLIMETERS pecimen Identification COBBLES GRAVEL SAND SILT OR CLAY wame fine coarse medium One pecimen Identification Classification LL PL PI I Cc Cu 1 17.5ft FINE TO COARSE SAND, TRACE SILT & GRAVEL 0.98 2.70 3 33.Oft CLAYEY FINE TO COARSE GRAVEL, TRACE SAND 4 9.Oft SILTY FINE TO COARSE SAND 5 4,Off SANDY LEAN CLAY Decimen Idenfification b100 D60 D30 D10 %Gravel %uSand %Silt %Clay 1 17.5ft 12.5 0.666 0.401 0.247 11.3 85.3 3.5 3 33.Oft 50 7.716 42.6 13.0 44.4 4 9.Oft 4.75 0,528 0.252 0.0 84.1 15.9 5 4.Of1 2 0.0 34.5 65.5 �� GRAIN SIZE DISTRIBUTION adison St. Water Plant & Hwy. 6 Bridge Iowa City, Iowa FOate: ater Main Crossings Replacements 95646 -09 Im U.S. SIEVE NUMBERS GRAIN SIZE IN MILLIMETERS I COBBLES GRAVEL I SAND SILT OR CLAY PI coarse fine Coarse medium fine 6 22.Oft FINE TO COARSE SAND WITH GRAVEL, TRACE SILT pecimen Identification Classification LL PL PI Cc Cu 6 22.Oft FINE TO COARSE SAND WITH GRAVEL, TRACE SILT 0.62 5.23 7 27.Oft FINE TO COARSE SAND, TRACE SILT & -GRAVEL 1.09 2.09 8 27.Oft FINE TO COARSE SAND, TRACE GRAVEL & SILT 0.99 2.07 1013 28.0ft SILTY FINE TO MEDIUM SAND 3ecimen Identification D100 Do 030 D10 /.Gravel %Sand %Silt ° %Clay 6 22.Oft 37.5 1.485 0.509 0.284 23.6 73.2 3.2 7 27.Oft 12.5 0.424 0.3D7 0.203 8.0 90.1 1.9 8 27.Oft 9.5 0.391 0.27 0.189 3.3 93.0 3.7 108 28.0ft 9.5 0.398 0.238 0.3 85.6 14.1 �� GRAIN SIZE DISTRIBUTION - ProJect: WaterMaln Crossings Replacements Site: By Madison St. Water Plant & Hwy. 6 Bridge Iowa City, Iowa Job #: 06095646 Date: 8 -12 -09 CT�I A�4. 7 DRILLING & SAMPLING SYMBOLS: SS: Split Spoon -1 ' /B` I.D„ 2" O.D., unless otherwise noted HS: Hollow Stem Auger ST: Thin - Walled Tube - 2" O.D., unless otherwise noted PA: Power Auger RS: Ring Sampler - 2.42" I.D., 3" O.D., unless otherwise noted HA: Hand Auger DB: Diamond Bit Coring - 4 ", N, B RB: Rock Bit BS: Bulk Sample or Auger Sample WB: Wash Boring or Mud Rotary The number of blows required to advance a standard 2 -inch O.D. split -spoon sampler (SS) the last 12 inches of the total 184flch penetration with a 140 -pound hammer falling 30 inches is considered the "Standard Penetration" or °N- value ". WATER LEVEL MEASUREMENT SYMBOLS: WL Water Level WS: While Sampling N /E: Not Encountered WCI: Wet Cave in WD: While Drilling DCI: Dry Cave in BCR: Before Casing Removal AB: After Boring ACR: After Casing Removal Water levels Indicated on the boring logs are the levels measured in the borings at the times indicated. Groundwater levels at other times and other locations across the site could vary. In pervious soils, the indicated levels may reflect the location of gmundwater. In low permeability soils, the accurate determination of groundwater levels may not be possible Win only shod -term observations. DESCRIPTIVE SOIL CLASSIFICATION: Solt classification Is based on the Unified Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a 4200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non - plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse - grained soils are defined on the basis of their in -place relative density and fine - grained soils on the basis of their consistency. CONSISTENCY OF FINE - GRAINED SOILS RELATIVE PROPORTIONS OF SAND AND GRAVEL Descriptive Term(s) of other Standard constituents UnconOned Penetration or < 15 Compressive N- value (SS) Modifier Strength Qu, osf Blows /Ft. Consistency <500 0 -1 Very Soft 500 — 1,000 2 - 4 Soft 1,000 — 2,000 4 - 8 Medium Stiff 2,000 — 4,000 B-15 Stiff 4,000 — 8,000 15-30 Very Stiff 8,000+ > 30 Hard RELATIVE PROPORTIONS OF SAND AND GRAVEL Descriptive Term(s) of other Percent of constituents Dry Weight Trace < 15 With 15 -29 Modifier > 30 RELATIVE PROPORTIONS OF FINES Descriptive Term(s) of other Percent of constituents Dry Weight l 1 Form 100 -5108 Trace < 5 With 5-12 Modifiers > 12 RELATIVE DENSITY OF COARSE- GRAINED SOILS GRAIN SIZE TERMINOLOGY Major Component of Sample Particle Size Boulders Over 12 in. (300mm) Standard Penetration 12 In. to 3 in. (300mm to 75 mm) or N-value (SS) 3 In. to #4 sieve (75mm to 4.75 mm) BlowsIrt. Relative Deriijty = -- 0 -3 '.:.VpfYLoose ., 4-9 Loose 10 -29 Medium Dante u' 30 -49 _- Ddnso- > 50 Very Dense GRAIN SIZE TERMINOLOGY Major Component of Sample Particle Size Boulders Over 12 in. (300mm) Cobbles 12 In. to 3 in. (300mm to 75 mm) Gravel 3 In. to #4 sieve (75mm to 4.75 mm) Sand #4 to #200 sieve (4.75mm to 0.075mm) Silt or Clay Passing #200 Sieve (0.075mm) PLASTICITY DESCRIPTION Term Plasticity Index Non - plastic 0 Low 1 -10 Medium 11 -30 High > 30 : i 7 GENERAL NOTES Sedimentary Rock Classification DESCRIPTIVE ROCK CLASSIFICATION: Contains no voids. Sedimentary rocks are composed of cemented clay, silt and sand sized particles. The most Joint Spacing ..'Dimensions common minerals are clay, quartz and calcite. Rock composed primarily of calcite Is called U limestone; rock of sand size grains is called sandstone, and rock of clay and silt size grains Very Wide is called mudstone Drclaystona, slltstone, orshale. Modifiers such as shaly, sandy, dolomitic, f• calcareous, carbonaceous, etc. are used to describe various constituents. Examples: sandy Wide shale; calcareous. sandstone. LIMESTONE Light to dark colored, crystalline to fine - grained texture, composed of CaCO3, reacts readily Moderately Close with HCl. DOLOMITE Light to dark colored, crystalline to fine- grained texture, composed of CaMg(CO,)., harder Close than limestone, reacts with HCI when powdered. CHERT Light to dark colored, very fine - grained texture, composed of micro - crystalline quartz (SID:), Very Close brittle, breaks Into angular fragments, will scratch glass. SHALE Very fine - grained texture, composed of consolidated silt or clay, bedded in thin layers. The — unlaminated equivalent Is frequently referred to as slltstone, claystone or mudstone. SANDSTONE Usually light colored, coarse to fine texture, composed of cemented sand size grains of quartz, feldspar, etc. Cement usually is silica but may be such minerals as calcite, Iron- oxide, or some other carbonate. CONGLOMERATE Rounded rock fragments of variable mineralogy varying In size from nearsand to boulder size but usually pebble to cobble size (112 inch to 6 inches). Cemented together with various cemen- ting agents. Breccla is similar but composed of angular, fractured rock particle$.gemented together. �- PHYSICAL PROPERTIES; DEGREE OF WEATHERING Slight Slight decomposition of parent material on Joints. May be color change. Moderate Some decomposition and color change throughout. High Rock highly decomposed, maybe ex- tremely broken. HARDNESS AND DEGREE OF CEMENTATION Limestone and Dolomite: Hard Difficult to scratch with knife. Moderately Can be scratched easily with knife, Hard cannot be scratched with fingernail. Soft Can be scratched with fingernail. Shale, Siltstone and Claysione Hard Can he scratched easily with knife, cannot be scratched with fingernail. Moderately Hard Can be scratched with fingernail. Soft Can be easily dented but not molded with fingers. Sandstone and Conglomerate Well Capable of scratching a knife blade. Cemented Cemented Can be scratched with knife. Poorly Can be broken apart easily with Cemented fingers. BEDDING AND JOINT CHARACTERISTICS Contains no voids. Bed Thickness Joint Spacing ..'Dimensions U Very Thick Very Wide >10, f• Thick Wide $' - 10, - Medlum Moderately Close V - 3' Thin Close 2" - " V Very Thin Very Close ,4" - 2" Laminated — .1" - .4" Bedding Plane A plane divldIng sedimentary rocks of the same or different Ilthology. Joint Fracture In rock, generally more or less vertical or transverse to bedding, along which no appreciable move- ment has occurred, Seam Generally applies to bedding plane with an unspecified degree of weathering. SOLUTION AND VOID CONDITIONS Solid Contains no voids. Vuggy (Pitted) Rock having small solution pits or cavities up to 1/2 Inch dlameter, fre- quently with a mineral lining, Porous Containing numerous voids, pares, or other openings, which may or may not interconnect. Cavernous Containing cavities or caverns, some- times quite large. ./ L -6a5 �rerracun I UNIFIED SOIL CLASSIFICATION SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory TeslsA Sall Classification Group Symbo Goarse-Grained Sells Gravels Clean Gravels Cu i 4 and 1 s Cc s 3E GW More than 50% retained on More than 60% of coarse Less than 5% flnesc Off fines classify as CL•ML, use dual symbol GC- predominantly sand, add "sandy" to group No. 200 sieve fraction retained on group name Cu < 4 and /or i > Cc > 3E GP name aPl z 4 and plots on or above "A" Ilea No. 4 sieve a PI < 4 or plats below •A" Ilne nPl plots on or above "A" line, OPI plots below "A" line Gravels with Fines nes classify as ML or MH GM More than 121/. flnesc Flnes classify as CL or CH GC Sands Clean Sands Cu a S and 1 5 Cc < 3E SW 50% or more of coarse Less than 5% flnesc fracllon passes Cu < 6 and/or 1> Cc > 3E SP Na. 4 sieve Sands with Fines Fines classify as ML or h1H SM More than 12% Mauna Fines classify as CL or CH SC Fine- Grained Soils Sills and Clays Inorganic PI > 7 and plats on or above 'A' line' CL 50% or more Passes the Liquid limit less than 5o No. 200 slave PI < 4 or plots below "A" IlneJ ML organic Liquid limit — oven dried <0.75 GL Liquid limit — not dried Sills and Clays Inorganic PI plots on or above p" line CH Liquid limit 50 or more Highly organic soils ABased on the material passing the 3-In. (75mm) slave. Off field sample contained cobbles or boulders, or both, add "With cobbles or boulders, or both" to group name. cGravals with 5 to 121/a fines require dual symbols: GW GM walbgraded gravel with sill GW.GC well - graded gravel with clay GP-GM poorly graded gravel with sill GP -GG poorly graded gravel with clay °Sands with 5 to 12% fines require dual symbols: SW-SM well - graded sand with sill SW-SC well- graded sand with clay I SPSM poorly graded sand with slit SPSC poorly graded sand with clay a X 0 Z I � I U) Q a 60 x 40 30 20 m 7 4 0 0 PI plots below "A" line MH organic Liquid limit — oven dried < 0.75 OH Liquid limit — not dried Primarily organic matter, dark In color, and organic odor Pp Group Norman Visit graded funmiF Poorly graded gr naIr Silly gravely a.." Clayey gravely 5. H Well graded sand' Poorly graded sand' Silty sands• H.r Clayey sandav K Lean clayrs 4 u SIIIK 1. M Organic clayK I, K u Organic sII1K u K o Fat clayK t M Elastic sllla' 4 M Organic clayK. L. K r Organic s111K L K O Peat ECU = O�lO Cc — ' IGmla 's alt loll contains 15 to 29% plus No. 200, add D x O with sand" or "with gravel" Whichever Is rlf Sall contains a, 15% sand, add'Wllh sand" to L Predominant. It group name. soil contains a 30% plus. No- 200 Off fines classify as CL•ML, use dual symbol GC- predominantly sand, add "sandy" to group GM, or SC-SM. "If (Ines are organic, add 'With organic Ilnes° to name. MIf 9011 contains >— 30% plus No. 200, group name predominantly gravel, add "gravelly" to group 'It sell contains 2 15% gravel, add "with gravel" to name aPl z 4 and plots on or above "A" Ilea group name, JII Allurber limits lot In shaded are soil Is a CL- p K a PI < 4 or plats below •A" Ilne ML, silly clay, nPl plots on or above "A" line, OPI plots below "A" line 10 16 20 30 4a 50 66 70 60 go 100 110 LIQUID LIMIT (LL) �v J r� N ..I Form 111 -685 rerraco 49 r.^ December 10, 2009 Howard R. Green Company 5525 Merle Hay Road, Suite 200 Johnston, Iowa 50131 ,U Attn: Mr. Mark Duben, P.E. -Vice President Ph.: 515.276.2913 Fax: 515.278.1846 = - -i Email: mduben(ahrgreen.com -' Re: Geotechnical Engineering Addendum Report Madison Street Water Plant and Highway 6 Bridge Water Main Replacements Iowa River Crossings Iowa City, Iowa Terracon Project Number: 06095646.02 Dear Mr. Duben: Terracon Consultants, Inc. (Terracon) has completed the requested supplemental geotechnical engineering services for the above referenced project. At the request of the client, this Geotechnical Engineering Addendum Report has been prepared to provide geotechnical recommendations concerning design and construction of the proposed water mains. SUBSURFACE UTILITY DESIGN AND CONSTRUCTION CONSIDERATIONS General The information provided in this report is intended for its use by our client for this project only. Under no circumstances should the information provided below be interpreted to mean that Terracon is assuming responsibility for construction site safety or the contractor's activities; such responsibility is not being implied and should not be inferred. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods, and sequencing of construction operations. Copies of this Addendum Report and our Subsurface Exploration Report should be supplied to the specialty horizontal drilling contractor(s) for design and construction of the pipeline installations, Horizontal Directional Drilling Considerations We understand horizontal directional drilling (HDD) techniques are planned for a majority of this project wherein a pilot hole is drilled with a steerable drill and a drill string is drawn the length of the hole. The pilot hole is then enlarged with successive passes /pulls of incrementally _ Terracon Consultants, Inc. 2339 Heinz Road, Unit H Iowa City, Iowa 52240 P 13191 688 3007 F (3191 686 3008 terracon.com Geotechnical Engineering Addendum Report UerraC01l Madison Street Water Plant & Highway 6 Bridge Water Main Replacements Iowa City, Iowa December 10, 2009 Terracon Project Number 06095645.02 increasing larger diameter back reaming heads until the final pipe is installed. Difficulties related to the granular materials should be expected. Annular pressures within the holes should be monitored and maintained and drilling fluid/mud should be monitored to prevent soil fracture or excessive soil removal that could cause settlement or affect the integrity of any overlying and adjacent improvements. We recommend that the contractor chosen to perform the proposed construction have project experience constructing similar size pipelines and performing construction in similar soil conditions. We understand that the elevations of the pipelines will be determined In part by the subsurface conditions along each alignment, and their suitability for HDD pipe installation. In the Highway 6 crossing borings, bedrock was encountered below elevations ranging from approximately 593 to 605 feet; while in the Madison Street Water Plant crossing, top of bedrock elevations ranged from about 604'/2 to 621% feet. Based on the drilling characteristics of the bedrock, we expect that rock coring methods would be required to advance the pipelines through the rock. Therefore, it will likely be more economical to install the pipes in the overlying granular and clay soils. Based on the borings performed along the alignment of the proposed pipelines, construction of the pipeline through the sand and clay deposits appears feasible with HDD methods in the areas planned. The soils generally anticipated at the elevation of the pipeline for HDD consist of alluvial sand, gravel, and clay deposits. In general, the sand deposits within the pipeline zone were loose to medium dense in terms of relative density, and the clay soils were very soft, to stiff. Some cobbles and coarser, denser sand deposits are also present within the soil strata along the alignment; particularly near top of bedrock elevation. i Excavation Considerations We expect that open -pit excavations will be performed at the start and end points of 'the HDD sections of the water mains. Open excavations should be performed in accordance with OSHA Health and Safety Standards for Excavations, 29 CFR, Part 1926, and in accordance with :', applicable local, state, and federal safety regulations. The contractor should be aware that slope height, slope inclination, or excavation depths should in no case exceed those specified by these safety regulations. Flatter slopes may be required depending on encountered conditions. All vehicles and soil piles should be kept a significant lateral distance from the crest of excavation slopes to prevent slope failures and ensure safe working conditions. Vehicles and soil piles located adjacent to excavations would significantly influence the stability of the slopes as outlined by the OSHA regulations. The exposed slope faces should be protected against the elements, Surface water should be diverted from all excavations. 2 y Geotechnical Engineering Addendum Report 7rerracon Madison Street Water Plant & Highway 6 Bridge Water Main Replacements Iowa City, Iowa December 10, 2009 Terracon Project Number 06095646.02 When groundwater is present, soils could be susceptible to slope failure, even with relatively flat slopes, and this should be considered during construction. Dewatering of the excavations could be required. Sump pits and pumps may be sufficient for excavations into primarily cohesive soils. If water bearing sand or silt seams or layers are encountered, more extensive measures such as sheeting and well points could be required for dewatering. Excavation Backfilling All backfill materials should consist of approved materials, free of debris, and organic materials. Low - plasticity cohesive soil or granular soil should be used for fill. The liquid limit of low - plasticity fill should be less than 45 and the plasticity index should be less than 23. Based on the limited data obtained from our borings, the on -site sand and silty clay, lean clay, and sandy lean clay cohesive soils observed in the borings appear suitable for reuse as backfill material. However, some moisture conditioning (e.g. drying) of these soils will likely be necessary to use them as backfill. Depending on weather conditions, construction schedules and other factors, an off -site source of granular backfill could be required. Lean to fat clay and fat clay soils should not be used in areas that will support pavements or other structural improvements. The soil's water content at the time of compaction should be at -2 to +3 percent of the soil's optimum moisture value as determined by the material's maximum dry density based on laboratory compacton characteristics using Standard Effort Test (ASTM D698) for cohesive soils. In general, the moisture content of well - graded, granular materials should be within ±3 percent of the material's optimum moisture content. However, the gradation of a granular material may have an affect on its stability and the moisture content required for proper compaction. Therefore, we recommend a geotechnical engineer should review the granular materials proposed for use as structural fill below roadways in order to determine their suitability, as well as establish a recommended moisture content range, if applicable. To minimize future settlement of the backfill material, it is recommended that the material be placed in lifts no greater than 9 inches in loose thickness. Where backfill will support existing or future improvements, it should be compacted to a minimum of 95 percent of the material's maximum dry density. The upper 12 inches of subgrade soils below pavements should bg compacted to at least 98 percent of the material's maximum dry density. N rn M General Comments ,:):) �- 71 Terracon should be retained to review the final design plans and specifications so d6inments E i can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide observation anrt. testing services during grading, excavation, foundation construction and other earth- relate(r-1 construction phases of the project. 3 Geotechnical Engineering Addendum Report 1(erracon Madison Street Water Plant & Highway 6 Bridge Water Main Replacements Iowa City, Iowa December 10, 2009 Terracon Project Number 06095646.02 The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, across the site, or due to the modifying effects of weather. The nature and extent of such variations may not become evident until during or after construction. if variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. We appreciate the opportunity to be of further service to you on this project. This Geotechnical Engineering Addendum Report should be considered a part of our original Subsurface Exploration Report (dated August 12, 2009), prepared for this project, and is subject to the same qualifications and conditions outlined in that report. Please contact us if you have any questions concerning this Geotechnical Engineering Addendum Report or the Subsurface Exploration Report. Sincerely, Terracon Consultants, Inc. Thomas W. Sherman, M.S., RE Geotechnical Engineer T W S!6 FG:/ N: 1Project s\ 20 0910 609 5 64 6kvp106095646 .02.doc Enclosures Copies to: Addressee (3) I? is1, P.E. Iowa No. 16017 Tr ry ;� 1 as December 23, 2009 Howard R. Green Company 5525 Merle Hay Road, Suite 200 Johnston, Iowa 50131 Attn: Mr. Mark Duben, P.E. —Vice President Ph.: 515.278.2913 Fax: 515.278.1846 Email: mduben(aOrgreen.com Re: Geotechnical Engineering Addendum Report No. 2 Madison Street Water Plant and Highway 6 Bridge Water Main Replacements Iowa River Crossings Iowa City, Iowa Terracon Project Number: 06095646.03 Dear Mr. Duben: Terracon Consultants, Inc. (Terracon) has completed the requested supplemental geotechnical engineering services for the above referenced project. At the request of the client, this Geotechnical Engineering Addendum Report has been prepared to provide geotechnical recommendations concerning the suitability of the proposed water mains vertical alignments. Project Description The client has provided the preliminary profiles for the horizontal directional drilled (HDD) installations under the river at each site as follows: South Crossing at Highway 6 Bridge (Borings 1 to 5): Centerline of 12 -inch diameter pipe at Elevation 607.5 at Borings 1 to 3, and angling up to Borings 4 and 5 at the west and east ends, respectively, of the crossing alignment. The pipe will be in alluvial clay at the end points and for the horizontal portion, and primarily in alluvial sands for most of the vertically sloping portion of the alignment. North Crossing at Madison Street Water Plant (Borings 6 to 10B)• Centerline of 12 -inch diameter pipe at Elevation 615 at Borings 6 to 8, and angling up to Borings 9 and 10 at the west and east ends, respectively, of the crossing alignment. The pipe will be in alluvial clay and /or clay fill at the end points, and in alluvial sands for most of the rest of the alignment. Terracon Consultants, Inc. 2339 Heinz Road, Unit H Iowa City, Iowa 52240 P (319) 688 3007 F 1319) 688 3008 terracoo.c0111 s Geotechnical Engineering Addendum Report No. 2 Irerrar-ri 1 Madison Street Water Plant & Highway 6 Bridge Water Main Replacements Iowa City, Iowa December 23, 2009 Terracon Project Number 06095646.03 Subsurface Alignment Considerations Based on the subsurface information presented in our Subsurface Exploration Report, construction of the pipeline at the proposed horizontal and vertical alignments appears feasible with HDD methods in the areas planned, as discussed in our previous Geotechnical Engineering Addendum Report No. 1. General Comments We appreciate the opportunity to be of further service to you on this project. This Geotechnical Engineering Addendum Report should be considered a part of our original Subsurface Exploration Report (dated August 12, 2009), prepared for this project, and is subject to the same qualifications and conditions outlined in that report. Please contact us if you have any questions concerning this Geotechnical Engineering Addendum Report No. 2 or the previous reports. Sincerely, Terrac�o�n Consultants, Inc. C"- �v�tti..6�/t"fwA�v SIB- Thomas W. Sherman, M.S., P.EV Vv 9:a' i F�PE� Geotechnical Engineer Iowa No. 16017 TWS/B FG: /N: W rojects1 2009106095646 \Wp\06095646.03.doc Enclosures Copies to: Addressee (3) 2 N I --a n> Howard R. Green Company Project No. 529190J02 SECTION 01025 Iowa River Water Main Crossings Iowa City, Iowa MEASUREMENT AND PAYMENT e: PART 1- GENERAL 1.01 SUMMARY A. Procedures and submittal requirements for schedule unit prices. 1.02 STANDARD OF MEASUREMENTS A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work 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. C. Take all measurements and compute quantities. The Engineer will verify measurements and quantities. D. Unit Quantities: Quantities and measurements indicated in the Bid Form are for contract purposes only. Actual Quantities and measurements supplied or placed in the Work shall determine payment. Payment Includes: Full compensation for all required labor, Products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. Defect Assessment: The Work, or portions of the Work, not conforming to specified requirements, shall be replaced. If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the Engineer will direct an appropriate remedy or adjust payment. G. Unless specifically noted as a bid item in the Form of Proposal, all other work which must be performed to complete the project shall be considered as 'Incidental Work" and the cost of such work (including furnishing and installing materials) shall be included in the unit prices of items of work. MEASUREMENT AND PAYMENT 01025-1 Howard R. Green Company Project No. 529190,102 1.04 APPLICATION FOR PAYMENT Iowa River Water Main Crossings Iowa City, Iowa A. Submit Application for Payment to the Owner once each month. Dates to be determined at the Preconstruction Meeting. B. Application for Payment made on the Pay Request Form provided by the Owner. C. Application for Payment based on the valuation of the Work done and materials and equipment not incorporated in the Work, but delivered and suitably stored at the site as of the last day of the preceding month. D. No payment will be made on account of materials and equipment stored at off site locations. Such approval shall contain procedures to establish the Owner's title to and protect the Owner's interest in the materials and equipment including insurance, designate a location for storage, and provide for protection and transportation to the site. Contractor shall submit such data substantiating his right to payment as the Owner /Engineer may require. E. Construction schedule must be updated to reflect actual schedule prior to submitting Application for Payment. 1.05 RETAINAGE A. a To insure the proper performance of the contract, the Owner will retain five (5) amount due the Contractor on account of progress payments. Such Retainage will be retained by the Owner until final payment 1.06 PARTIAL PAYMENT plc ent r--a r of the C_ i { A. Payments will be considered by the Owner, and payment will be made within thirty (30) days following approval. 1.07 FINAL PAYMENT A. When the Engineer has determined that the Work is acceptable under the Contract Documents and the Contract fully performed, the contractor shall prepare and submit his final Application for Payment to the Engineer together with lien waivers, sales tax statements, and other required submittals. Final acceptance of the work will be considered by the City Council at the regular council meeting and final payment made thirty-one (31) days following acceptance 1.08 CHANGE ORDERS A. If the Owner desires a change in the Work, the Engineer and Owner will notify the Contractor and provide a written description, in the form of drawings or otherwise, of the change. B. The Contractor shall promptly submit to the Engineer in writing a firm proposal for changes in the Contract Sum and Contract Time, if any, resulting from the proposed change. MEASUREMENT AND PAYMENT 01025-2 { A. Payments will be considered by the Owner, and payment will be made within thirty (30) days following approval. 1.07 FINAL PAYMENT A. When the Engineer has determined that the Work is acceptable under the Contract Documents and the Contract fully performed, the contractor shall prepare and submit his final Application for Payment to the Engineer together with lien waivers, sales tax statements, and other required submittals. Final acceptance of the work will be considered by the City Council at the regular council meeting and final payment made thirty-one (31) days following acceptance 1.08 CHANGE ORDERS A. If the Owner desires a change in the Work, the Engineer and Owner will notify the Contractor and provide a written description, in the form of drawings or otherwise, of the change. B. The Contractor shall promptly submit to the Engineer in writing a firm proposal for changes in the Contract Sum and Contract Time, if any, resulting from the proposed change. MEASUREMENT AND PAYMENT 01025-2 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa C. The Owner shall have 30 days or such other time as may be agreed upon, in which to accept or reject the Contractor's proposal after its submission and the Contractor shall not modify or withdraw the proposal during this period without the Owner's consent. D. The Contractor may also propose changes by submitting a request for change to the Engineer and Owner, describing the proposed change and its full effect on the work. Include a statement describing the reason for the change, and the effect on the Contract Sum /Price and Contract Time with full documentation and a statement describing the effect on Work by the contractor. PART 2 — PRODUCTS C 2.01 NONE u PART 3 — EXECUTION a 3.01 PROCEDURE c .> A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 3.02 BID ITEMS A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and /or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused 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 MEASUREMENT AND PAYMENT 01025-3 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all 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 for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited.there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS =j 1. General Requirements. The lump sum price for this item will be paid based on providing for all rejuirements of 1he� project not specifically included in other bid items herein, generally defined by Contra6t7l Compliance, General Conditions, Supplementary Conditions, and the individual Sections of Division 1. =} 2. Traffic Control. The lump sum price for this item will be paid based on furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 3. Concrete Sidewalk Removal. The unit price for this item will be paid based on number of square yards of Portland Cement Concrete, full depth Asphalt Cement Concrete, and /or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks. Removal of compacted granular and chip MEASUREMENT AND PAYMENT 01025-4 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa seal surfaces, including asphalt patches, shall be considered as Class 10 Roadway & Borrow Excavation and will not be measured and paid under this item. Saw cuts, breaking, loading, 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. 4. Temporary Construction Fence and Tree Protection Fence. The unit price for this item will be paid based on the number of linear feet installed. Includes fence fabric, posts, concrete bases, wooden 2x4 top and bottom rails, and ties, including installation, maintenance, and removal upon completion of construction. 5. Topsoil, Strip, Salvage, and Spread. This item will be paid based on a lump sum basis. Included with this item is all work required to remove topsoil from cuts, or areas to be covered by fill, preparation of vegetation, and hauling, depositing, and spreading the topsoil on areas to be seeded and sodded. Also included is mowing, plowing, blading, disking, and stockpiling. Topsoil shall be removed to a uniform 9 -inch depth. 6. Erosion Control - Silt Fence. The unit price for silt fence will be paid based on the number of linear feet installed at locations indicated on the plans or as directed by the Engineer and includes ;installation, maintenance and removal upon establishment of ground cover. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 7. Concrete Sidewalk Replacement. The unit price for this item will be paid based on the number of square yards jf.Portfan Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items are subgrade preparation and compaction,' ubgrade treatments, forming, rebar placement, concrete placement and finishing, curing, jointing and joint sealing, form removal, and backfilling at form lines. 8. Water Main Pipe, 12" Ductile Iron. 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, valves, and other appurtenances. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL. a. Furnishing and installing pipe, gaskets, lubricant, tracer wire, and polyethylene encasement. b. All trench, mole, exploratory, and hand excavation. c. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. d. Supply, placement and compaction of standard backfill and granular backfill material. e. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. f. Temporary corporation cocks, plugs, or connections, to provide full pressure water service and testing as necessary. MEASUREMENT AND PAYMENT 01025-5 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa g. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. h. Testing and disinfection of water mains and water services as required. i. Dechlorination of flushed water entering storm sewer system. j. Temporary support of existing utility mains and service lines. k. Repair or replacement of utility services damaged by Contractor. I. Protection of existing valves so they are fully operational and accessible during construction. Fittings, Ductile Iron Mechanical Joint. Each fitting will be measured by the pound. The contractor will be paid the unit price per pound of fitting. Weight of a fitting is defined by the specified body weight of the AWWA C153 fitting. Gaskets, gland rings, bolts, and mechanical joint retainer glands are not included in the weight and are considered incidental to the fitting. For fittings that are not available in AWWA C153 compact size, then weight will be determined by weight of AWWA C110 fitting. Mainline tee(s) to the hydrants are to be considered as fittings and will be measured and paid for accordingly. Includes excavation, bedding, fitting, gaskets, gland rings, bolts, mechanical joint retainer glands, polyethylene encasement, concrete thrust blocking, and backfill. 10. Gate Valve and Box Assembly, 12 ". The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, bedding, base block, valve, gaskets, gland rings, bolts, mechanical joint retainer glands, polyethylene encasement, valve box, lid, backfill, and extension if required. The auxiliary valve for fire hydrant assembly shall be included in the bid item for the hydrant assembly. 11. Tapping Sleeve and Valve, 20" x 12 ", Full Body Ductile Iron. The unit price for these items will be paid based on the number of each size and type installed and includes excavation, bedding, tapping sleeve and valve, base block, gaskets, gland rings, bolts, mechanical joint retainer glands, polyethylene encasement, concrete thrust blocking, valve box, lid, backfill, and extension if required. City of Iowa,Cjty Water Division will perform pipe tapping procedure. F. 12, Fire Hydrant Assembly. The unit price for these items will be paid based on the number of fire; hydrant -assemblies installed. Includes excavation, bedding, base blocks, hydrant, valve, gaskets, gland rings, bolts, mechanical joint retainer glands, piping from main tee to valve`oid from valve] p hydrant, tracer wire, polyethylene encasement, pea gravel, concrete thrust%blocking, valve box, lid, backfill, and extension if required. 13. Tracer Wire Daylight Assembly. The unit price for these items will be paid based on the number of tracer wire daylight assemblies installed. Includes excavation, bedding, base block, valve box, lid, tracer wire extension to top of box, sand fill inside box, and backfill. 14. Aggregate Surfacing. The unit price for this item will be paid based on the number of tons of specified rock used to repair granular shoulders to original condition and includes excavation to grade, subgrade preparation and compaction, subgrade treatments, aggregate placement and compaction to MEASUREMENT AND PAYMENT 01025-6 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa required elevations. Earth shoulder fill and any special shaping shall be considered incidental to this item. 15. Directional Boring and Drilling 12" HDPE River Crossings. The unit price for this item will be paid based on the number of linear feet as measured end to end of installed pipe. Included with this item is excavation, boring pit, receiving pit, boring and drilling, drilling fluids, 12" HOPE pipe, pipe joining procedures, pipe stringing, pipe pulling into final place, connections to 12" DIP water mains, tracer wire, collection and disposal of spoil materials, backfill, testing, and disinfection. 16. Seeding. This item will be paid based on a lump sum basis for all disturbed areas. Includes final grading, preparation of subsoil and topsoil, preparation of seed bed, supply and application of seed mixture, fertilizer, mulch, and water, raking, rolling, and all upkeep as specified, including a one -year guarantee. No distinction in unit price shall be made for various seed mixtures specified. END OF SECTION MEASUREMENT AND PAYMENT 01025-7 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa SECTION 01100 SUMMARY PART1 GENERAL 1.01 SECTION INCLUDES A. Project Information. B. Contract Description. C. Commencement of the Work. - D. Owner Occupancy. E. Contractor Use of Site and Premises. _- F. �s Layout of the Work. G. Work Sequence. H. Permits, Fees and Notices. 1.02 PROJECT INFORMATION A. Project Name: Iowa River Water Main Crossings. B. Owner's Name: City of Iowa City. 1. Address: 410 East Washington Street. 2. Telephone: 1-319-356-5138. 3. Fax: 1- 319 - 356 -5007. C. The Project consists of: 1280 feet of 12" HDPE directional bored water main beneath the Iowa River at two locations and 216 feet of additional 12" DIP water main for connection to existing water mains. 1.03 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in Document AG — Form of Agreement. 1.04 QUALITY ASSURANCE A. Supervision and Superintendent: 1. The Contractor or competent Superintendent must be on the Project when construction activities are taking place. The Superintendent shall supervise, direct, and control the Contractor's operations, personnel, work and the Subcontractor's operations. The Contractor shall give the Owner and Engineer written notification of the name of the Superintendent. The Superintendent shall be employed by the General Contractor and shall be assigned to the project full -time. The Superintendent shall be incidental to mobilization. A copy of the Drawings and Specifications shall be available on the project site at all times. 2. 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. 3. Incompetent or incorrigible employees and /or subcontractors shall be dismissed from Work by Contractor or its representative when requested by Engineer, and such persons shall not again be permitted to return to Work without written consent of Engineer. SUMMARY 01100-1 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 1.05 COMMENCEMENT OF THE WORK A. The Contractor shall not commence Work nor allow Subcontractors or Sub - subcontractors to commence Work until: 1. The Agreement has been fully executed. 2. The Owner has approved the Contractor's Performance and Maintenance and Payment Bonds. 3. The Owner has approved evidence of the Contractor's Liability Insurance and other insurance required to be purchased by the Contractor. 4. The Engineer, on behalf of the Owner, has issued a Notice to Proceed. 1.06 OWNER OCCUPANCY A. The Owner shall have the right to take possession of and use any completed or partially completed portions of the Work, notwithstanding the time for completing the entire work or such portions as may not have expired; but such taking, possession and use shall not be deemed an acceptance of any Work not completed in accordance with the Contract Documents. 1. If such prior use increases the cost of, or delays the Work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy and operations. 1.07 CONTRACTOR USE OF SITE AND PREMISES c A. Construction Operations: Within property boundaries. B. Limit use of site and premises to allow: 1. Work by Others. 2. Work by Owner. a a 3. Use of site and premises by the public C. Provide access to and from site as required bylaw and by Owner. 1.08 LAYOUT OF THE WORK A. The Owner shall provide information to the Contractor regarding bench marks for the project. The Contractor shall be responsible for all detailed construction staking. 1.09 WORK SEQUENCE A. Construct Work in stages to accommodate Owner's occupancy and operational requirements during the construction period. Coordinate construction schedule and operations with Owner. B. All portions of work under the proposed Contract Documents shall be completed and ready for operation on or before the date set forth in the Notice to Bidders. Provisions for liquidated damages are set forth in the Notice to Bidders. C. The Contractor shall schedule Work so that interruption of existing utilities, including but not limited to: electric, telephone, communication, cable, gas, water, and sewer service will be at a minimum. When it is necessary to interrupt services, the Contractor shall notify the Owner's representative, Engineer, and appropriate utility companies twenty -four (24) hours in advance of the interruption. D. Plan the construction work and carry out with a minimum of interference with the operation of the existing facilities. Prior to starting the construction, confer with the Engineer and Owner's representative and develop a detailed, approved construction schedule which will permit the facilities to function as normally as practical during the construction period. It may be necessary SUMMARY 01100 -2 Howard R. Green Company Project No. 529190,102 Iowa River Water Main Crossings Iowa City, Iowa to do certain parts of the construction work outside normal working hours and on Sundays in order to avoid undesirable conditions, and it shall be the obligation of the Contractor to do this work at such times at no additional cost to the Owner. Do not make connections between existing piping and new piping until necessary inspection and tests have been completed on the new work and it is found to conform in all respects to the requirements of the drawings and specifications. E. Special notes detailing critical portions of the work involving removal, replacement, tie -in, changeover, etc. have been included in the drawings. These notes describe the work, timing, scheduling, and coordination with the Owner and Engineer necessary to complete the work. The detailed construction schedule shall be developed by the Contractor with consideration of these details and the overall progress of the work. The Engineer and Owner shall have full authority to review this schedule in order to protect the operation of the existing facilities during construction. 1.10 PERMITS, FEES AND NOTICES A. The Contractor shall secure and pay for all permits and governmental fees, licenses and inspections for the proper execution and completion of the Work which are customarily secured after execution of the Contract and which were legally required at the time bids were received. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION SUMMARY 01100-3 o _ L�! N T i n • a "•sl G7 �s SUMMARY 01100-3 Howard R. Green Company No. 529190,102 SECTION 01300 ADMINISTRATIVE REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Submittals for Review, Information, and Project Closeout. B. Number of Copies of Submittals. C. Submittal Procedures. Iowa River Water Main Crossings Iowa City, Iowa 1.02 RELATED REQUIREMENTS A. Document GC -1- Division 11, General Requirements and Covenants of the IDOT "Standard Specifications for Highway and Bridge Construction ". B. Document SC - Supplementary Conditions C. Section 01100 - Summary: Stages of the Work, Work covered by each contract, and occupancy. D. Section 01700 -Execution Requirements: Additional coordination requirements. E. Section 01780 -Closeout Submittals: Project record documents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. B. Submit for review according to the procedures and purposes described herein. C. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01780 - CLOSEOUT SUBMITTALS. 3.02 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. B. Submit for Engineer's knowledge as contract administrator or for Owner. No action will be taken. 3.03 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: ADMINISTRATIVE REQUIREMENTS 01300-1 TI 1.02 RELATED REQUIREMENTS A. Document GC -1- Division 11, General Requirements and Covenants of the IDOT "Standard Specifications for Highway and Bridge Construction ". B. Document SC - Supplementary Conditions C. Section 01100 - Summary: Stages of the Work, Work covered by each contract, and occupancy. D. Section 01700 -Execution Requirements: Additional coordination requirements. E. Section 01780 -Closeout Submittals: Project record documents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. B. Submit for review according to the procedures and purposes described herein. C. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01780 - CLOSEOUT SUBMITTALS. 3.02 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. B. Submit for Engineer's knowledge as contract administrator or for Owner. No action will be taken. 3.03 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: ADMINISTRATIVE REQUIREMENTS 01300-1 Howard R. Green Company Iowa River Water Main Crossings No. 529190J02 Iowa City, Iowa 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. , 5. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.04 NUMBER OF COPIES OF SUBMITTALS A. Documents for Review: 1. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. Documents for Information: Submit two copies. C. Documents for Project Closeout: Make one reproduction of submittal originally reviewed. Submit one extra of submittals for information. D. Samples: Submit the number specified in individual specification sections; one of which will be retained by Engineer. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.05 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard submittal form. B. Submittal number shall be in reference to Engineer's specification section. If there are multiple submittals to a singular specification section add a hyphen followed by a number. Re- submittals to have original number with an alphabetic suffix. 1. Examples: a. Two submittals (from same specification section) for Project Review: 16425 -1 & 16425 -2; second submittal (after initial review was rejected): 16425 -2 -A. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply Contractor's standard certification stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. Submittals without this certification will be returned without review. E. Schedule submittals to expedite the Project, and deliver. Coordinate submission of related items. F. Coordinate submittals with other submittals, related activities, sequential activities and overall performance of the Work. G. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. H. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. I. Provide space for Contractor and Engineer review stamps. J. Revise and submit submittals as required, identify all changes made since previous submittal. K. When revised for resubmission, identify all changes made since previous submission. L. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any ADMINISTRATIVE REQUIREMENTS 01300-2 Howard R. Green Company Iowa River Water Main Crossings No. 529190,102 Iowa City, Iowa inability to comply with provisions. M. Clearly identify on the transmittal sheet if the submittal represents "Or Equal" items or substitute items. If the submittal is a substitute, the substitution must result in a decrease in overall cost or result in saving construction time. N. Contractor to investigate and evaluate for items with long lead times or critical path to execution of the contract, and to coordinate at least these items' submittal groupings with the Engineer. The Engineer accepts no burden for project delays where additional submittal cycles are required to ascertain conformance and intent to the contract documents. O. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, give written notice thereof at least 7 calendar days prior to release for manufacture. P. When the shop drawings have been completed to the satisfaction of the Engineer, carry out the construction in accordance therewith and make no further changes therein except upon written instructions from the Engineer. 3.06 ENGINEER'S REVIEW RESPONSIBILITIES, PROCEDURES AND DEFINITIONS A. General 1. Review of shop drawings, data, and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed: a. As permitting any departure from the Contract requirements b. As relieving the Contractor of responsibility for any errors" including details, dimensions, and materials; c. As approving departures from details furnished by the Engineer except as) otherwise provided herein; d. As approving substitutions to specified products or manufacturers 2. The Engineer does not review for verification of quantities, weights, dimensions ,-,or means and methods. 3. Partial review status will not be given to a submittal. Entire submittal shall be either acceptable or the entire submittal must be resubmitted with corrections as clarified by status definitions below. 4. Submittals will be reviewed in order received unless Contractor requests a revised order of review, in writing. All submittals shall be submitted sufficiently in advance of construction requirements to provide no less than 21 calendar days for review from the time the Engineer receives them. No less than 30 calendar days will be required for major equipment that requires review by more than one engineering discipline. B. All submittals that have been reviewed by Engineer will have Engineer's Review Stamp affixed, initialed and dated, indicating Engineer's review action. No submittals shall be used for construction unless they bear the initialed Engineer's Review Stamp. Possible review actions by Engineer are: 1. REVIEWED. Engineer's review did not detect deviations from conformance and intent of the Contract Documents. 2. REVIEWED AS NOTED. Engineer's review did not detect major deviations from conformance and intent of the contract documents; minor discrepancies and /or deficiencies are noted. Corrected copies are not required; however, the item(s) to be furnished are to be furnished in accordance with the Engineer's comments. If the Contractor elects to take exception to any comments, then corrected copies (with supplemental explanatory data) are to be re- submitted to the Engineer similar to a Revise and Resubmit status process. 3. REVISE AND RESUBMIT. Engineer's review found major discrepancies and /or deficiencies, and corrected submittals (in their entirety) are required to determine conformance and intent to the contract documents. ADMINISTRATIVE REQUIREMENTS 01300-3 Howard R. Green Company No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa 4. REJECTED. Engineer's review concluded that the item(s) submitted do not meet the requirements of the "Or Equal" allowance, or a "Substitution" has been provided without proper approval process. An additional submittal cycle is required containing suitable items to determine conformance and intent of the contract documents. 5. HOLD. Submittal may be put on "hold" allowing the Contractor an opportunity to provide supplemental data (same number of copies required) to demonstrate conformance and thus avoid a re- submittal. The Engineer will allow 14 calendar days for receipt of corrected /additional data response, after notification to Contractor. This delay does not impact the Engineer's allowance of days to review submitted documents. If no acceptable receipt of response is received within the allowed time, the submittals will be returned as a "Revise and Resubmit" or "Rejected" status, as determined by the Engineer. a. Notification of "hold" status shall be initiated (and recorded) by a transmittal letter (to the general contractor) which includes the "hold" status denoted and a copy of the contractor's original transmittal attached. 6. REVIEW NOT REQUIRED BY CONTRACT -- The Engineer's review found that the information submitted is not necessary to evaluate conformance and intent with contract documents. 3.07 RE- SUBMITTALS A. Re- submittals will be handled in the same manner as first submittals. On re- submittals, direct specific attention, in writing on the transmittal letter and on re- submitted shop drawings by use of revision triangles or other similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. Make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer. B. Engineer will review all initial information for each submittal. Contractor shall reimburse Owner for the Engineer's charges for review of additional re- submittals. Contractor will be charged for review of all re- submittals over 20% of the initial submittals. 1. EXAMPLE: If the Contractor has a total of 50 initial submittals, there will be no charge for reviewing a combined total of 60 submittals and re- submittals. There will be a charge to review all submittals and re- submittals in excess of 60. C. The need for more than one re- submittal or any other delay in obtaining Engineer's review of submittals, will not entitle Contractor to extension of the contract time unless delay of the Work is the direct result of a change in the Work authorized by a Change Order or failure of Engineer to review and return any submittal to Contractor within the specified review period. D. An assigned review status of REVISE AND RESUBMIT or REJECTED requires the original full number of submittals to be resubmitted free of the Engineers previous correction marks and review status stamp. The Engineer reserves the right to retain the same number of copies for each review cycle. END OF SECTION ADMINISTRATIVE REQUIREMENTS Howard R. Green Company Project No. 529190J02 SECTION 01310 Iowa River Water Main Crossings Iowa City, Iowa PROGRESS AND SCI IEDULES PART 1- 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. 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. G PART 2 - PRODUCTS 4jc� t an None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION A. A Pre - Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK A. Work will 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. B. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. C. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. PROGRESS AND SCHEDULES 01310-1 Howard R. Green Company Project No. 529190,102 3.03 COORDINATION WITH UTILITIES Iowa River Water Main Crossings Iowa City, Iowa A. Utility conflicts may occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in any relocation to keep the project on schedule. 3.04 PRELIMINARY SCHEDULE A. Prepare preliminary schedule in the form of a horizontal bar chart. 3.05 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification section number. C. Identify work of separate stages and other logically grouped activities. D. Provide sub - schedules to define critical portions of the entire schedule. E. Include conferences and meetings in schedule. F. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. G. Coordinate content with Schedule of Prices specified in the Proposal. H. Provide legend for symbols and abbreviations used. s 3.06 BAR CHARTS A. Include a separate bar for each major portion of Work or operation. B. Identify the first workday of each week. �> 3.07 REVIEW AND EVALUATION OF SCHEDULE A. Participate in joint review and evaluation of schedule with Resident Project Representative at each submittal. B. Evaluate project status to determine work behind schedule and work ahead of schedule. C. After review, revise as necessary as result of review, and resubmit within 10 days. 3.08 UPDATING SCHEDULE A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. PROGRESS AND SCHEDULES 01310-2 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa C. Update diagrams to graphically depict current status of Work. D. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit reports required to support recommended changes. 3.09 DISTRIBUTION OF SCHEDULE A. Distribute copies of updated schedules to Contractor's project site file, to Subcontractors, suppliers, Engineer, Resident Project Representative, Owner, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. END OF SECTION PROGRESS AND SCHEDULES 01310-3 V CJ PROGRESS AND SCHEDULES 01310-3 Howard R. Green Company Project No. 529190J02 SECTION 01400 QUALITY REQUIREMENTS I7_114atcigi!IAN_1I 1.01 SECTION INCLUDES A. Field Samples. B. Control of Installation. C. Tolerances. D. Testing Services. E. Manufacturers' Field Services. 1.02 RELATED REQUIREMENTS Iowa River Water Main Crossings Iowa City, Iowa A. Section 01300 -Administrative Requirements: Submittal procedures. 1.03 REFERENCES AND STANDARDS - See Section 01425 A. Conform to reference standard by date of issue current on date for receiving bids or date of Owner - Contractor Agreement when there are no bids. 1.04 FIELD SAMPLES A. Install field samples at the site as required by individual specifications Sections for review. B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by Engineer. 1.05 TESTING SERVICES A. Contractor shall employ and pay for services of an independent testing agency to perform tests and other testing and inspection specified in individual specification sections and as required by the Engineer. B. Owner may choose to have Engineer perform certain inspection and testing activities in addition to those specified as required by the Contractor. Payment for initial Owner /Engineer inspection and testing will be by Owner. Payment for Owner /Engineer retesting required because of non- conformance to specified requirements will be charged to the Contractor by deducting inspection and testing charges from the Contract Sum. C. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. QUALITY REQUIREMENTS 01400-1 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place., 3.03 TESTING AND INSPECTION A. See individual specification sections for testing required. d '� B. Testing Agency Duties: 1. Provide qualified personnel at site. Cooperate with Engineer and Contractor in performance of services. 2. Perform inspections, sampling, testing, and other services specified in .individual specification sections and as required by the Engineer. 3. Ascertain compliance of materials and mixes with requirements of Contract Documents. 4. Promptly notify Engineer and Contractor of observed irregularities or non - conformance of Work or products. 5. Perform additional tests and inspections required by Engineer. 6. Submit reports of all tests /inspections specified to Engineer, in duplicate, indicating observations and results of tests and indicating compliance or non - compliance with Contract Documents. C. Limits on Testing /Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs, equipment, tools, storage, and assistance as requested. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. 3. Provide incidental labor and facilities: a. To provide access to Work to be tested /inspected. b. To obtain and handle samples at the site or at source of Products to be QUALITY REQUIREMENTS 01400-2 Howard R. Green Company Project No. 529190,102 Iowa River Water Main Crossings Iowa City, Iowa tested /inspected. c. To facilitate tests /inspections. d. To provide storage and curing of test samples. 4. Notify Engineer and laboratory 24 hours prior to expected time for operations requiring testing /inspection services. 5. Make arrangements with testing agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re- testing required because of non - conformance to specified requirements shall be performed by the same agency on instructions by Engineer. Payment for re- testing will be made by the Contractor. 3.04 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given by Manufacturer's Service Representatives to applicators or installers that are supplemental or contrary to manufacturers' written instructions. C. Submit report in duplicate within 30 days of observation to Engineer for review. D. Contractor shall provide qualified Service Representative(s), as necessary to: 1. Instruct the Contractor's personnel in the installation, startup, and testing of equipment. 2. Inspect equipment after it is installed to assure that all details of installation are correct and that equipment is prepared for operation in accordance with manufacturer's instructions and recommendations. 3. Check connections to equipment and adjust, or supervise adjustment of, control and indicating devices after equipment has been installed and connected. 4. Fully instruct Owner's operating personnel in operation and maintenance of equipment. 5. Provide Engineer with duplicate copies of final alignment and clearance measurements on all rotating or reciprocating equipment. Measurements shall clearly identify each piece of equipment. 6. Supervise preliminary operation of equipment and necessary adjustments. E. Presence of Service Representative will in no way relieve Contractor of any responsibility assumed under Agreement. F. Work and abilities of Service Representative shall be subject to review of Engineer. If Engineer determines that any Service Representative is not properly qualified, Contractor shall replace Service Representative upon written notification by Engineer. G. Contractor shall provide continuity in assignment of Service Representative to Work. In event substitution of Service Representative is made which is not at request of Engineer, substitute's time for "familiarization" shall be at Contractor's expense. , u END OF SECTION ..,1 �•.l .J f'�e U tt QUALITY REQUIREMENTS o14 0- 3 CIO c,I Howard R. Green Company Project No. 529190JO2 SECTION 01500 Iowa River Water Main Crossings Iowa City, Iowa TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.01 SECTION INCLUDES A. Temporary Utilities. B. Temporary Heat. C. Temporary Telephone Service. D. Temporary Water Service. E. Temporary Sanitary Facilities. F. Water Control. h.> `? G. Protection of Installed Work. J i g H. Security Requirements. I. Vehicular Access and Parking. —; 1.02 TEMPORARY UTILITIES A. Contractor shall provide and pay for all electrical power required for construction purposes. B. Use trigger- operated nozzles for water hoses, to avoid waste of water. 1.03 TEMPORARY HEAT A. Contractor shall provide and pay for heat devices and heat as required to maintain specified conditions for construction operations. 1.04 TEMPORARY TELEPHONE A. Provide, maintain, and pay for telephone service to field office at time of project mobilization. B. Provide, maintain, and pay for mobile phone service for the field superintendent or other Contractor field representative. C. A cellular phone shall be acceptable as temporary phone service. Provide phone number to Engineer and Owner. 1.05 TEMPORARY WATER SERVICE A. Make suitable arrangements for temporary water service if water is needed for construction or testing. There will be no cost to the Contractor for water used. 1.06 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures for Contractor's workers, Engineer's personnel, Owner's personnel and testing firm personnel working at project site. Provide at time of project mobilization. B. Portable toilets shall be acceptable. Comply with all applicable codes and regulations. Arrange for regular cleaning and /or replacement of portable toilets. C. Maintain daily in clean and sanitary condition. TEMPORARY FACILITIES AND CONTROLS 01500-1 Howard R. Green Company Project No. 529190J02 1.07 WATER CONTROL Iowa River Water Main Crossings Iowa City, Iowa A. Conform to the regulations and requirements of legally authorized surface water management agencies. B. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. C. Keep trenches and other areas free from water as required to permit continuous progress of work, to prevent damage to Contractor's work, and to work of others. D. Conduct operations in such a manner to prevent sediment from reaching existing sewers and storm drains. E. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. F. Cover exposed excavated areas and spoil piles when runoff from rain is likely to cause turbidity to enter local waterways. Suspend work in the rain if such work cannot be performed without causing turbid runoff. G. Prevent solids or turbid runoff from entering local waterways. Cover, secure and /or berm excavated area and spoil piles. H. Where necessary, divert stream through closed pipe system to minimize downstream erosion, sedimentation, and turbidity during construction. 1.08 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. 1.09 SECURITY A. Provide security and facilities to protect Work, existing facilities, and Owner's opergtjons from unauthorized entry, vandalism, or theft. B. Coordinate with Owner's security program. ITl �J tl 1.10 VEHICULAR ACCESS AND PARKING —�•r- �_' A. Maintain existing roads. -.. F-n B. Coordinate access and haul routes with governing authorities and Owner. :m, C. Construct and maintain temporary roads accessing public thoroughfares to.serve cohstruction area. D. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. E. Provide and maintain access to fire hydrants, free of obstructions. F. Provide means of removing mud from vehicle wheels before entering streets. G. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off -site parking. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION TEMPORARY FACILITIES AND CONTROLS 01500-2 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1- GENERAL 1.01 SUMMARY 1.02 A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2- PRODUCTS 2.01 MATERIALS t A. Traffic control devices may be new or used, but must meet the requirements o0he I6QT Standard Specifications. -o 3 B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. TRAFFIC CONTROL AND CONSTRUCTION FACILITIES 01570-1 Howard R. Green Company Project No. 529190JO2 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS Iowa River Water Main Crossings Iowa City, Iowa A. The City will furnish "NO PARKING' signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. i111iLl *3NAT /e % ire) F: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. r.? END OF SECTION r y TRAFFIC CONTROL AND CONSTRUCTION FACILITIES 01570-2 Howard R. Green Company Project No. 529190J02 SECTION 01600 PRODUCT REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Submittals. B. Warranty. C. Products. D. Transportation, Handling, Storage and Protection. E. Product Option Requirements. F. Substitution Limitations and Procedures. G. Procedures for Owner - Supplied Products. H. Spare Parts and Maintenance Materials. 1.02 SUBMITTALS Iowa River Water Main Crossings Iowa City, Iowa A. Proposed Products List: Submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. 1. Submit within 15 days after date of Agreement. 2. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. B. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. 1. After review, distribute in accordance with Article on Procedure above and for Record Documents described in Section 01780. C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. 1.03 WARRANTY A. All Products as defined below shall be provided with manufacturer's full warranty against defects in materials and workmanship for five years after date of formal acceptance by the Owner, including all parts, labor, and expenses, unless otherwise required in individual specification Sections. This manufacturer's warranty shall be in addition to the Contractor's guarantee secured by the Performance and Maintenance Bond - Section PB. PART PRODUCTS 2.01 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Reused Products: Reused products include materials and equipment previously used in this or PRODUCT REQUIREMENTS 01600-1 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa other construction, salvaged and refurbished as specified. 2.02 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.04 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Instructions to Bidders specify time restrictions for submitting requests for substitution's during, the bidding period. Comply with requirements specified in this section. ^' B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. °J C. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. D. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re- approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Engineer will notify Contractor in writing of decision to accept or reject request. PRODUCT REQUIREMENTS 01600-2 Howard R. Green Company Project No. 529190J02 3.02 OWNER- SUPPLIED PRODUCTS Iowa River Water Main Crossings Iowa City, Iowa A. Owner's Responsibilities: 1. Arrange for and deliver Owner reviewed shop drawings, product data, and samples, to Contractor. 2. Arrange and pay for product delivery to site. 3. On delivery, inspect products jointly with Contractor. 4. Submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Arrange for manufacturers' warranties, inspections, and service. B. Contractor's Responsibilities: 1. Review Owner reviewed shop drawings, product data, and samples. 2. Receive and unload products at site; inspect for completeness or damage jointly with Owner. 3. Handle, store, install and finish products. 4. Repair or replace items damaged after receipt. 3.03 TRANSPORTATION AND HANDLING A. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufacturer's instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. D. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.04 STORAGE AND PROTECTION A. Designate receiving /storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. C) B. Store and protect products in accordance with manufacturers' instructions. :- :L2 J a C. Store with seals and labels intact and legible. -; -� D. Store sensitive products in weather tight, climate controlled, enclosures -iwan epyironpt favorable to product. ' E. For exterior storage of fabricated products, place on sloped supports above ground. -' F. Provide off -site storage and protection when site does not permit on -site storage or protection. G. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. H. Store loose granular materials on solid flat surfaces in a well- drained area. Prevent mixing with foreign matter. I. Prevent contact with material that may cause corrosion, discoloration, or staining. PRODUCT REQUIREMENTS 01600-3 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa J. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. K. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION PRODUCT REQUIREMENTS 01600-4 Howard R. Green Company Project No. 529190,102 SECTION 01700 EXECUTION REQUIREMENTS Iowa River Water Main Crossings Iowa City, Iowa PART1 GENERAL 1.01 SECTION INCLUDES A. Submittals. B. Project Conditions. C. Coordination. ' rx D. Laying Out the Work. E. Progress Cleaning. ��f F. Closeout Procedures. , 1.02 SUBMITTALS o A. See Section 01300 - Administrative Requirements, for submittal procedures. 1.03 PROJECT CONDITIONS A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. C. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -borne dust from dispersing into atmosphere and over adjacent property. 1. Minimize dust nuisance by cleaning, sweeping, vacuum sweeping, sprinkling with water, or other means. The use of water in amounts that result in mud on public streets or roads is not an acceptable substitute for sweeping. Equipment for this operation shall be available at all times. D. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. 1. Minimize amount of bare soil exposed at one time. 2. Provide temporary measures such as silt fences, filter fabric, sedimentation ponds, placement berms, dikes, and drains, to prevent water flow. 3. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. 4. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. E. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. 1. Restrict construction involving noisy operations, including starting and warming up of equipment, to the hours between 7:00 a.m. and 8:00 p.m. on weekdays. The exception to this requirement includes the need to operate equipment for temporary wastewater pumping. 2. Each internal combustion engine, used for any purpose on the job or related to the job, shall be enclosed and be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without EXECUTION REQUIREMENTS 01700-1 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa muffler and enclosure. F. Pest and Rodent Control: Provide methods, means, and facilities to prevent pests and insects from damaging the work. G. Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or invading premises. 1.04 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Notify affected utility companies and comply with their requirements. C. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. D. Coordinate space requirements, supports, and installation of mechanical and electrical work that are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. E. Coordinate completion and clean -up of work of separate sections. PART 2 PRODUCTS 2.01 PATCHING MATERIALS ,3 A. New Materials: As specified in product sections; match existing products and work for patr hjihig and extending work. -_ j PART 3 EXECUTION "" 3.01 LAYING OUT THE WORK A. Verify locations of survey control points prior to starting work. B. Contractor shall locate and protect survey control and reference points. C. Control datum for survey is that established by Owner provided survey. D. Utilize recognized engineering survey practices. E. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means. 3.02 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Collect and remove waste materials, debris, and trash /rubbish from site periodically and properly dispose off -site; do not burn or bury. 3.03 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. 1. Provide copies to Engineer. B. Notify Engineer when work is considered ready for Final Completion. EXECUTION REQUIREMENTS 01700-2 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa C. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. E. Submit Contractor's Statement listing all State where project is located sales /use taxes, waivers of liens from all Subcontractors and suppliers, and other items required by the Contract Documents. END OF SECTION EXECUTION REQUIREMENTS 01700-3 cry 17- EXECUTION REQUIREMENTS 01700-3 Howard R. Green Company Project No. 529190,102 Iowa River Water Main Crossings Iowa City, Iowa SECTION 01780 CLOSEOUT SUBMITTALS PART1 GENERAL 1.01 SECTION INCLUDES —! A. Project Record Documents. B. Operation and Maintenance Data. C. Instruction of Owner's Personnel. D. Operation and Maintenance Manuals. E. Warranties and Bonds. 1.02 SUBMITTALS A. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Engineer will review draft and return one copy with comments. 2. Submit three copies of approved data in final form prior to final inspection or acceptance. B. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store record documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. CLOSEOUT SUBMITTALS 01780-1 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa E. Submit documents to Engineer prior to claim for final Application for Payment. 3.02 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data for particular installation. Organize in consistent format under separate headings for different procedures. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. E. Copy of each warranty, Bond, and service contract issued. Provide information sheet for Owners personnel, giving proper procedures in event of failure and instances which might affect validity of warranties or Bonds. 3.03 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Manual for equipment and systems shall constitute basis of instruction. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. 3.04 OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this section. 3. Skilled as technical writers to extent required to communicate essential data. 4. Skilled as draftsmen competent to prepare required drawings. B. Prepare data in the form of an instructional manual for use by Owner's personnel. C. Format: 8 -1/2 x 11 inch paper with 20 lb. minimum, white, for typed pages. D. Binders: Commercial quality, 8 -1/2 by 11 inch (216 by 280 mm) binders with durable and cleanable plastic covers; 3 inch (762 mm) maximum ring size. When multiple binders are used, correlate data into related consistent groupings. 1. Label spine of binder with identity of general subject matter covered in manual. CLOSEOUT SUBMITTALS �--1 C1 01780 -2 Cil Howard R. Green Company Project No. 529190J02 E. Cover: Identify each binder with typed or printed INSTRUCTIONS; identify: title of Project, identity identity of general subject matter covered in manual. Iowa River Water Main Crossings Iowa City, Iowa title OPERATION AND MAINTENANCE of separate structure as applicable, and F. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. G. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. H. Contents: Neatly typewritten table of contents for each volume, arranged in systematic order with consecutive page numbers. 1. Contractor, name of responsible principal, address, and telephone number. 2. List of each product required to be included, indexed to content of volume. 3. List, with each product, name, address, and telephone number of: a. Subcontractor or installer. b. Maintenance contractor, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement and list of recommended spare parts. 4. Identify each product by product name and other identifying symbols as set forth in Contract documents, including nameplate information and shop order numbers for each item of equipment furnished. 5. Three -hole punch data for binding and composition; arrange printing so that punched holes do not obliterate data. 6. Material shall be suitable for reproduction, with quality equal to original. Photocopying of material will be acceptable, except for material containing photographs. Provide 30 days prior to actual start-up. 3.05 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co- execute submittals when required. D. Retain warranties and bonds until time specified for submittal. END OF SECTION CLOSEOUT SUBMITTALS 01780-3 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1- GENERAL 1.01 SUMMARY A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. 1.02 REFERENCES A. [DOT Standard Specifications. 1.03 QUALITY ASSURANCE A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS A. Locations of disposal sites. PART 2- PRODUCTS 2.01 MATERIALS r•� A. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES U� A. Except as amended in this document, the work in this section will conform to the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Sidewalks. Section 2515. Removal and Construction of Paved Driveways. DEMOLITIONS, REMOVALS AND ABANDONMENTS 02050-1 Howard R. Green Company Project No. 529190J02 3.02 INSPECTION Iowa River Water Main Crossings Iowa City, Iowa A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Barricade and fence open excavations or depressions resulting from work during non- working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 2. Warning devices shall be kept operational during all non - working and non - active periods. C. Site Access Measures 1. Pedestrian access to university buildings and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitabw material resulting from demolitions and removals shall be hauled to and disposed 'of at a 6ontractor,-� furnished site approved by the Engineer or to the landfill. The Contractor shall pay tlief current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS,;' A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. =? 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. DEMOLITIONS, REMOVALS AND ABANDONMENTS 02050-2 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. END OF SECTION DEMOLITIONS, REMOVALS AND ABANDONMENTS 02050-3 n� 0 r-� DEMOLITIONS, REMOVALS AND ABANDONMENTS 02050-3 Howard R. Green Company Project No. 529190,102 SECTION 02100 SITE PREPARATION PART 1- GENERAL 1.01 SUMMARY Iowa River Water Main Crossings Iowa City, Iowa A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES A. IDOT Standard Specifications. , PART 2 — PRODUCTS — NOT USED 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 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage to trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. SITE PREPARATION 02100-1 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 3.03 EXISTING STRUCTURES AND PROPERTY A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs that are owned by the City of Iowa City will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. 3.04 EXISTING FENCING A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. END OF SECTION SITE PREPARATION 02100-2 iu SITE PREPARATION 02100-2 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1- GENERAL 1.01 SUMMARY A. Excavating, placing, stabilizing and compacting earth, addition of borrow and backfillAisposal -df excavated material, and topsoil, strip, salvage and spread. } 1.02 REFERENCES A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE A. Whenever a percentage of compaction is indicated or specified, use percent of maximum 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 2.01 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 3.02 TOPSOIL A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. EARTH EXCAVATION, BACKFILL, FILL AND GRADING 02220-1 Howard R. Green Company Project No. 529190J02 3.03 DRAINAGE AND DEWATERING Iowa River Water Main Crossings Iowa City, Iowa 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 UNAUTHORIZED EXCAVATION A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. I4 1I1B3;&*1"IIQII r -+ ,V 7 n •, ca EARTH EXCAVATION, BACKFILL, FILL AND GRADING 02220-2 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1- GENERAL 1.01 SUMMARY A. Placement of silt fence. r d �e 1.02 REFERENCES A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual4, latest edition. 1.03 QUALITY ASSURANCE A. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2- PRODUCTS 2.01 MATERIALS A. Except as amended in this document, the materials in this section will conform to the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4169. Erosion Control Materials. PART 3 - EXECUTION 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform to the following divisions and sections of the IDOT Standard Road Plans: RC -16 Silt Fence SLOPE PROTECTION AND EROSION CONTROL 02270-1 Howard R. Green Company Project No. 529190JO2 3.02 SCHEDULE Iowa River Water Main Crossings Iowa City, Iowa A. Silt fence shall ho installed atlocations indicated on the plans immediately upon completion of grading. END OFSECTION � -' -- m o o~� � ��. � c^ �� SLOPE PROTECTION AND EROSION CONTROL 02270-2 Howard R. Green Company Project No. 529190J02 SECTION 02317 Iowa River Water Main Crossings Iowa City, Iowa TRENCHING FOR SITE UTILITIES PART1 GENERAL 1.01 SECTION INCLUDES A. Excavation classification of materials, backfill and bedding materials, excavation for trenches, structures, and appurtenances, rock and rubble excavating, sheeting, shoring, and bracing, dewatering, backfill for structures and trenches, utility crossings and standard trench section requirements. 1.02 PRICE AND PAYMENT PROCEDURES A. As described in 01025. 1.03 REFERENCES A. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics oPoil Using Standard Effort (12,400 ft- Ibf /ft3 (600 kN- m /m3)). " Y B. ASTM D2922 - Standard Test Methods for Density of Soil and Soil- Aggregate in, Place by Nuclear Methods (Shallow Depth). i C. Iowa Department of Transportation "Standard Specifications for Highway and Bridge" Construction," latest edition and current supplements thereto. 1.04 DEFINITIONS A. Trenching and backfilling: All excavation and backfilling to desired elevations and dimensions indicated in the Drawings, compacting, disposal of surplus material, furnishing additional backfill material, and all other work incidental to the construction of trenches, including any additional excavation. B. Material Classification. 1. Earth: All materials not classified as rock or rubble includes: clay, silt, sand, gravel, hardpan, disintegrated shale and rock debris, junk, brick, loose stones, and boulders less than 1/3 cubic yards in volume. 2. Rock: Buried boulders larger than 1/3 cubic yards in volume or materials so hard and dense that continuous loosening by pneumatic tools is required for removal. 3. Rubble: Buried concrete foundations, beams, walls, and other materials which require continuous use of pneumatic tools. 4. Topsoil: a. Topsoil removed from the site: Upper portion of the soil profile containing a good supply of humus and a high degree of fertility; free of rocks, clods and other debris larger than 2" in diameter. b. Topsoil brought onto the site: Fertile, agricultural soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site; free of roots, rocks larger than 1 ", subsoil, debris, large weeds, clay or impurities, plants; pH value of minimum 5.4 and maximum 7.0. C. Excavation Type. 1. Earth Excavation: Material that can be excavated by means other than pneumatic tools, such as a ripper. 2. Rock Excavation: Rock requiring the continual use of pneumatic tools for removal. TRENCHING FOR SITE UTILITIES 02317-1 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 3. Rubble Excavation: Rubble requiring the continual use of pneumatic tools for removal. D. Typical detail drawings for trenching, backfilling, and compacting as shown on drawings. 1. Trench Terminology 2. Typical Trench Details — DIP Pressure lines 3. Typical Thrust Blocks E. Percent maximum density shall mean a soil density no less than the stated percent of optimum density for soil as determined by ASTM D698, Standard Proctor Density. 1.05 SUBMITTALS A. Submit under provisions of Section 01300. B. Proposed methods to handle water encountered during construction. ,a C. Project Record Documents. 1. Accurately record actual locations of utilities placed or encountered using horizoptat dimensions, elevations or inverts, and slope gradients. 1.06 QUALITY ASSURANCE " c- A. Contractor will appoint and employ services of an independent firm to perform tests and other services as required by Engineer. Retesting required because of non - conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. All testing is considered incidental to pipe installation. B. Determine moisture density relations of soils encountered during construction in accordance with Standard Proctor Method. Provide graph of Proctor soil density versus water content for each soil encountered. C. Provide gradation and materials tests for pipe bedding and stabilizing material. D. Test trench backfill soil density and moisture. The number of tests required shall be as many as necessary to satisfy that the specified density has been obtained, or as required by the Engineer. 1. If trench backfill or pavement subgrade fail density tests, rework backfill or subgrade and retest until specified density is obtained. Jacking, boring, or tunneling Contractor shall be a company specializing in the applicable jacking, boring or tunneling work with a minimum of 5 years and 25 jobs of satisfactory documented experience. 1.07 PROJECT/SITE CONDITIONS A Existing Utilities 1. Before starting operations in any area in the vicinity of utility facilities, notify each utility of any operation which may affect their facilities. Provide notice to each utility sufficiently in advance of such operations to allow the utility time to mark the location of, relocate, adjust, or otherwise protect their facilities. Reach an agreement with each utility on appropriate action necessary to protect or relocate the utility facilities. The cost of such action to protect the facilities, except for locates, be borne by the Contractor. Utilize One - Call System (Iowa: 1- 800 - 292 - 8989), for locates for those utilities which subscribe to this TRENCHING FOR SITE UTILITIES 02317-2 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa service. Contact all other utilities that do not subscribe to the One -Call System. 2. At all times conduct operation so that necessary clearances are maintained and said utility facilities are protected. Comply with all Local, State, and Federal, or other regulations in performing work near utility facilities. 3. Should the Contractor damage any of the utility facilities during Contractors operations or determine the work cannot be performed safely. Immediately notify the utility involved and cease work until arrangements are made to prevent further damage or a serious accident. 4. Failure of the Contractor to provide timely notice to the utility or to conduct his operations in such manner that proper clearances are maintained and the utility facilities are protected at all times will be grounds for the issuance of a Stop Work Order. 5. Notify Engineer of unexpected subsurface conditions and discontinue Work in area until Engineer provides notification to resume work. B. Owner shall identify on site a location to deposit excess topsoil and excavated material suitable for backfill. 1. Grade disposal areas periodically to reasonably neat surface to provide for drainage and access by others. C. Contractor responsible for providing adequate fencing, barricades, and protection around excavation and work areas. D. Maximum length of trench opening at any time: 300' (100 m). E. Trees, Hedges and Shrubbery: 1. Minimize damage caused by construction operations. Exercise care in operating equipment beneath or adjacent to trees to prevent damage. 2. Trim and repair trees, hedges, and shrubbery damaged by construction operations; remove broken branches. 3. Cut no tree roots larger than 3" diameter (75 mm). 4. Notify Engineer prior to removing trees larger than 2" (50 mm) diameter; and hedges and shrubbery. 5. Dispose of all items to an off -site location obtained by Contractor. F. Sections of the Work conducted in State highway rights -of way: 1. Strictly follow IDOT permit requirements and instruction of the Resident Maintenance Engineer. Keep copies of the permit on site at all times. 2. Provide traffic control with signage, flagging, channeling devices, and barricades as required by the permit and ]DOT Standard Road Plans. 1.08 SEQUENCING /SCHEDULING `,.r_ A. Schedule work to avoid property owner inconvenience insofar as bracticable during construction. PART 2 PRODUCTS 2.01 BACKFILL AND BEDDING MATERIALS A. Select Backfill: Select backfill and bedding for pipes and structures shall be approved select material obtained from site or from off -site borrow areas. Material to be free of foreign substance, debris, large stones, rocks (11/2", 37 mm.), roots, organic or frozen material, TRENCHING FOR SITE UTILITIES 02317-3 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa expansive material and other deleterious materials. See details on Drawings and /or Typical Detail Drawings herein for typical extent of select bedding and backfill. B. Topsoil 1. Upper 9" of soil profile removed prior to excavation containing a good supply of humus and a high degree of fertility. Topsoil is free of rocks, clods and other debris larger than 2" in diameter. 2. Fertile, agricultural soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site; free of roots, rocks larger than 1 ", subsoil, debris, large weeds, clay or impurities, plants; pH value of minimum 5.4 and maximum 7.0. C. Q E. Granular pipe bedding: clean crushed stone; comply with following gradation, dependent upon pipe diameter. Sieve Pipe 4" -18" Diameter (Percent Passing) Pipe Over 18" Diameter (Percent Passing) 1-1/2" -- 100 1" 100 95 -100 3/4" 80 -95 35 -70 1/2" 35 -60 25 -50 3/8" 20 -40 10 -30 No. 4 0 -5 0 -5 Alternate granular pipe bedding material: IDOT 4120.04 Class A. crushed stone may be used in stable trench conditions as approved by Engineer. Stabilizing Material: Sharp, clean crushed stone; comply with following gradation: Sieve Percent Passing 2 -1/2" 100 2" 90 -100 1 -1/2" 35 -70 1" 0 -15 1/2" 0 -5 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey benchmark and Drawings. 3.02 PREPARATION A. Obstructions. 1. Remove trees, construction. intended elevations for the Work are l`a5 iriocated on �3 brush, rubbish, spoil, and other obstructions as necessary ' "for TRENCHING FOR SITE UTILITIES 02317-4 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 2. Remove, replace and repair fences, signs and other obstructions as necessary for construction; return all items to equal or better than original conditions. 3. Provide and remove adequate temporary fencing for any fences that are disturbed by construction operations. 4. Remove waste material promptly as it is generated by construction operations; do not permit it to accumulate. See also "Cleanup," this Section. B. Topsoil: Strip 9" and stockpile topsoil for use in surface restoration. C. 3.03 A. Haul routes. 1. Determine haul roads with approval of agency having jurisdiction over proposed roadway. 2. Make condition survey of haul roads prior to use and document with necessary photographs and written descriptions. 3. Keep reasonably free from dirt, dust, mud, and other debris from construction operations. 4. Clean a minimum of twice a week. 5. Repair any damaged haul routes to match existing conditions before use EXECUTION Earth Excavation. r 1. Excavate all material encountered to depth and dimensions indicated on brawirigs a. Comply with OSHA and all other governmental regulations. Contractoris solely responsible for complying with the regulations. C.) b. Pile excavated material suitable for backfill in an orderly manner a sufficient distance from edge of excavation to avoid rollbacks, slides, or cave -ins. C. Remove spoil not suitable for backfill; waste at disposal area obtained by the Contractor at no cost to the Owner. 2. Excavate to full depth by machine; level trench bottom to provide uniform bearing and support for full length of pipe. 3. Excavate by hand: a. Under and around utilities. b. Where overhead clearance prevents use of machine. C. Under trees and shrubs where shown on Drawings. 4. Keep sides of trench as nearly vertical as practicable within the limits of excavation codes and safety requirements; maintain vertical walls of excavation below top of pipe. Provide trench wall support as needed. 5. Minimize the width of trench below the top of the pipe, but maintain trench width of no less than pipe O.D. plus 24" (max). 6. Conform to best trench bottom construction practices as recommended by pipe manufacturer. 7. Backfill trench bottoms carried below required grade to proper elevation with crushed stone as specified for sewer pipe bedding at no expense to the Owner. 8. When unstable material is encountered this may not provide a suitable foundation for pipe a. Notify Engineer immediately. b. Engineer will investigate questionable material to determine its suitability for pipe foundation. C. If material is considered unsuitable for pipe foundations, Engineer will specify and authorize remedial measures in writing. d. If removal of unsuitable material is authorized replace with trench stabilizing material. Provide minimum of 4" (100 mm) of bedding material on top of stabilizing material to prevent point load. Bedding material graded sufficiently coarse to prevent movement and loss of bedding into trench stabilizing material. TRENCHING FOR SITE UTILITIES 02317-5 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa 9. When the material being excavated is such that it is physically impossible to stabilize the trench bottom or secure a uniform bearing using dewatering and a granular foundation and in the judgment of the Engineer concrete encasement, concrete cradling or pilings are necessary to support the pipe, provide such support when directed in writing by the Engineer. 10. Concrete encasement, concrete cradling and pilings, if not shown on the Drawings or indicated in these specifications will be paid for as extra work. 11. Provide cradling or strengthening if trench width exceeds pipe O.D. plus 24" at no cost to Owner. Rock Excavation 1. When rock is encountered at locations generally indicated on the Drawings, excavate and haul all rock to an approved site obtained by the Contractor at no additional cost to the Owner. Where unanticipated rock is encountered, notify Engineer prior to removal. 2. Excavate all rock encountered to depth and dimensions indicated on Drawings using pneumatic tools. Rock excavated beyond the limits as shown on the Typical Details will not be considered rock excavation. Provide for pipe bedding cushion for pipeline structures and appurtenances in accordance with Typical Detail Drawings herein. a. Comply with OSHA and all other governmental regulations. Contractor solely responsible for complying with the regulations. b. Pile excavated material suitable for backfill in an orderly manner a sufficient distance from edge of excavation to avoid rollbacks, slides, or cave -ins. C. Remove spoil not suitable for backfill; waste at disposal area obtained by the Contractor at no cost to the Owner. C. Rubble Excavation 1. Removal: As specified for rock. 2. Remove and dispose of excavated rubble not suitable for backfill. D Dewatering 1. Do all work in dry conditions; obtain the Engineer's approval of proposed methods of dewatering. 2. Provide for handling water encountered during construction. a. Divert stream flow and sewage away from areas of construction. b. Prevent surface water from flowing into excavation; remove water as it accumulates. C. If groundwater is encountered, provide sumps in the trench or some other methods for removal of water and stabilization of trench bottom. r_1 d. Do not pump water to existing sanitary sewers or onto adjacent, property without approval of the Engineer and adjacent property owner. 3. Lay no pipe in, and place no concrete on, excessively wet soil. 4. Protect against settlement or damage to adjacent property. - -- 5. Dewatering is incidental to the project. ' E. Bedding and Backfill for Trenches 1. Place bedding from bottom of pipe trench to pipe spring line as indicated on applicable' Typical Detail Drawings as shown on plans. Bedding includes material below bottom of pipe as specified. Compact bedding below bottom of pipe prior to installation of'pipe to minimize settlement. 2. Provide bell holes at each pipe joint; allow access completely around circumference of pipe for proper jointing operations. 3. Bedding for Fittings a. Granular pipe bedding material. TRENCHING FOR SITE UTILITIES 02317-6 Howard R. Green Company Project No. 529190,102 Iowa River Water Main Crossings Iowa City, Iowa b. Thickness of bedding material below the bottom of pipe barrel: 1/8 pipe O.D., 4" (100 mm) minimum. C. Compact in 6" (150 mm) lifts from trench bottom to pipe spring line d. Compact to a minimum of 95% Standard Proctor Density (ASTM D698). 4. Bedding for Gravity Lines: a. Granular pipe bedding material. b. Thickness of bedding material below the bottom of pipe barrel: 1/8 pipe O.D., 4" (100 mm) minimum. C. Compact in 6" (150 mm) lifts from trench bottom to pipe spring line d. Compaction shall conform to applicable Typical Detail Drawings as shown on plans, and to minimum Standard Proctor Density (ASTM D698) as specified. 5. Bedding for Pressure Lines: a. Granular pipe bedding material. Conform to applicable Typical Detail Drawings as shown on plans. b. Where rock or other unyielding material is encountered in trench bottom, provide a cushion of granular pipe bedding with thickness as shown on Typical Detail Drawing as shown on plans. C. Compact Bedding and cushioning materials in 6" (150 mm) lifts from trench bottom to pipe spring line. d. Compaction shall conform to minimum Standard Proctor Density (ASTM D698) of 95 %. 6. Construct structures and appurtenances and perform backfilling as work progresses. 7. Initial Backfill. a. Native select backfill (as described in 2.01 A.) or granular pipe bedding material. Conform to applicable Typical Detail Drawings as shown on plans. b. Compaction shall conform to minimum Standard Proctor Density (ASTM D698) of 95 %. 8. Backfill trench after locations of connections and appurtenances have been recorded. 9. Placement of Backfill: a. Place initial backfill material only after installation of pipe and bedding material has been completed. b. Place all initial backfill in such a manner so not to damage or displace pipe. C. Backfill simultaneously on both sides of pipe to prevent displacement. d. Compact to minimize settlement of trench backfill and provide optimum support of pipe. 10. Place trench backfill only after initial backfill has been placed, compacted, and approved. Trench backfill, material and compaction requirements depend on what area the pipe is located beneath as specified. Trench backfill begins V -0" (1/3 m) above pipe barrel and terminates at final grade or subgrade. 11. Trench Backfill. a. Grass Parking Areas and Unpaved Areas: Select material as previously defined. Compact backfill material to a minimum of 90% Standard Proctor Density (ASTM D698). Fill upper portion of trench in grass areas with 9" minimum of topsoil. b. Paved Areas: Select material compacted in 6" (150 mm) lifts with pneumatic or mechanical tampers to finish grade or subgrade. Compact to a minimum of 95% Standard Proctor Density (ASTM D698). 12. Backfill with material removed from excavation except where imported backfill is specified; use no debris, frozen earth, large clods, stones, or other unsuitable material. If native material is too wet or dry to achieve specified compaction, Contractor required't dry or wet material or replace with approved imported material at no additional cost to the Owner. 13. Place backfill into the trench at an angle to minimize impact on installed pipe is minimized. TRENCHING FOR SITE UTILITIES ' 02317 - 7 Howard R. Green Company Project No. 529190J02 3.04 A. B. C. 3.05 Iowa River Water Main Crossings Iowa City, Iowa Existing Utility Crossings 1. Notify utility companies before excavating; utilize Iowa One -Call system; conform to current utility notification requirements. 2. Where new construction crosses or closely parallels existing utilities or utility services, excavate in advance of pipe laying to determine location and crossing arrangement, including exact construction line and grade. 3. Utility mains shown on Drawings, in conflict with new facilities: Perform relocation or make arrangements with utility to perform Work at no additional cost to Owner. 4. Utility mains not shown on Drawings, in conflict with new facilities: Notify Engineer immediately. 5. Provide compacted sand or granular material under all existing utilities or service lines that are located above the new pipeline. Compact material to a minimum of 95% Standard Proctor Density. 6. Repair any drainage tile interrupted during the course of construction with engineer approved repair couplings. FIELD QUALITY CONTROL Complete as indicated in Part I - Quality Assurance, this Section. If tests indicate work does not meet specified requirements, remove work, replace and retest at no cost to Owner. Frequency of Tests: Perform soil density tests uniformly throughout the placing of the fill to maintain quality control at all times. Testing in accordance with ASTM D2922 and D698. CLEANUP A. Cleanup each portion of construction as it is completed. 1. Restore obstructions removed to accommodate construction equipment or to facilitate excavation. 2. Cleanup and remove rubbish, debris, and surplus material. B. Leave site in neat condition. END OF SECTION 02317 TRENCHING FOR SITE UTILITIES 02317-8 ' Y•l -T] ii � �� TRENCHING FOR SITE UTILITIES 02317-8 Howard R. Green Company Project No. 529190.102 SECTION 02520 Iowa River Water Main Crossings Iowa City, Iowa PORTLAND CEMENT CONCRETE PAVING PART1 GENERAL 1.01 SECTION INCLUDES A. Standard or slipform Portland Cement Concrete Pavement, reinforced or nonreinforced, including sidewalks, integral curbs, parking areas, roads, and streets. B. Reinforcing. C. Work to replace existing pavement removed or damaged during construction. 1.02 PRICE AND PAYMENT PROCEDURES A. Portland Cement Concrete Sidewalk 1. See Section 01025. 1.03 REFERENCE STANDARDS A. ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet- Steel.' Bars for Concrete Reinforcement. B. ASTM C 39/C 39M - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. C. ASTM C 94/C 94M - Standard Specification for Ready -Mixed Concrete. D. ASTM C 150 - Standard Specification for Portland Cement. E. ASTM C 260 - Standard Specification for Air - Entraining Admixtures for Concrete. F. ASTM C 494/C 494M - Standard Specification for Chemical Admixtures for Concrete. G. ASTM C 618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. H. ASTM D 1752 - Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction. I. ASTM D 3405 - Standard Specification for Joint Sealants, Hot - Applied, for Concrete and Asphalt Pavements. J. Iowa Department of Transportation 'Standard Specifications for Highway and Bridge Construction," latest edition and current supplements thereto. 1.04 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Design Data: Indicate pavement thickness, designed concrete strength, reinforcement, and typical details. C. Certificates: Provide certificates that materials comply with specification requirements, signed by concrete producer and Contractor. 1. Certify that reinforcing steel meets applicable Specifications. 2. Certify that sources of Portland cement and aggregates for concrete are Iowa DOT approved. Provide analysis of materials used. PORTLAND CEMENT CONCRETE PAVING 02520-1 Howard R. Green Company Project No. 529190,102 1.05 QUALITY ASSURANCE Iowa River Water Main Crossings Iowa City, Iowa A. Contractor shall employ and pay for services of the independent laboratory for tests required to show compliance with the specifications. Test results shall be submitted directly to Owner /Engineer. Selection of testing laboratory is subject to approval of Owner /Engineer. B. Provide samples of materials, job -mix design, gradations and other data for compliance with Section 4100 and 2301 of the Iowa DOT Specifications. C. Certificates: Provide certificates that materials comply with specification requirements, signed by concrete producer and Contractor. 1. Manufacturer's certification that materials meet specification requirements. 2. Material content per cubic yard of concrete furnished: dry weight of cement, saturated surface -dried weights of fine and course aggregate, quantities, type and name of admixtures, and weight of water. 3. Ready -mix delivery tickets, ASTM C94. D. Maturity Method 1. In order to expedite the work, the Contractor will be allowed to use the Maturity Method to determine when newly placed concrete is sufficiently mature to support traffic. Maturity testing shall be conducted in accordance with the procedures outlined in Iowa DOT Instructional Memorandum "Material Office Instructional Memorandums 383 ". Concrete shall be defined as sufficiently mature to receive traffic when its maturity corresponds to a compressive strength of 2,750 psi. 2. Maturity test shall not constitute verification of conformance to the specifications. Conformance to the specified compressive strength requirement shall be verified by ASTM C39 as specified previously. 3. Contractor shall provide all ASTM C39 compressive strength testing, including field casting of cylinders, for demonstrating conformance to the specifications. 4. Contractor shall be responsible for providing all equipment, labor and materials necessary for maturity testing, including all initial laboratory work to determine matudly- strength relationship. Results of initial laboratory work shall be submitted to Engineer' And Owner prior to using Maturity Method in the field. Contractor shall not open traffic on newly placed concrete without allowing Engineer and /or Owner to witness maturity tes{ ; 5 E. Compressive Strength Method 1. If Contractor chooses to forego the opportunity to utilize Maturity Methods time for opening pavement for use will be determined by results of tests on cylinders takers during concr'e_fe placement. 2. Prepare at least two concrete compression cylinder or flexural beam strength specimens for each 500 CY placed; prepare at least three strength specimens each day`;r06crete is poured; provide seven day and twenty -eight day tests in accordance with Iowa Department of Transportation Office of Materials- Instructionai Memorandum. The testing laboratory will cure and test the concrete test specimens. 3. Time for opening pavement for use will be determined by results of tests on cylinders taken during concrete placement. 4. Pavement may be opened to Contractor's forces after seven (7) days for purpose of removing coverings and building shoulders if tests of cylinders from section show compressive strength of three thousand (3,000) psi or higher. 5. Open pavement to general traffic when authorized by Engineer. 6. Concrete placed in cold weather may require additional curing time, as directed by Engineer; keep all vehicles off pavement until such curing time has been completed. F. Contractor will provide for slump and air content tests during construction. PORTLAND CEMENT CONCRETE PAVING 02520-2 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 1.06 DELIVERY, STORAGE, AND HANDLING A. Aggregates: Store and handle aggregates to avoid contamination and frequent variations in specific gravity, gradation or moisture content of materials used. 1. Store fine and coarse aggregates in separate piles or bins. 2. Minimize changes in aggregates with different specific gravities or gradations in working day. 3. Handle aggregates to prevent variations of more than 0.5% in moisture content of successive batches. 4. Thoroughly wet and allow to drain for at least one hour coarse aggregate having absorption greater than 0.5 %. 5. Drain fine aggregate at least twenty -four hours after washing and before batching. B. Cement: Store in suitable weather tight enclosures and handle to prevent loss. 1. If lumps develop in cement, cement must be reprocessed, retested, and reapproved prior to use. 2. Cement in storage at site or local warehouses for more than sixty days must be retested prior to use. C. Admixtures: Store in suitable weather tight enclosures which will preserve quality. D. Reinforcing Steel: Store off ground on timbers or other supports. PART PRODUCTS 2.01 REINFORCEMENT A. Reinforcing Steel: ASTM A 615/A 615M Grade 40 (280); deformed billet steel bars; unfinished finish. B. Dowels: ASTM A 6151A 615M Grade 40 (280); deformed billet steel bars; unfinished finish. C. Epoxy coated reinforcement: AASHTO M 284 and Iowa DOT 4151.038, use on all deformed bars and dowel bars and as shown on Drawings. D. Supports for reinforcing steel: 1. Support tie bars as required to place and maintain correct location during construction. 2. Support dowel bars at expansion and contraction joints as shown on Standard Drawings. 3. Epoxy coated reinforcement: Support with metal chairs and supports coated With epoxy or other inert material reviewed by Engineer; tie with plastic coated tie wires. 2.02 CONCRETE MATERIALS —u -� A. Portland Cement: ASTM C150, Type 1. c? _ B. Fine aggregate: Iowa DOT 4110. C. Coarse aggregate: 1. Clean, hard, durable particles of crushed limestone free from injurious amounts of objectionable materials; minimum Class 2 durability limestone; Iowa DOT 4115. 2. Gradation: Iowa DOT 4115, Gradation Number 5. D. Fly Ash: ASTM C 618, Class C; Iowa DOT 4108. E. Water: Clean and clear, free from salt, oil, acid, strong alkalis, vegetable matter, or other substances injurious to concrete. F. Water: Clean, and not detrimental to concrete. If water from a non - potable source is used for mixing, the Engineer may require certification that the water meets the requirements of the appropriate IDOT Specification. PORTLAND CEMENT CONCRETE PAVING 02520-3 Howard R. Green Company Project No. 529190,102 Iowa River Water Main Crossings Iowa City, Iowa h G. Air Entrainment Admixture: ASTM C 260. 1. Retarding: A suitable retarding admixture may be used during hot weather, With apps al of Engineer. �. 2. Calcium chloride shall not be used. 3. Water Reducing Agents: ASTM C 494; Iowa DOT IM 529. 4. Other admixtures may be used subject to approval of Engineer. 2.03 ACCESSORIES A. Liquid curing compound: 1. Use white curing compounds on all pavements not receiving ACC overlay, as per Iowa DOT 4105. 2. Use dark colored compounds an all pavements receiving ACC overlay, as per Iowa DOT 4105. B. Joints: 1. Joint Sealer: Hot poured joint filler composed of petro polymers, ASTM D 3405 with 90- 150 penetration at 77 °F. and passing 3 cycles, 200% extension bond test at - 20 °F for all regular concrete. 2. Backer Rope: Cellulose or plastic foam suitable for use with hot - poured sealer; size and compression such that it maintains position during filling operation. 3. Preformed Expansion Joint Filler: Asphalt saturated fiber strips; AASHTO M213; furnish in strips of plan dimensions. C. Plastic film: Opaque, white pigmented polyethylene plastic, 0.00085" minimum thickness, use only once if less than 0.0034" thick. D. Plastic Subgrade Film: Conform to Iowa DOT Specification Section 4107. 2.04 CONCRETE MIX DESIGN A. Mix No. C -4 in accordance with Iowa DOT 2301.04. 1. Air Entraining Admixture: Produce 6.5% + 1.5% air voids in fresh concrete measured by pressure method. 2. Water Reducing Admixture: Furnish at Contractor's option; Iowa DOT IM 529, but shall not be used in color- conditioned concrete. 3. Fly Ash: Furnish at Contractor's option; Type C Fly Ash up to 15 %; Iowa DOT IM 529; use in accordance of Iowa DOT 2301.04E. B. Mix No. M -4 in accordance with Iowa DOT 2301.04E; use as directed by Engineer. 1. Air Entraining Admixture: Produce 6.5% + 1.5% air voids in fresh concrete measured by pressure method. C. Proportion of adjustments: 1. Basis: When actual quantity of concrete is more than 101% or less than 99% of calculated quantity or if combination of materials does not produce quality of concrete specified. 2. Fine aggregate shall not exceed 50% of total aggregate in any adjustment. 3. Do not exceed maximum water - cement ratio specified. D. Water quality and concrete consistency: 1. Use proper amount of mixing water to produce concrete of uniform consistency; adapt to mix, characteristics of materials used, methods of consolidation, weather conditions and slope of finished surface. 2. Modify proportion if maximum water - cement ratio does not produce workability; increase cement to aggregate proportion to produce specified degree of workability without exceeding maximum water - cement ratio. PORTLAND CEMENT CONCRETE PAVING 02520-4 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa E. Tests on concrete placed at project site: 1. Slump: ASTM C 143; 1 -1/2" to 3" for machine finished concrete; 4" maximum, for hand finished concrete and color- conditioned concrete. 2. Air voids of fresh concrete, by pressure method: ASTM C 231; 6.5% + 1.5 %. PART 3 EXECUTION 3.01 EXAMINATION A. Verify compacted subgrade is acceptable and ready to support paving and iri)posed leads.; _- B. Verify gradients and elevations of base are correct. i 3.02 CONCRETE PROPORTIONING AND MIXING EQUIPMENT A. Plant batching and mixing equipment shall be Iowa DOT calibrated and approved. .; B. Equipment may be either stationary central plant mixer or central plant - proportioned with truck mounted transit mixer. C. If concrete is central mixed, it may be transported in agitating or non - agitating units. 1. Concrete must be placed on grade within thirty minutes after mixing if transported in non - agitating units. 2. Concrete must be placed on grade within ninety minutes after mixing if transported in agitating units. D. When concrete is mixed on truck mounted transit mixers and agitated thereafter, concrete must be handled in accordance with Iowa DOT 2301.13.D.2. E. Truck Mounted Transit Mixers: Capacities and mixing capability as defined in ASTM C 94 with attached plate containing required information. 1. Equipment shall include reliable reset - revolution counter which will register the number of revolutions at mixing speed. 2. Unit must have signed certifications that concrete producer or authorized representative has inspected unit within previous thirty day period and that interior of mixing drum is clean and reasonably free of hardened concrete, that fins or paddles are not broken or worn excessively, and that other parts are in proper working order. F. Plant or transit mixers must produce concrete with consistent quality; if uniformity, entrained air or slump varies, concrete producer must take corrective action. G. Each truck load of concrete must be identified by an acceptable plant charge ticket showing plant name, Contractor, project name, date, quantity, class, time batched, and water added at site. 3.03 PLACEMENT EQUIPMENT A. Subgrade finishing equipment: use mechanical excavating equipment designed for this purpose, approved by Engineer. 1. Form line or path area for slip -form paving machine shall be constructed to final grade by form -line excavating equipment with automatic grade controls. 2. Subgrade between forms or between path areas for slip -form machines constructed to final grade with steel shod template or automatically controlled subgrade excavating machine. B. Side Forms: Steel, minimum thickness: five gauge, height at least equal to design thickness of pavement, base width at least 6 ". 1. Minimum Section Length: 10', joint connections designed to permit horizontal and vertical adjustment with locking device to hold abutting sections firmly in alignment when set. 2. Bracing, support, and staking must prevent deflection or movement of forms from pressure PORTLAND CEMENT CONCRETE PAVING 02520-5 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa of concrete or weight or thrust of machinery operating on forms. 3. Forms must be free from scale and surface irregularities; coat with form oil prior to concrete placement. C. Flexible Forms: Use steel or wood flexible forms for curves with radius less than 100'. 1. Bracing, support, and staking must prevent deflection or movement of forms from pressure of concrete or weight or thrust of machinery operating on forms. 2. Forms used to form back of curbs at returns shall have height at least equal to design thickness of pavement and curb height. 3. Forms must be free from scale and surface irregularities; coat with form oil prior to concrete placement. D. Consolidating and finishing equipment: fixed form or slip form paving machines specifically designed for placing, striking off, consolidating, and finishing in single passage to required cross section. 1. Consolidation of concrete by single pass of approved surface, tube or internal vibrator operated in accordance with Manufacturer's recommendations. 2. Slip form equipment: automatic horizontal and vertical controls required; equipment must spread concrete to uniform depth prior to striking off. 3. Air screeds and vibrating screeds are approved consolidating and finishing equipment for cul -de -sacs and drives only. 4. Equipment subject to approval of Engineer. E. Hand finishing equipment: Contractor shall provide tools including wood or magnesium floats, wood hand floats, pointing trowels, edgers, or other equipment necessary for proper finishing of concrete. 1. Provide two light straightedges, 10' long, with handles not less than 12' long for use in detecting irregularities in surface; provide two heavy straightedges of similar size for use in correcting surface; provide two light straightedges 6" long for checking curb and gutter line. 2. Provide approved vibrators for consolidating concrete. 3. Provide metal or wood screed true to crown. F. Curing equipment: use pressure sprayer capable of applying a continuous uniform fiffti of curing compound. r, G. Concrete saws: power operated concrete saws capable of cutting hardened concrete neatly;., H. Joint sealing equipment: equipment capable of heating and installing sealant in- ljomts in, accordance with Manufacturer's recommendations. 3.04 PAVEMENT CONSTRUCTION A. General: 1. Place, strike off, consolidate, and finish concrete with fixed form or slip form mechanical paving equipment to cross section shown on Drawings. 2. Use paving machine for all uniform width slabs 8" or more in width and 200' or more in length. 3. Use hand placing, consolidating, and finishing in areas of irregular dimensions or narrow widths. 4. Set paving stakes at 25' maximum spacing on curves, 50' maximum spacing on tangents. B. Setting and removing forms: 1. Use form line excavating machine to establish subgrade for forms used to support mechanical subgrader, mechanical spreader or finisher, or other similar equipment. 2. Set base of forms at or below subgrade elevation with top of forms at pavement surface elevation at edge of slab. 3. Extra height forms may be used to back up integral curb; set base at or below subgrade PORTLAND CEMENT CONCRETE PAVING 02520-6 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa elevation with top of form at top of curb elevation. 4. Set forms accurately to required grade and alignment and secure in place to maintain grade and alignment during concrete placement and finishing. 5. If voids occur under forms, remove forms and rework subgrade to proper elevation and density. 6. If soil supporting form is softened by rain or standing water so that form is inadequately supported, remove forms and rework subgrade to proper elevation and density. 7. Check form joints with 10' straightedge prior to paving; adjust as necessary to proper grade and alignment; maximum deviation of top surface is 1/4" in 10'. 8. Coat forms with form oil before concrete is placed to prevent adherence to concrete. 9. Leave side forms in place not less than six hours after concrete is placed; if form removal damages concrete, Engineer may require remaining forms to remain in place more than six hours. 10. Remove forms with care to prevent cracking, spalling, or overstressing concrete; remove form stakes prior to raising forms. 11. Clean forms before resetting. � It C. Concrete and steel placement: 1. Uniformly moisten subgrade just prior to concrete placement or plaoe, plastic film on prepared subgrade, lap joints 12 ". 2. Adjust manhole castings, valve boxes, or other fixtures within pavementitozfinisheo suria grade; clean outside of castings. See Section 02310 - Grading for Fixture. Adjustment. 3. Place dowel and tie bars as shown on Standard Drawings or specified; support and secure' bars by approved chairs and wire assemblies. Place steel centered in the pavement a minimum of 300' ahead of paving operation. 4. Place concrete to full depth in single operation; do not pile concrete more than 8" above design elevation of surface. 5. Carefully place concrete on subgrade to prevent segregation of materials and at locations which require minimum rehandling; do not displace reinforcing. 6. Vibrate and consolidate to prevent formation of voids; do not displace reinforcing. D. Finishing: 1. Begin finishing operations promptly after concrete has been placed and consolidated. 2. Screed surface to grade and crown as shown on Drawings. 3. Do not add free water to surface. 4. Finish surface with wood or magnesium floats; finish from both sides simultaneously if pavement is placed to full width with one pass of paving machine. 5. Check surface longitudinally with 10' long straightedge while concrete is still plastic; correct any surface deviations greater than 1/8" in 10'. 6. Provide uniformly gritty surface with AstroTurf drag; round edges of pavement to 1/8" radius. 7. Check pavement surface longitudinally after concrete has hardened with 10' long straightedge; grind high spots over 1/8" with approved grinding device or device consisting of multiple saw blades. E. Joints: 1. Round edges of concrete adjacent to header boards and preformed joint material to 1/8" radius. 2. Provide supplemental vibration adjacent to header boards and preformed joint material as required. 3. Construct "CD" joint when delays caused by weather conditions, end of day's work, or when concrete placement is interrupted for thirty minutes. 4. Construct double width expansion joint in curb over expansion joint in pavement. PORTLAND CEMENT CONCRETE PAVING 02520-7 Howard R. Green Company Project No. 529190J02 3.05 CURING AND PROTECTION Iowa River Water Main Crossings Iowa City, Iowa A. Apply liquid curing compound in fine spray to form continuous, uniform film on surface and vertical edges of pavement and curbs immediately after bleeding stops. B. Apply compound with power sprayer; rate of application not less than 0.067 gallon per square yard (15 square yards per gallon); do not dilute compound. C. Apply to pavement surface after finishing and after surface moisture has disappeared; apply to pavement edges within thirty minutes after forms are removed. D. Protect concrete pavement during cold weather for at least seventy -two hours after placement as follows: (Forecast based on National Weather Service 3:00 p.m. forecast for overnight low.) 1. Temperature of 350 to 32 °F: One layer of burlap. 2. Temperature of 310 to 25 °F: Two layers burlap or one layer plastic film on one layer burlap. 3. Temperature Below 25 °F: 6" layer of straw or hay on top of one layer plastic film. Protect straw or hay from disturbance with a second layer of plastic or burlap. 4. Burlap: AASHTO M182, Class 3. 5. Commercial insulation may be substituted for straw or hay, when approved by Engineer. 6. Protect straw, hay, or insulation from disturbance by wind; leave in place for five days, minimum, or until pavement is opened to traffic. 7. Lap plastic film 18" at junctions. E. Provide cold weather protection as specified for temperature below 25 °F. for all concrete. F. Provide burlap, paper, or plastic film, and planks and stakes at or near job site tp'cover and protect fresh concrete and to construct temporary forms for protection against rain. G. Contractor responsible for pavement protection against effects of weather; failure to properly protect pavement may result in removal and replacement of damaged pavement. T' 3.06 PAVING REPLACEMENT A. Saw cut edges of removal with saw, concrete cutter, or other equipment which will produce; vertical edge; cut pavement full depth. B. Break up and remove existing concrete or asphalt pavement through use of pneumatic hammer or other suitable equipment; do not damage remaining pavement; remove pavement to existing joint when required to maintain joint spacing greater than two feet (2') and when required by Engineer. C. Provide temporary granular surfacing on streets and driveways immediately following completion of backfill. Should weather condition or traffic preclude the option of immediately installing the permanent repairs, temporary measures may be taken upon approval of the Engineer. D. Install and maintain dust abatement control measures until surface replacement is complete. E. Concrete Driveway Removal and Replacement: Remove existing driveways and replace with new concrete driveways as shown on Standard Drawings and as directed by the Engineer; score or saw cut driveway to match existing driveway; protect from traffic for 7 days after the concrete is placed. F. Concrete Sidewalk Removal and Replacement: Remove existing sidewalk and replace with new concrete sidewalk as shown on Standard Drawings and as directed by Engineer; score sidewalk to match existing sidewalk in sections not less than 9 nor more than 36 sq ft in area; construct expansion joints where sidewalk meets other sidewalk, curb, or fixtures in the surface; PORTLAND CEMENT CONCRETE PAVING 02520-8 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa construct expansion joint by installing a 1/2 inch, full depth of approved premolded joint material. G. Asphalt Pavement: Remove existing asphaltic concrete pavement full depth and replace with new asphaltic concrete material and compact as directed by the Engineer; use asphaltic concrete only to match existing material and only where allowed by the Engineer. 1. Clean and apply tack coat to edges of existing pavement and adjacent 1 foot of subgrade; tack coat bitumen: SS -1, SS -1 H, CSS -1, CSS -1 H; Iowa DOT 2303.02A. 2. Place asphaltic concrete mixture in layers with the upper 5 inches in at least two layers; minimum temperature of mixture during placement: 245 degrees F. 1 Compact each layer thoroughly with vibratory compactor; final patch shall have smooth riding surface and be level with or not more than 1/8 inch above adjacent pavement. 4. Allow mixture to cool sufficiently to provide stability prior to opening to traffic; schedule work for removal of barricades at end of each working day. 3.07 JOINTS A. Saw cut transverse and longitudinal joints in pavement and integral curb as shown on Drawings. B. Begin saw cutting as soon as concrete can be sawed without objectionable tearing of sawed edges; complete work within 24 hours after concrete is placed. C. Saw cutting operation may be conducted at any time. Maintain dust abatement control measures until saw cutting operation is completed. D. Clean wet sawed joints by water blasting; clean dry sawed joints by air blasting. Resawing of joints may be required if joints are not cleaned adequately. E. Do not seal joints until concrete is at least three days old and only when pavement and air temperature is 40 °F. or higher. F. lightly sandblast joint surfaces and clean joint by air blasting as shown on Standard;Diawings. G. Place backer rope and seal as shown on Standard Drawings. r_ H. Seal all joints before pavement is opened to Contractor's forces and general traffic. 3.08 RESTRICTIONS ON OPERATIONS A. Do not place concrete when stormy or inclement weather or temperature prevents good' workmanship. B. Use no aggregates containing frozen lumps and do not place concrete on frozen subgrade. C. With favorable weather conditions, begin concrete mixing and placement when ambient temperature is at least 34 °F. and rising or as directed by Engineer. D. Concrete delivered to subgrade must have temperature of at least 40 °F. E. Stop concrete mixing and placement when ambient temperature is 38 °F. and falling or as directed by Engineer. F. Stop concrete mixing and placement when ambient temperature exceeds 95 °F. or as directed by Engineer. G. Pavement damaged by inclement weather shall be removed and replaced. H. Night operation: 1. Place no concrete when darkness prevents good workmanship in placing and finishing as determined by Engineer. 2. Do not place or finish concrete under artificial light. PORTLAND CEMENT CONCRETE PAVING 02520-9 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa Use of pavement: 1. Time for opening pavement for use will be determined by results of tests on cylinders, beams or maturity meter taken during concrete placement. 2. Pavement may be opened to Contractor's forces after seven days for purpose of removing coverings and building shoulders or if tests of cylinders, beams or maturity meter from section show compressive strength of 3,000 psi or higher, or flexural strength or 500 psi or higher. 3. Open pavement to general traffic when approved by authorized authority. 4. Concrete placed in cold weather may require additional curing time, as directed by Engineer, keep all vehicles off pavement until such curing time has been completed. 3.09 GRADING A. After the back of the curbs have been cured and the concrete set, fill the area back of the curbs and grade to the level of the top of the curb. The top four (4) inches of backfill shall be approved soil; free of rocks and concrete. B. The fill back of the curbs shall blend in smoothly with the undisturbed sod in the parking area and shall provide drainage onto the finished pavement. C. Perform incidental grading on site to eliminate erosion gullies and ruts. Show proper cross section for drainage as directed by the Engineer. 3.10 DEFECTS OR DEFICIENCIES A. Pavement containing excessive cracks, fractures, spalls, or other defects shall be removed and replaced, or repaired, at no cost to Owner. Severity of defects and remedy, determined by Engineer. B. Pavement thickness: determined by random cores; one 4" diameter core taken for each section of approximately 1,000 SY. C. Restore core holes by tamping non shrink cement grout into hole and finish by texturing surface. D. If the concrete cores taken are less than the specified thickness, remove and replace pavement at no cost to Owner. Deficient thickness pavement will not be accepted. E. Area represented by each core is one -half of distance to next core or to end of pavement. F. Additional core samples may be made and measured at Contractor's expense to determine the extent and severity of pavement deficiency. 3.11 PROTECTION A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. END OF SECTION Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa SECTION 02660 WATER DISTRIBUTION _. PART 1- GENERAL 1.01 SUMMARY j A. Furnish, install and test water distribution system as indicated and specified. 19130A A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a * ** shall be kept on the site, readily available and accessible to the Engineer during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus 15 %. B. City of Iowa City Water Division 1. Reference Manual C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI /AWWA- C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI /AWWA- C105/A21.5: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSI /AWWA- C110/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI /AWWA- C111/A21.11: Rubber - Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSI /AWWA- C150/A21.50: Thickness Design of Ductile -Iron Pipe 6. ANSI /AWWA- C151/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSI /AWWA- C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch, and 54- inch through 64 -inch for Water Service 8. ANSI /AWWA C502: Dry- Barrel Fire Hydrants 9. ANSI /AWWA C504: Rubber - Seated Butterfly Valves 10. AWWA C509: Resilient- Seated Gate Valves for Water Supply Service. 11. 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. ANSI /AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 12 -inch for Water Distribution D. American Water Works Association: 1. AWWA Manual M23 * * *: PVC Pipe- Design and Installation 2. AWWA Manual M17 * * *: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: 1. ASTM D2241 WATER DISTRIBUTION 02660-1 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa 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- 13-3 -88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4 -36 inch) complying with AWWA Standard C -900 or C -905. 1.03 SUBMITTALS A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. B. Shop and Working Drawings: 1. Pipe layout with valves, fittings and hydrants shown 2. Valves 3. Hydrants 4. Fittings -,1 5. Bolts 6. Joints 7. Tapping sleeves, couplings, and special piping materials 8. Polyethylene 9. Thrust block designs and details 10. Special backfill C. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. D. Manufacturer's Literature: 1. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners and other accessories. 2. Brochures and technical data and coatings and linings and proposed method of application. E. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. 1.04 QUALITY ASSURANCE A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. fi9rFii11Pi1:1 A. Time is of the essence for water main construction work. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. WATER DISTRIBUTION 02660-2 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division is listed below. Serve notice to the Water Division at 356 -5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities, provide 48 hours notice. PART 2- PRODUCTS 2.01 All products used for this work shall be from the list of "Accepted Products for Water Distribution Materials" contained in the Iowa City Water Division Reference Manual and found in Appendix A— attached at the end of this specification section. If there is a discrepancy between the Iowa City Water Division Reference Manual and Appendix A. the Iowa City Water Division Reference Manual prevails. 2.02 DUCTILE -IRON PIPE A. Thickness design shall conform to ANSI /AWWA C150/A21.50. B. Manufacture shall conform to ANSI /AWWA C151/A21.51. C. Thickness for direct bury piping, unless otherwise indicated or specified, shall be class 52. D. Thickness for pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. E. Cement mortar lining shall conform to ANSI /AWWA C104/A21.4. F. Tracer wire: Use tracer wire with any buried ductile -iron pipe runs. Tracer wire as:specihed for Polyethylene Pipe. 2.03 POLYEHYLENE PIPE — .1 A. All HDPE pressure pipe and fittings shall meet the requirements of AWWA C906. B. Pipe (sizes 4" through 63 "): Outside diameter shall be based on ductile iron pipe size (DIPS). Pipe shall be DR 11 having a working pressure rating of 160 psig unless noted otherwise on the plans, or thicker wall (lower DR number) if required for horizontal directional drilling installation as determined by Contractor for specific pipe segments as shown on the plans. Pipe shall be manufactured from a PE 3408 resin. Manufacturer shall be ISCO Pipe item #: PE401211 D or engineer approved equal. C. Joints: Butt fusion. D. Tracer wire: Use tracer wire with any buried nonmetallic pipe runs. Tracer wire shall be manufactured specifically for buried tracer wire applications and at minimum shall meet the following criteria: 1. UL Listed. 2. Solid oxygen -free annealed copper. 3. #12 ga. or larger. WATER DISTRIBUTION 02660-3 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa 4. Insulation material shall be at least 45 mil thick and be rated for 600 V. 5. Insulation construction shall be high- density, high molecular weight polyethylene (HMWPE). 6. Wire insulation shall have the color as defined by APWA. 7. Buried splices are not allowed unless there is a run exceeding 1,000 ft. Buried splices installed must be rated for buried cable at 600 V. 2.04 DUCTILE -IRON PIPE JOINTS A. Single rubber - gasket push -on joints or mechanical joints conforming to ANSI /AWWA C111/A21.11. Furnish with all necessary hardware and gaskets. B. Bell- and - spigot pipe joints conforming to ANSI A21.6 or ANSI A21.8. C. For bolted /restrained mechanical joint, use Griffin Bolt -Lok restrained joint or approved equal. (Class 53) D. For unbolted /restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved equal. (Class 53) E. Do not use drilled & tapped retainer glands. F. Plain end of push -on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.05 POLYVINYL CHLORIDE PIPE �s 1 A. Pipe shall conform to ANSI /AWWA C900 and shall be thickness class DR' -18 (Class; 150) A11 pipe shall have the same outside dimensions as ductile -iron pipe. PVC pipe Materials are only allowed in sizes 6 to 10 inch diameter. B. PVC pipe materials shall not be used in any area where there is likelihood the ,pipe will be exposed to concentrations of pollutants comprised of low molecular weight petroleum products or organic solvents or vapors. C. PVC pipe shall not be installed under public roadways and shall not be used around cul -de -sacs or other small radius curves. D. Tracer wire: Use tracer wire with any buried PVC pipe runs. Tracer wire as specified for Polyethylene Pipe. 2.06 FITTINGS A. All fittings shall conform to ANSI /AWWA C110/A21.10, with pressure rating of Class 350 for 3" to 24 ". B. Mechanical -joint fittings shall be ductile iron compact ANSI /AWWA C153/A21.53 or ductile standard ANSI /AWWA C110/A21.10. Large fittings, 16 -inch through 20 -inch shall be ductile iron standard ANSI /AWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSI /AWWA C110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSI /AWWA C110/A21.10 shall be provided. WATER DISTRIBUTION 02660-4 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa 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 Corr -Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. 2.07 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. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi and gaskets rated at 250 psi. 3. Valves shall have a standard 2 -inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o -rings under pressure. 5. Valves are to be non - rising stem with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSI /AWWA C504, for buried service, Class 1508. 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. C. Tapping Valves shall be as specified for resilient- seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless nuts and bolts. - 3. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51" to 71 ". Use lids m27ked'rr7,ater". 2.08 HYDRANTS Specification standard: ANSI /AWWA Standard C502 Type of shutoff: Compression Type of construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main valve opening: 4'/2 inches for 12" water main and under 5% inches for 16" water main and above Nozzle arrangement 3 nozzle, two 2'/ -inch hose nozzles and one 4Y2-inch pumper and size nozzle, with caps attached with chains WATER DISTRIBUTION 02660-5 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa Nozzle thread: National Standard Hose Threads Type of inlet connection: Mechanical Joint Size of inlet connection: 6 inch Depth of bury: Depth of bury shall be 6 feet Direction of opening: Open to right (clockwise) Packing: Conventional or O -Ring Size and shape of operating 1% inch, standard pentagon nut: Working pressure: 250 psi Color: Safety Red 2.09 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. E. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 2. Shall meet the OD requirements for class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Shall be compatible with Mueller, Clow, Kennedy, or U.S. Pipe F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. G. Restrained PE MJ Adapter Kit: 1. All HDPE pressure pipe and fittings shall meet the requirements of AWWA C906. 2. Manufacturer shall be ISCO part #: ISMFMJ1211 DIPS or engineer approved equal. WATER DISTRIBUTION 02660 -6 Howard R. Green Company Project No. 529190,102 2.10 GASKETS, BOLTS, AND NUTS Iowa River Water Main Crossings Iowa City, Iowa A. Mechanical joints made with: 1. Bolts: 3/4 inch NSS Cor -BLUE. ' 2. Stainless steel bold studs with stainless steel nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with stainless steel nuts and 3/4" diameter. 2.11 LOCATION WIRE A. As indicated on plans. 2.12 LUMBER A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). Do not use creosoted lumber in contact with piping materials. 2.13 WATER A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfection and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART 3 - EXECUTION 3.01 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 /AWWA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23 and Uni -Bell PVC Pipe Association UNI- 13-3 -88 except as noted herein. D. Contractor must prepare and retain a set of "as- built" drawings on 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. 3.02 RECEIVING, STORAGE AND HANDLING A. The Engineer 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. WATER DISTRIBUTION 02660-7 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 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. C. Within the "Storage" language of AWWA M23, change "should" to "shall." D. Within the "Handling" language of AWWA M23, change "should" to "shall." 3.03 LOCATION, ALIGNMENT, SEPARATION & GRADE A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Contractor shall have all buried utilities located by the 1 -800- ONE -CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5% feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main and the top of the sewer. Where local conditions prevent this vertical separation, the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. All HOPE and PVC water main and ductile iron water main 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, 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 full -size valve box and mark the drawings appropriately. 3.04 PIPE BEDDING AND BACKFILLING A. Ductile -iron pipe bedding shall conform to the project plan details or as otherwise specified or WATER DISTRIBUTION 02660-8 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 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 stomping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. 3.05 PIPE RESTRAINT A. Thrust Restraint: 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 lumber to prevent shifting before placing concrete. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: 1. Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. 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 thrust 3.06 JOINTS AND COUPLINGS - f A. Push -on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in "casing wIjh locking rubbers. B. Mechanical Joints: 1. The range of torque for tightening bolts which is indicated in ANSI /AWWA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 10 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. 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. WATER DISTRIBUTION 02660-9 Howard R. Green Company Project No. 529190J02 3.07 TAPPED CONNECTIONS UNDER PRESSURE A. Follow manufacturer's installation instructions. A ' togw? River Water Main Crossings Iowa City, Iowa t B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. Contractor is to provide tapping sleeve and valve assembly. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. 3.08 POLYETHYLENE ENCASEMENT A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSI /AWWA C205/A21.5 installation methods. This includes any ductile iron laid in cul -de -sacs or other small radius areas where PVC main could not be used. 3.09 HYDRANT INSTALLATION A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter. C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set -back of 4 feet from the curb line is recommended. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break -off flange should be no more than 6 inches above ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with pre -cast cement blocks to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 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 WATER DISTRIBUTION 02660-10 Howard R. Green Company Project No. 529190J02 I Iowa River Water Main Crossings Iowa City, Iowa office prior to using the water supply. 'U I � I z , : - I C. If requested by the City, the contractor will, w,ork.with the Water Division personnel to submit a plan for initial operations and a plan for fir�al.op�rAtibn's'to. the Water Division for approval. The plans shall include a drawing and typed list ``df dctions.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 1. Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in ANSI /AWWA C651 and the following specifications. B. See CONNECTION NOTES on plans for disinfecting connections to existing water mains. C. Special Disinfection Requirements 1. Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. 2. Water main 16 -inch and larger in diameter must be swabbed with a soft pig prior to flushing if flow in the system is not adequate to maintain scouring velocity (2 fps) during flushing. 3. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg /L. Use either the granulated /tablet or continuous feed method with modifications as described in 3.11 C or D below. 4. The chlorinated water shall be retained in the main at least 24 hours, during which 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. 5. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mg /L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than % of the main diameter. For 6 -inch through 12 -inch water mains, a single 2'/ -inch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). 6. Collect a bacterial sample from the end of each line or 800 -1,000 feet and deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms, the hydrostatic test may proceed. D. Tablet Method of Chlorine Application 1. 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. E. 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 % of the main diameter. For 6- inch through 12 -inch water mains, a single 21/2-inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main WATER DISTRIBUTION 02660-11 Howard R. Green Company ` Iowa River Water Main Crossings Project No. 529190,102 "' ' Iowa City, Iowa completely. 3.12 TESTING 3 A. Filling the water main: 1. Fill the newly constructed water main system slowly using treated public water under low pressure and low flow. The objective is to displace air with water while avoiding damage to new construction, customer services, and adjoining property due to the release of air and water. Public Works staff 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. 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. Then, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. B. Pressure and Leakage Tests: 1. Conduct combined pressure and leakage test in accordance with ANSIIAWWA C600. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. 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. 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 WATER DISTRIBUTION 02660-12 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 3. After hydrant has been flushed, close it and check for drainage. This is done by placing the hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. E. Flow Test: 1. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine the fire flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test shall be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. WATER DISTRIBUTION 02660-13 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa APPENDIX A Accepted Products for Water Distribution Materials WATER PIPE: (Ductile) ANSI /AWWA— A21.51/C151 American, Clow, Griffin, McWane, Tyler, and US Pipe Class 52 for direct 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 DR18 (6" thru 10 ") WATER PIPE: ( HOPE) AWWA C906 ISCO Industries or engineer approved equivalent. DR11 (minimum), Ductile Iron Pipe Size. FITTINGS: (Ductile Iron Standard) ANSI /AWWA —A21 (Ductile Iron Compact) AWWA C153, 350 psi Clow, Tyler /Union, U.S. Pipe, or Sigma -c, .7 TAPPING SLEEVES: (Full Body Ductile Iron with Stainless Steel and/or NSS Cor -Blue Nuts and Bolds) for 12" and larger or under pavement Clow - F -5205, Mueller - H615, Kennedy, Tyler /Union, Kennedy, American Flow Control - Series 2800, or U.S. Pipe - T -9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller -1-1304, Romac SST, JCM -432 MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) Ebaa Iron Sales Inc. STAINLESS STEEL REPAIR CLAMPS: Smith -Blair -261, Ford FS1, Romac SS1 VALVES: (Resilient Seated Gate Valves) ANSIIAWWA —0509 Clow F -2640, Kennedy 1571 -X, Mueller Resilient Seat - A- 2360 -20, American Flow Control - AFC -500, or U.S. Pipe Metro Seal 250 #5460 VALVES: (Butterfly) ANSI /AWWA C504, Class 150B Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik VALVES: (Tapping) Clow — F -2640, Mueller — T- 2360 -16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860, or American Flow Control -865 VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71") East Jordan Series 8555 & Item 666A — Range 51" to 71" WATER DISTRIBUTION 02660-14 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa HYDRANTS (4 %" for 12" and under) (5 Yd' for 16" and above) AWWA C502 Clow F -2545 Medallion, Kennedy Guardian K -81, Mueller Super Centurion 250, American Darling - MK 73 for 4 1/2" & B84 -B for 5 1/4" SLEEVE TYPE COUPLING: Standard solid black sleeve — Tyler /Union 5 -1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts — Smith -Blair 441 or Romac Style 501 STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts): Smith -Blair 261, Romac SS1 or Ford FS1 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter WaterPro or Utility Equipment - Valvco —95E —2 Yz' ID with lockable cast -iron lid — minimum 18" long, telescoping TRACER WIRE CONNECTORS: See plan notes POLYWRAP: 8 mil polyethylene encasement FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and YI END OF SECTION WATER DISTRIBUTION 02660-15 f. WATER DISTRIBUTION 02660-15 Howard R. Green Company Project No. 529190J02 SECTION 02730 Iowa River Water Main Crossings Iowa City, Iowa AGGREGATE SURFACING PART1 GENERAL 1.01 SECTION INCLUDES A. Furnishing, hauling, placing, compacting, and shaping to obtain desired cross - section and profile of crushed stone surfaced roadways and other areas shown on Drawings. 1.02 REFERENCES A. Iowa Department of Transportation - "Standard Specifications for Highway and Bridge Construction," latest edition and current supplements thereto. B. ASTM C 136 - Sieve Analysis of Fine and Coarse Aggregates. C. ASTM D 698 - Test Methods for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5 lb (2.49 Kg) Rammer and 12 inch (304.8 mm) Drop. D. ASTM D 1557 - Test Methods for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures Using 10 lb (4.54 Kg) Rammer and 18 inch (457 mm) Drop. E. ASTM D 2922 - Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). 1.03 TEST SUBMITTALS A. Submit certification that aggregate source is approved by Iowa DOT for material specified. B. Submit under provisions of Sections 01300 and 01400. 1.04 WARRANTY A. One year after final acceptance by Owner, return to the project site to finish grade and compact the granular surfaces smooth and conduct touch -up shaping as necessary. PART PRODUCTS 2.01 MATERIALS A. Crushed Stone Granular Surfacing Material: Class A Crushed Stone meeting Section 4120.04 of Iowa DOT Specifications. B. Macadam Stone Base Material: 1 -1/2" clean crushed stone base course meeting Section 4122.02 of Iowa DOT Specifications. C. Filter fabric meeting Section 4196.01 (E) of Iowa DOT Specifications. PART 3 EXECUTION ^> T 3.01 INSPECTION —I Ga A. Verify compacted subgrade is dry and ready to receive work of this Section. _erg B. Verify gradients and elevations of base are correct. 3 ?? IJ C. Beginning of installation means acceptance of existing conditions. - 3.02 EQUIPMENT A. Weighing Equipment and Procedures: Section 2001.07 of Iowa DOT Specifications. AGGREGATE SURFACING 02730-1 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa B. Compaction Equipment: 1. Be of such design that operation shall not disturb subgrade or subbase. 2. Types of equipment used shall be in accordance with Section 2001.05 of Iowa DOT Specifications, except other types of equipment may be used provided it is demonstrated they will consistently produce specified density and gradation. 3. Compaction equipment known as sheep -foot rollers shall not be used. C. Proportioning Equipment: When base material is composed of more than one aggregate, proportioning equipment shall include system of calibrated gates. D. Spreading Equipment: Be capable of uniformly spreading material to required thickness. E. Motor Patrols: Section 2001.15 of Iowa DOT Specifications. 3.03 CONSTRUCTION OF ROADWAY SURFACING A. Install filter fabric according to manufacturer's recommendations on the prepared subgrade. B. Construct crushed stone surfacing system consisting of 3 inch (75 mm) Class A crushed stone surfacing material over 6 inch (150 mm) of 1 -1/2" clean crushed stone subbase material on the installed filter fabric in accordance with the following: 1. Delivery of Surface Material: a. Engineer may control rate of delivery of aggregate to reduce time aggregate will remain on subgrade in uncompacted condition to practical minimum. b. Place granular materials after completion of construction activities. c. Place granular materials in the presence of Engineer's representative. d. Furnish all weight tickets to Engineer's representative. 2. Moisture Content: a. At the time subbase or surface material delivered to subgrade, water shall be uniformly distributed throughout material so that all particles are uniformly wetted. b. Amount of water shall be within 2.0% of amount determined as field optimum to produce maximum density, together with stability with field compaction procedure. c. Maintain moisture content in aggregate until compaction is complete. 3. Spreading Aggregate: a. Spread material to width and depth that will conform to desired profile and cross - section. b. Maximum compacted thickness of subbase or surface material which may be spread for compaction as single course will be limited to that which will be uniformly and satisfactorily compacted for full depth of such course by compaction equipment employed. c. Spread so uniformity of material and moisture content is maintained. d. Contractor responsible for obtaining designated thickness, elevation, gradient and for application rates. 4. Compaction: a. Promptly after material has been spread, thoroughly and uniformly compact to not less than 90% Standard Proctor Density in accordance with ANSI /ASTM D69$ b. Perform hand tamping in areas inaccessible to compaction equipment., END OF SECTION - AGGREGATE SURFACING 02730-2 Howard R. Green Company Project No. 529190J02 SECTION 02751 Iowa River Water Main Crossings Iowa City, Iowa DIRECTIONAL BORING FOR WATER MAIN PART1 GENERAL 1.01 SECTION INCLUDES A. Installing water main, under existing waterway structures by directional boring. B. Piping and Accessories. 1.02 REFERENCES A. ASTM D2774 - Underground Installation of Thermoplastic Pressure Piping. B. ASTM D3261 - Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing. C. ASTM D3350 - Standard Specification for Polyethylene Plastics Pipe and Fittings Materials. D. ASTM F714 - Standard Specification for Polyethylene (PE) Plastic Pipe (SDR -PR) Based on Outside Diameter. E. ASTM F2164 - Standard Practice for Field Leak Testing of Polyethylene (PE) Pressure Piping Systems using Hydrostatic Pressure. 1.03 SUBMITTALS A. Submit under provisions of Section 01300. 1. Submit joint procedure. B. Provide product data for all pipe, pipe accessories, and saddle wyes C. Provide technical data for digital control system to be used in directional boring operations. Demonstrate that proposed control system meets requirements of specifications. D. Project Record Documents: 1. Submit under provisions of Section 01780. 2. Record location of pipe runs, connections, and invert elevations. 3. Identify and describe unexpected subsoil conditions, and locations of unmarked utilities. 1.04 GENERAL REQUIREMENTS A. Notify Owner, Engineer and affected property owners and right —of -way agencies 48 hours in advance of commencing work. B. Type of installation, size of pipes and location within project are shown on the drawings. DIRECTIONAL BORING FOR WATER MAIN 02751 -1 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa 1.05 PROJECT/SITE CONDITIONS A. Restrictions: 1. Owner's or Engineer's representative must be present. PART PRODUCTSf 2.01 GENERAL A. Pipe and fittings for water main conduit shall conform to the requirements of Section 02660 - Water Distribution B. The profile of the pipe installed by directional boring shall be as shown on the plans and as staked in the field. All piping shall maintain a minimum cover of 5.0 feet. C. Any fittings or adapters to connect the differing pipe materials shall be considered incidental to the installation of the pipe. 2.02 MATERIALS A. Pipe and conduit size, material, class, type, and grade are shown on plans and described in Section 02660 for Water Distribution. B. Contractor shall determine if pipe of greater wall thickness than DR 11 is required for horizontal directional drilling and pipe pull back operations for specific pipe segments as shown on the plans and within the conditions of this Section. C. Testing of pipe shall be in accordance with ASTM F2164 -02. PART 3 EXECUTION 3.01 EXAMINATION A. Field Measurements: Verify that field measurements and elevations are as indicated on Drawings. 3.02 INSTALLATION A. Install the pipe in the location to the line and grade designated on the drawings with the pipe joints neatly fused together. B. Contractor shall design, furnish, install, maintain and remove after their portion of the project appropriate sediment barriers. The Contractor shall be responsible for the preservation of all existing trees, plants and other vegetation that are to remain within or adjacent to the Construction site and shall also be responsible for protecting existing concrete curb, fence, utilities and other structures that are located within or adjacent to the construction site. C. Site preparation, grading, excavation, fill and backfill, trenching, and vegetation removal shall be done in accordance with the Plans and Specifications. Strip topsoil from excavated areas and stockpile for future use with the limits of the project. D. Maintain minimum separation of watermain and sewer as required by the Ten States (Great Lakes -Upper Mississippi River Board of State and Provincial Public Health and Environmental DIRECTIONAL BORING FOR WATER MAIN 02751 -2 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa Managers) Recommended Standards for Water Works (2007 Edition). E. Drilling Area: 1. House steering equipment in a non - magnetic bottom -hole assembly of the lead section of the non - magnetic drill pipe to allow for in -hole deviation at the front during the drilling of the pilot hole. 2. Position lead section along the same alignment as the proposed crossing from entry to exit. 3. Include additional (two or more) non - magnetic drill collars. Drill behind the non - magnetic bottom -hole assembly to serve as a buffer between the magnetized pilot work- string and the steering guidance probe. 4. Enlarge the pilot hole to a size slightly larger than the outside diameter of the proposed pipe by a drilling- auger. 5. Start initial auguring or reaming of the hole in the opposite direction taken by the pilot drill, that is, in the direction from pilot exit -point to pilot entry- point. 6. Pull the drilling auger back along the pilot hole toward the entry side (pilot hole exit - point) and enlarging or reaming process repeated, if necessary until hole is enlarged to the proper size. 7. Keep the drilling staging area neat and orderly and disturb as little area as possible. F. Inject Bentonite through the drill pipe attached to the drilling auger to suspend the cuttings, keeping the hole filled with a slurry of Bentonite and cuttings. When the drilling -auger reaches the pilot drill entry -point on its final reaming pass, push the drilling -auger back through the pre - reamed hole to the exit side while at the same time injecting Bentonite. G. After the final pass of enlarging the pilot hole, the drilling -auger shall be disconnected at the pilot hole exit -point side and the pulling tractor, consisting of a swivel and a circulating sub shall be attached to the pilot working string assembly or drill pipe. The proposed 12" PE and tracer wire shall be attached to the pulling tractor to be led back through the enlarged hole in the direction towards the pilot entry- point. H. Use a Bentonite slurry in connection with the installation of the proposed pipe into the hole. Prior to installation of the pipe into the hole, the Contractor shall notify the Owner and inform them of the conditions encountered during the auguring to determine whether a cement slurring shall be used as a supplement. 1. If sub - surface conditions contain predominantly clayey soil as indicated in the soil logs, then the Bentonite slurry shall be used. 2. If substantial pockets of sandy or granular material are encountered, then a cement slurry shall be chosen as a supplement for added strength to the hole. I. Mud and slurry material displaced by the pipe during installation and during drilling operations are to be deposited in watertight containers and hauled off by a vacuum truck to a certified receiving site. J. Inspect the leading three feet of the PE pipe for excessive bruises or gouges. If gouges exceed 1/16" deep, entire pipe shall be replaced at Contractor's expense. K. Check continuity of tracer wire. -' -n 3.03 CONTROL OF LINE AND GRADE ° A. Engineer shall provide control surveying. Contractor shall provide detailed staking. Contractor shall survey and record top of pavement or rail elevations before and after boring operations as necessary. DIRECTIONAL BORING FOR WATER MAIN 02751 -3 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa 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 grades, as shown on the plans, are maintained in the installed carrier pipe. 3. The Contractor shall be required to remove and reinstall pipes which vary in depth and alignment from these tolerances. 3.04 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 provide a tabulation of coordinates, including elevation data, referenced to the drilled point entry, which accurately describe the location of the pilot hole. Fri C. Pilot hole alignment shall be accepted and approved by the Engineer prior to reaming' and pipe installation. a 3.05 REAM AND PULL BACK OPERATIONS A. Reaming shall be sufficient to prevent damage to pipe or pipe crossing. B. The maximum allowable tensile load imposed on the pipeline pull section shall not exceed 90% of the product of the Specific Minimum Yield Strength of the pipe and the area of the pipe section, or as specified by the pipe manufacturer. C. A swivel shall be used to connect the pipeline pull section to the reaming assembly to minimize torsional stress imposed on the section. D. The pipeline pull section shall be supported as it proceeds during pull back so that it moves freely and the pipe and pipe coating are not damaged. E. The pipeline pull section shall be installed in the ream hole in such a manner that external pressures are minimized. F. In case of a pull back where the bore hole will be abandoned or where voids are created, the Contractor shall fill voids with grout injected under pressure using approved methods. 3.06 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. DIRECTIONAL BORING FOR WATER MAIN 02751 -4 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa 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 hours. The Contractor shall not be entitled to additional compensation for effort required to maintain continuous boring operations. The Engineer reserves the right to waive the requirement for continuous boring if such waiver is approved by the appropriate governing agency. E. Care shall be taken during boring operations to ensure that the pipe remains true to line and grade. F. No open cut within boring limits shown on the plans shall be permitted without written authorization of the Engineer and the governing agency. G. Pull back forces shall not exceed the allowable pulling forces for the pipe being installed. H. The drilling fluid, such as bentonite, shall be used for lubricating the pipe during pull -back, forcing spoils out of the pipe pit, assisting in holding the hole open during pull back, and hardening into a clay substance around the outside of the conduit, preventing settlement of the ground. Adequate drilling fluids shall be used to avoid a "hydra -lock" condition. Disposal of excess fluid and spoils shall be the responsibility of the Contractor. I. Any damage to property, landscaping or trees caused by Contractor's operation shall be replaced to the Owner's satisfaction and at no additional cost to the Owner. J. The Contractor shall make necessary provisions to keep water and soil out of the installed piping systems. K. Obstructions to the progress of the pipe, such as roots, boulders or portions of former structures, shall be removed and deviations from line and grade shall be avoided if such deviation will result in ill- fitting joints. The use of explosives for removing obstructions is prohibited. 3.07 CONFLICT WITH EXISTING UTILITIES A. Verify location of all existing utilities. B. Expose all lateral utility crossings and verify acceptable clearance with utility: 6ompany befpr',e boring. C. Record location and depth of utility crossing. 3.08 INSTALLATION OBSTRUCTIONS A. Obstacles met during the process of installation shall be reported to the Engineer immediately. B. Potential solutions and alternatives shall be presented to the Engineer for concurrence of alternative. C. Abandonment, additional locations or extra costs as a result of obstructions shall not be reason for additional compensation. Payment is based on completed work at the unit price per foot for the completed length in accordance with the specifications and drawings. DIRECTIONAL BORING FOR WATER MAIN 02751 -5 Howard R. Green Company Project No. 529190JO2 3.09 TESTING Iowa River Water Main Crossings Iowa City, Iowa A. Perform testing for watermain installed by directional boring in accordance with Section 02660. END OF SECTION DIRECTIONAL BORING FOR WATER MAIN 02751-6 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190J02 Iowa City, Iowa SECTION 02900 LANDSCAPING PART 1- GENERAL 1.01 SUMMARY A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading,; Iandscape accessories and maintenance. 1.02 QUALITY ASSURANCE A. 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. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. PART2- PRODUCTS 2.01 SEED Minimum Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass Perennial Rygrass (fine leaf variety) Creeping Red Fescue RURAL MIX* Kentucky 31 Fescue Switchgrass (Black Well) Alfalfa (Northern Grown) Birdsfoot Trefoil (Empire) Alsike Clover 70% 122.0 2.80 10% 18.0 0.40 20% 35.0 0.80 54% 25 0.57 17% 8 0.18 11% 5 0.11 9% 4 0.09 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.02 LIME AND FERTILIZER A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: LANDSCAPING 02900 -1 Howard R. Green Company Iowa River Water Main Crossings Project No. 529190,102 Iowa City, Iowa Nitrogen' - 15% Phosphorus - 15% Potash - 15% z - *At least 50 percent of nitrogen derived from natural organic sources o(; ureafor.m. PART 3 - EXECUTION 3.01 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 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'% 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. 3.02 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 LANDSCAPING 02900 -2 Howard R. Green Company Project No. 529190J02 Iowa River Water Main Crossings Iowa City, Iowa original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. END OF SECTION .r LANDSCAPING 02900 -3 Sett >�) �w J1 Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5410 RESOLUTION NO. 12 -68 RESOLUTION SETTING A PUBLIC HEARING ON MARCH 6, 2012 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA RIVER WATER MAIN CROSSINGS PRO- JECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Water Mains Crossings Flood Repairs account # 3279. 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 61' day of March, 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 21st day of February 20 12 644 mil^ MAYOR Approved by ATTEST: ,+[u / a /dLte�NHr03d CITY-CLERK City Attorney's Office;,/g, /,Z PwenWres/setph-iadvercroWngs dw 2112 Resolution No. Page 2 It was moved by Champion and seconded by ThroQmorton the Resolution be adopted, and upon roll call there were: AYES: x x x x x x NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5410 RESOLUTION NO. 12 -99 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA RIVER WATER MAIN CROSSINGS 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 Water Main Crossings Flood Repairs account #3279. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 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 29l' day of March, 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 3' day of April, 2012, or at a special meeting called for that purpose. Passed and approved this 6th day of march _,20 12 MAYOR Approved by ATTEST:<t�i�t,J 5� Icdil� CITY OLERK City Attorney's Office pvengVresfadwoss- appp & s.doc 2172 41 Resohition No. 12 -99 Page 2 It was moved by Payne and seconded by Dobyns the Resolution be adopted, and upon roll call there were: AYES: X . x x x X x x NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Th ogmorton NOTICE TO BIDDERS IOWA RIVER WATER MAIN CROSSINGS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29th day of March, 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 3rd day of April, 2012, or at special meeting called for that purpose. The Project will involve the following: 1280 feet of 12" HDPE directional bored water main beneath the Iowa River at two locations and 216 feet of additional 12" DIP water main for connection to existing water mains. All work is to be done in strict compliance with the plans and specifications prepared by HR Green, of Johnston, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen AF -1 (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°/x) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: April 20, 2012 Final Completion Date: September 15, 2012 Liquidated Damages: $1,000 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 HR Green, 5525 Merle Hay Road, Ste. 200, Johnston, Iowa 50131, by bona fide bidders. No fee is required for each set of plans and specifications provided to bidders or other interested persons. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar AF -2 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 required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 Printer's Fee $ �.l� CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED.ID #42- 0330670 I 964151& 9A � being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS- CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper thile(s), on the following date(s): Legal Cl c Subscribed �and 'sworn to Wore nre this �� aay of A.D.2l. Notary Public ®ucB LINDAKROTZ .. ° Commission Number 732618 MY Commission Expires January 27, 2014 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE IOWA RIVER WATER MAIN CROSSINGS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF -IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Iowa River Water Main Crossings Project In said city at 7:00 p.m. on the sib day of March, 2012, said meeting to be held in the Emma J. Harvat Hall In the City Hall, 410 E. Washington Street In said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk In the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any Interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK vua+:t 1.0 Febmary 27, 2012 Printer's Fee $ (n� 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 -_ / time(s), on the following date(s): Legal Cl c Subscribed and sworn to before me this � day of _qa A.D.20.1-;• / A picle � s CommissonNumber732819 My Commis on Expires ow• _ _January 212014 j OFFICIAL PUBLICATION NOTICE TO BIDDERS IOWA RIVER WATER MAIN CROSSINGS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29th day of March, 2012. Sealed proposals will be opened Immedi- ately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed Ala d" for purposes of this. Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held In the Emma J. Harvat Hall at 7:00 P.M, on the 3rd day of April, 2012, or at special meeting called for that purpose. The Project will involve the follow- ing: 1280 feet of 12" HDPE direc- tional bored water main beneath the Iowa River at two locations and 216 feet of additional 12" DIP water main for connection to existing water mains. All work Is to be done in strict compliance with the plans and specifications prepared by HR Green, of Johnston, 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 rpaintenance 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 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 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 aher its comple- tion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: April 20, 2012 Final Completion Date: September 15, 2012 Liquidated Damages: $1,000 per day The plans, specifications and pro- posed contract documents may be examined at the office of the Ciy Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of HR Green, 5525 Merle Hay Road, Ste. 200, Johnston, Iowa 50131, by bona fide bidders. No fee Is required for each set of plans and specifications provided to bidders or other interested per- sons. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall Include the type of work and approximate subcontract amount(s). The Contractor awarded the 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 resk 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 techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK rucoim3�s March 12, 2012 -P r f ,oJ Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5410 RESOLUTION NO, 12 -148 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE IOWA RIVER WATER MAIN CROSSINGS PROJECT. WHEREAS, Vieth Construction Corporation of Cedar Falls, Iowa has submitted the lowest responsible bid of $273,481.00 for construction of the above -named project; and WHEREAS, funds for this project are available in the Water Main Crossings Flood Repairs account # 3279. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above -named project is hereby awarded to Vieth Construction Corporation, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 3rd day of April 20 12 MAYOR gZa ATTEST: t � �i - �iZl�1 / q - .?^) 2 CITY CLERK City Attorney's Office It was moved by Dobyns and seconded by Dj� the Resolution be adopted, and upon roll call there were: AYES: x x X X x Pweng/ res /awrdwn- wlrmaincrossings.doc 4/12 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims x Payne Throgmorton PERFORMANCE AND PAYMENT BOND Bond No. 2156845 Vieth Construction Corporation 6419 Nordic Drive Cedar Falls, IA 50613 , as Principal, (insert the name and address or legal title of the Contractor) hereinafter called the Contractor and North American Specialty Insurance Company (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of two hundred seventy three thousand four hundred eighty one and no hundredth Dollars ($273,481.00) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of A 120, Z entered into a (date) written Agreement with Owner for Iowa River Water Main Crossings Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by HR Green, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient 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 Im L 7 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. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of Five (5) years from the date of formal acceptance of the improvements by the Owner. 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: C Witness C Witness Lacey Cram lit DAY OF NWA 20 Vieth Construction Corporation (Principal) U��d mss. (Title) North American Specialty Insurance Company (Surety) (Title),�nne Crowner, Attorney -In -Fact Holmes Murphy & Associates, Inc. 3001 Westown Parkway (Street) West Des Moines, IA 50266 -1321 (City, State, Zip) 515 - 223 -6800 (Phone) NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty 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, and Washington International Insurance Company, a corporation organized and existing under the Imes 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, seat 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 the amount of.- FIFTY MILLION (550,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 246 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 seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." `\ypyyyctaO lr... NO, ri, 4 By 61-6 -- Stawi 3 9Q.&O�O1tIf:G.pA}jRPO/t�Wsec se% _ SEAL itti- Steven P. Anderson, President &Clef Executive Officer of Washington lnteri ionel lmmnnce Company of SEAL;"-I-, &SenlorVice President of North Amedan Specloty insurance Company rm d0N5v� �ZS, ro °ymm�nomna� ray'*'.._..- ..._ *.'� David M. laymen, Senior Vice Prvshenf of Wiehinpon nntenationai insurance Company & Vice President of North American Specialty h surance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers 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 20 .12 before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. / "OFNNA D.,SBAL" �JONNA D.SKLBNS Notary Public, Stele s 00-Us Sly COmmissioaFapired ttfr96Rms Donna D. Sklens, Notary Public I, lames 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 true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this _ day of 20_ lamer A. CorpznI, Vice President & Asoist.1 See,etvy of \Voshingco i Intemahond Ireurence Coni & Torah American SWW ty Wuren e, Company Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356 -5410 RESOLUTION NO. 12 -265 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AMENDMENT #1 TO THE OCTOBER 6, 2009 AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND HOWARD R GREEN COMPANY (H.R. GREEN) TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE IOWA RIVER WATER MAIN CROSSINGS PROJECT. WHEREAS, the City of Iowa City entered into a contract on October 6, 2009 for consulting services with H.R. Green of Cedar Rapids, Iowa, to provide design services for the Iowa River Water Main Crossings Project; and WHEREAS, the City of Iowa City desires to revise the project design to incorporate recent construction projects completed by the University of Iowa within the project limits; and WHEREAS, the City desires the services of H.R. Green to revise final design plans and specifications for the Iowa River Water Main Crossings Project; and WHEREAS, the City of Iowa City has negotiated Amendment #1 to the October 6, 2009 Agreement for said consulting services with H.R. Green of Cedar Rapids, Iowa, to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with H.R. Green; and WHEREAS, funds for this project are available in the Water Mains Crossings Flood Repairs account #3279. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The Consultant's Agreement Amendment attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant's Agreement Amendment in duplicate. Passed and approved this 5th day of June 2012. MAYOORR� ''������ ^// // � Approved by ATTEST: >'./ q e[ ' 941 CITY CLERK City Attorneys Office P+.xnglresfan�nNrma!n reconsWCramd.doc J \ Resolution No. 12 -265 Page 2 It was moved by Payne and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: x x x x x NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton CONSULTANT AGREEMENT IOWA RIVER WATER MAIN CROSSINGS PROJECT AMENDMENT NO.1 THIS AMENDMENT to the October 6, 2009, CONSULTANT AGREEMENT for the Iowa River Water Main Crossings Project, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and Howard R. Green Company (HR Green) of Cedar Rapids, hereinafter referred to as the Consultant, is made and entered into this 55 of Ti'uE 2012. WHEREAS, the City desires to revise the project design to incorporate recent construction projects completed by the University of Iowa within the project limits; and WHEREAS, the City desires to revise the compensation for services to more accurately reflect the anticipated work by the Consultant; and WHEREAS, Consultant is willing to perform these additional services for an increase in their fee and extension of the schedule for completion. NOW THEREFORE, it is agreed by and between the parties hereto that the parties do now agree to the following amendments to the October 6, 2009 Consultant Agreement: Section 1. SCOPE OF SERVICES: a. Design Phase Services I. Add the following: 13. Coordinate with the University of Iowa, and their consultant, to incorporate as -built drawings of their recent construction projects into the project plans. Revise the project plans as necessary to accommodate the University work. Includes a meeting with the University of Iowa and the City, as well as incorporating any comments from the meeting into the final plans. Section 1. SCOPE OF SERVICES: a. Bidding Phase Services Remove the following: Coordinate and conduct a pre -bid meeting and distribute minutes of the meeting to all attendees. 8. Attend the bid opening and assist the City with opening bids. it. Remove the following: 11. Prepare construction contract documents and submit to contractor for completion. 12. Review and submit the executed contract documents to City for approval. III. Section 11. TIME OF COMPLETION: The Project Schedule is hereby amended as follows: A. Signed Agreement and notice to proceed by: October 9, 2009 B. Preliminary work and information collection by: October 16, 2009 C. 50% complete review meeting by: D. 90% complete review meeting by: November 6, 2009 November 25, 2009 E. Submit final documents to City and IDNR by: December -4; 2009 February 17, 2012 F. Advertise for Bids by: Dscember4 2009 March 25, 2012 G. Hearing and letting, bid opening, award contract by: danuary-8, 2810 April 3, 2012 H. Pre - construction conference, notice to proceed by: February, -,; 20 0 May 11, 2012 Project completion by: Ua `'Q� 2M September 15, 2012 IV. Section IV. COMPENSATION FOR SERVICES In consideration for the above - described change in the Scope of Services, the Consultant's hourly not -to- exceed fee is hereby amended as follows: Design Phase, including Project Scoping and Preliminary and General Work $64,000.09 $85,140.15 Bidding Phase $44-,00"0 $3,618.25 Construction Phase minus Resident Project Representative (Optional at City's Request) $35,000.00 Resident Project Representative Construction Observation TOTAL Base Fee Plus Construction Phase minus RPR Option $110,009:09 $123,758.40 TOTAL Base Fee Plus Construction Phase including RPR Option $148,000,0 $161,758.40 All other provisions of the October 6, 2009, Consultant Agreement not specifically amended herein shall remain in full force and effect. FOR THE CITY By. Matt ew .ahaye Title: Ma„nr Date: 6/5/2012 ATTEST: FOR THE CONSULTANT By: // i Title: ! "" freSr9'e�,7'� Date: S// 7, 6Z Approved by: City Attorney's Office 11/�f 0k Date or --Trmm 2d(1) Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5410 RESOLUTION NO. 13 -303 RESOLUTION ACCEPTING THE WORK FOR THE IOWA RIVER WATER MAIN CROSSINGS PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Iowa River Water Main Crossings Project, as included in a contract between the City of Iowa City and Vieth Construction Corporation of Cedar Falls, Iowa, dated April 24, 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 Water Mains Crossings Flood Repairs account # 3279; and WHEREAS, the final contract price is $283,133.50. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 15th day of October , 2013 ATTEST- j / /�+.�J 1;)- CITY RCLE K MAYOR —I• Approved by iota 9li 4 &- City Attorney's Office 10 " I 12, It was moved by Champion and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: x x x x x x Pweng /masters /acptwork.doc 10/13 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton g g N gin ` € P P 7 d P jmly , , a MIS 1011 co E € ,( vI n x R€ Rill 4 g s 5 a r3 m 3 3p d �Or aO q 4 E. Was � m. gins 1 E as _ tV it of 4� -w u- �S 3S M1 OR zwEi�.e2 t - - ry U V V 91 in I s sd€ c €� app € a t ee� 3 s a 3Y s€ a �a � € > Pa W. W'" $aa � Q w in €. 3 y5 z }a 98a 3€ ICE 3�p in' 3 -I g a o$ e o a I „as x s r g an if s a €,e R E "n 5a ph, a€ s d �, cg q a se§ a sy a a 13 � ea€ a€ O efr a x €E n a 03_ z a a ba ge o .-ec €� s£ €fig e.. Jxr, arg '-gs a - WeNs 201; :21d 9.s €g € a e ea ONE ° - zy a.�Ga 1.y1s ,.Q e 3zy0 a! IN �€ gE€ E Rmh y r 3 y E Ee a 1"I 3 € �. s i.L a '� G 8 - '.G In ad c4, 4 YaX 4 a m: 3 r y c a x a te' €a � ens eel 5 ADZE a € ea a o xt a z,€ _ He S �a aee €u x 5 £ 4 £ 5 £ 25 §3 s a z?e }t._� ez ins, € y5 ,€ 3� e� �. 3s e 3= E € t 1 e€ z 5 g a$ 4 £ 3 W y. E, €,s 5 me _. sa x a rg a 7" G :$o e5 € -p E€ -,1 �e a a 4 No" €° g e$ € -a w 3 ya e a�'g _ wa - z say aQe 26 �ESg a 7 €oo x s s a $ 6 -o 5 ''t Y5 a 5 £eo �� tog Only c„ No 21 1, y s "�a ca s' a€ £ sd I on a € Y € g s in € �ni is s E e" oil- s�. g� srK IN s ass sit,BY 5 a m a ON c e c a si 11 a �I I. aF o �a, ���a a3i n r2y cg 8 s gg zx C B Ra j ova a $ "m - 4a �',c S.......x�q�G//- ��;�<: r =GeoO ®�.+.]��sc�"2�y� -` ��u® _ ° -.O 0 9 0 as$s g7 I _aa rr— 0 C6b9 a too oj I etc i C.b9 a ry i o \ Y a \T i S 90f9 rc rac y 3 6 3 s� 2y o3°_ e v _ x E \ c 4 1 0 z _ .�� a C 4y� s it' G g MIT TVA a + Y s � try 2° w 9 T v _ w ~� Y `—�• {fit A� h �Y• �n,,,}ix. d F ?' Ck iti^ 1 "4^>i t 4 ag {t Elh �E� t .., `. } .°h y: ' dpi �� 4�' n (,-• 5 to a yNE i \r N S 28 25 333 F S MHE PUN 83 tr'K' o g � id ae � t 3rrwa aisa n,a n' � � �: � ?a ', >�, 3 � � r 41 s RI I Es 05H V � a FS IN R C11 E r ¢ E. H12 FEB 13 K 1: c e� .I � II II��I IIII IIIIIII I IIII�Ii � I I" I I IIr�ilrl��r�� Ilti ��1 lh�'� N �� �I 11�II�I I � 111111 ��I I Ii�IIII JI j tyv UMl 11 1 r��l Illlllll � l�l �I i I I I IIIIIII �I ri �w � s a § , m 1 I I I y I�Ikli�� 14clil ��I�IiL�JI�I IIIkM,� Y.MjNi11 Hl ufV' �` "d�� "I �rl °ih 1�' �l•IIl '`'1114 '"`'ru 11"x4 r Ihllu IIi�'.. II IIII �z_i (IIII I III iI i11111�5�I i1�l I itI I I �Ir,Iip lr '{Wy \ �^ Il l�rb y{I ��ll x1ri'�F 'I I i�? �hI l ��I�I��II'll lid �� Ind YII�l, n .uµ; 1 iIF I ij II 3 a i IIIIIII �I rc IIp�' I1� V 1 Ii:' 1 qi nvd Ilrll Ip �' III yl l� III IIII' "� I II ��� 'I7 Il IIII I IIIIII �R Y "�I I IM�Y I it `f �p. Il'I II�uIIIi 1 II 7 l l rl III 411 1 i it I l l d dl T IIII � IIIIU��I ICI ,1'11 bP11lII 1111 � � � � 1' � I I III �I III II r I I l � r1 l ll h7 o>�'CId jN� I ��II 1 E III IN rfl 1II r 1e l I i. i I age 5 IIII Ii11h Ill }111111 4 'Illj Id III 11111 III III I. }I fi 1� IN Inl I' 11 III NUB e IIII I� 1 rl�l'{ :III ��I�I��II. 41�i10� 5 II I dl 1 eiz� lu ull I III I Idu r `�& 3 �w 1111111 III Y�II ^�'F1 � III Ild'�y 1�.7i IM1 IIII IIIIIII I� r�l I � �� I I 11 i Intl 1� 1 III Y" I I pI �^ rc � 'a el- sg . � iFv^ 111 z _ k .I 1 it 1 III V 'y rd #I�h 1141 II �h w I y NUB ai II b '� y R'- wage: / iIi * �JddII u M51%; � r uH I :ula �d l FI l 1I � Ir II 116e1 tll 18 �'� i IIIV �. $ s_ JIM 1 111 hL Ii, II em s a a 1 V 'Idle II Ib<II 1 I�Irj11 I1 to 1 11 _ v 14�j 11 1' IIII �i1 Ill I �'�I es i�a unv. d �'�l n '� 1 �1 o m o a o in m YOU 6K 0ENS il Z'099 1 M K l 1 b9 i x y jY_; qeq { 4' �o o � I I all � 1 a w �o _ _ SYfB � �II 1 C _w.- eZZ � � o rc S A° Y y�8 111 / — 0 cro a a M Lon o r I { u 6'6f8 a z � $° w + { c V(V(V(ViV(V( g� o ✓ 11 L'S£8 h n LD y� o L � £ -S L3 VIII i { x r £JL9 n � yL O it p�j 9ZZ0 y -5 NOW 2e 8 - IA / d {)) V/ � {Z /� Q . ryry �yY� � `SIG 3 / / 'p4 i LA H viol 31 IWO �2 \ p yp III .I ... INE a3j it l � ; Loui� z h C U, fl -.. t o -- r 44. a „ N Lj s 5 �x I s c 9 W j 3 w �� m � ❑ g. s ��9a$49 x y e a $A ;,< yy F 9y 0�i �9 i � a u. F .f 2� 04; s F F F t wt5z Z U �' iYj � _ U d �k =k n o� 6a o a 2 o V � W � po jk j E ..,wECka =Zt'a � 3z E - E.,,, j7lounl� 0 U xp �pVV11 n2J t�i20 U O V 6�a o ;c 2 sl S g. RR � °k� ���I _ -. 3u7s3p�J°3a ,Ew Eo C x to jZSo F N O � U p1R aLi�Q i K z �3a� 55a Hui �a �t ca o l ��u � U Z ;Yo2 s� N3$ �•mz _sso mpg Mc ass a3 1a s r 5 l \ \\ pg o § Gb u. s dd w r S N s V s gg x °' 35a k mpg � � \\. E;LE2 w--517 �� !� \\\ \ _ ! ! y \ | \ ) ) ) \ \} § § HER