Loading...
HomeMy WebLinkAboutWATER MAIN REPLACEMENT/NEWTON ROAD/2007 WATER MAIN REPLACEMENT / NEWTON ROAD/ 2007 :ll'~.'! 1 '1 , I 'I Wa..~r Ma.~" ~~FIQ.C..e.r'r'\-(.n+ II\J~vffQ\) ~oAO ~()()7 ~~ \ tf a., .w - -'1Itz - /77 .: I P 1<<. I'\S / S pe tJ' .( ~ '-"'- ~... On. S I .j;~...,. <> t- Ul '"'~~ / e. &/-; ."., Co. iL ! ~ of c.os-i-. i 'i , I ~ lJD-NLIVl.-o7 ".j M.Jtsol~~oV\. b 7- 7" Se.*~ "'"% t:(... pw-b L~c. k.e.a.Y"~~ Dr'\. Ar'~1 .3 ,,:jOl~7 Qn f\a..V\S/ SF~{\~lOt'\S/ *,,--.. o+- ~~ ~ esJ.;~1z o-{. ~ <:.Os+ ~~ +h"2. c.o~.\:.;~ of- fL- Ne~k.. ~oaJ. Wc:t.h..... "II M~." ~"I~",,~.ct- P.-~,~d-:; d; r <.<-: "-8 , Q)v ,Ctt""- ~ ~Ii~ II not. ~~ ".f Sa.., d ~ ~r , "3 It...d d""...c....f. ~ ("7 E"!J In. <.... .;,. j IriCK e. s. c.:,d f' I ~"-'5 ~ {.; Ie. to.... rh [;c I n.&P~.c--l:'; 17""- . tl I: No-\-.; <.L crf. "7..... b \:c. +I. t.c....', ""'3 !,i .3 0 {l\"Y' - (::>1 ; ~"'- "'- S -<<- ~ ~, < s -\, '? "':::I ~ ".\ ~~~.". ~ \ ~ :~"l I j~~'V\~~~ ~O>r lev"\. () s;: ~ I/" 0 ~oS ~~ ~~ ~. \-= p- \ l "R f'-~ \ l~ s. 0 I. ~'';l..",.s- - ~ \ o~ 51 () .- ~ , o~\o~s .-:S - <::(\ o..,~ -4.. , 1i .s ".... <..s \, ~" '"'- \..d-", ' <<-" '-" .... ~ . \ "( "- " " ,,~ ~ \: .. .J ---:> " 4; ; ~,o..'" s ~ ~. \) :<., ~) S') "'1 \ \\) \~"' \ ~ ,\1, \ t . , : : 'ND-t-i~f-_yf._flA.b(;c Be...~('in' - '""R.oof of 7~l; ~;O"- 3....4p~- 07'; "R-t~I~+:~Y\.. ()7-/()7 C4fP(l)U;"-3 rlGt~ .sf-t.c.;~; ~-+;o\'\,S.I -forM.. of. ,iCon. -\-rClc-t e ~ s-l;'Y"\,A -f.. q{. Co of- -fst'" ,,;. 4 c.o~(,(.c-f..; ~ ci{.- + h L ~; Nli..~ ~~ R~ W'l.-kr MfA.; "- R(l.p l Cl~e.rr\-fll\. +- B-~ -CLc.~ ! es ~ 61; s4 ;\'Ltt a.rnol.ll>\t o-t- l~ d S4..CI.A.Y;-Y f" ~c.coW\pCt~ e.a.cA. " h~ d" cl: ('~d; Vlff C ;-+( C.l t ~ 1<. +0 (14h l; s4 t:tJv(? ~.L s<'I7t-(~-t- j +O~ &; d.s ~ -f;)(; Y1..~ +: ""1-(. Ci h. d p l ttc..e.. -h,(' ~ ce..i r+- II tlf b; ds. ! I Ad.... ...\-', """",..><1-' -f'o~ ''is ; 4:5 - ::.11" Wo...I..., fV\q,~ ... ~l<<Ct r>'1.U\. Y A/~Io",- R:..d l: ~7 :p~ oto~ ~ .,..., .. ,1''; HI 1- /11.,,;, - () 7 Il! ft4! $., 1tA.'+; (1""- 0 7 - I $0 Q..,<<>a.. d.; "It c:P,.{.......,J- <l....d.. ~C>V'; z.: ~ if' tl"oIl. ~V" ~ .s;a t\ CU1.d Ciy C/ey-.(L +0 a...-U-.t.Sf- c:L CDf\Jr4C..f ~ t +ov- c.D ~~~ ~ o+- +k N t.~A-o""- "Rpcc1 W. A..-I-~.... M c...; h.- I i I~ lctCem:e..ct- 1> f1{) .ed--, t11 I -+~ MII:'t' o~!! P~{c~,,- ~ P~"....,.-uJ-. 130r\d. Hf i! ; ~- Cb-- o~ i En'b;I'I.<<.o'" 's, ~~rt !i ! 5- N.()J - 0 7 ~! ~s~-t:"Dt\.. 07.. 3olo a..~:r\.~ -\ok wo('lJ- -fo ~ +hot... N~-k>t'\ ~ ~ Wo-+~ M.~n ~ttelT\e.V\.+- .p('t(j~+:. r i i: j. : r r \ ' !' , I, ; i i r\ ~ I " , , , ~ t ;, ; , , 1 PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE NEWTON ROAD WATER MAIN REPLACEMENT PROJECT IOWA CITY, IOWA r ~ !"""" ~.~ .... ~~- CITY OF IOWA CITY r- .... DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION - ~ ! ..... ...... r'- L__ j ....,-...,. I \ I ZCD7 f< 20 Pi'j 4= 39 C;"'T"'( l,_~ '01'" (_C, , I 1 Pi i.:), I : i Y 'j I '. \,j. 1\ ! r'MJ 1\ I....... ~'vt-\. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: ~ 7?: /c Ronald R. Knoche, P.E. City Engineer Iowa Reg. No. 15570 3-20-2007 My license renewal date is December 31, 2008. ,,~.;.:::(~";~',H:.~ E;f?J~;!~'I,:! ", .,.,;\.""\....1."".1881..$ ::'...... ,. ,~..... (.tr . , "'~'~...'.\.~ '1 w:..,iU ..: ~o;;~:\ ,-.: "~;,..;;~.:~~", ;:,~~m~, ", :'::' c' '~';'.' ,~' ~ ~ '.;\ ,'..- ~~ ~ rJ';,'~ ~l' ENGINEER'S ESTIMATE OF COST March 20, 2007 City Clerk City of Iowa City, Iowa Re: NEWTON ROAD WATER MAIN REPLACEMENT PROJECT Dear City Clerk: The estimated cost of this project is $435,000. Sincerely, ~/fi 1?. c Ronald R. Knoche, P.E. City Engineer I ~ 1 -~= -10.... (~I~~~ ~~_IID.l\'r___ ..... ~ ~ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgoy.org o ~'o ):>=: r-.......) c::::'l = -,...,) 11 r" o -0 ;""-r"'l i i i------, \..J .;::- 0) IJ:) r=! I I TABLE OF CONmN1fS"; 20 PI') Ii: 39 CiTY' ,( Paae Number 10\1 II' ," '1" I ,r" ^I" ',/\ "", i)', IUVvl-\ TITLE SHEET TABLE OF CONTENTS ADVERTISEMENT FOR BIDS................................................................................ AF-1 NOTE TO BIDDERS............................................................................................... NB-1 FORM OF PROPOSAL.................................... ...... ....................... .......................... FP-1 BID BOND............................................................................................................... BB-1 FORM OF AGREEMENT........................................................................................ AG-1 PERFORMANCE AND PAYMENT BOND .............................................................. PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) .. ................................................. CC-1 GENERAL CONDITIONS..................................... ................................................... GC-1 SUPPLEMENTARY CONDITIONS......................................................................... SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS........................................................................................................ R-1 SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work............................... .......................... Section 01025 Measurement and Payment................................................ Section 01310 Progress and Schedules..................................................... Section 01570 Traffic Control and Construction Facilities........................... DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments........................ Section 02100 Site Preparation................................................................... Section 02220 Earth Excavation, Backfill, Fill and Grading......................... Section 02270 Slope Protection and Erosion Control................................. Section 02510 Asphalt Cement Concrete Paving ....................................... Section 02520 Portland Cement Concrete Paving ...................................... Section 02524 Curb Ramps........................................................................ Section 02660 Water Distribution................................................................ Section 02665 Water Service Work for Contractors................................... Section 02751 Directional Boring and Drilling ............................................. Section 02900 Landscaping ....................................................................... 01010-1 01025-1 01310-1 01570-1 02050-1 02100-1 02220-1 02270-1 02510-1 02520-1 02524-1 02660-1 02665-1 02751-1 02900-1 ~ " ADVERTISEMENT FOR BIDS NEWTON ROAD WATER MAIN REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 .M. on the 24111 day of April, 2007, or at a later te and/or time as determined by the Director of Pu ic Works or designee, with notice of said later date nd/or time to be published as required by law. S led proposals will be opened immediately thereaft by the City Engineer or designee. Bids submitte y fax machine shall not be deemed a "sealed bi " for purposes of this Project. Pro- posals will b acted upon by the City Council at a meeting to be eld in the Emma J. Harvat Hall a 7:00 P.M. on th 1st day of May, 2007, or at su later time and pia e as may be scheduled. The Project will in olve the following: Bore 2,340 L 8" water main repl cing existing 6" wate main, transfer of 34 water services, removal nd replacement 1 ,190 SF PCC pavem nt with HMA overlay, removal of 1,500 F 4" PCC idewalk, installation of 1,075 SF new 4" sidewalk, construction of 11 ADA om pliant urb ramps, and other associated wo k. All work is to be done in s ict c pliance with the plans and specifications ep red by City of Iowa City Engineering Division, f. owa City, Iowa, which have heretofore been ap oved by the City Council, and are on file for pu Ii examination in the Office of the City Clerk, Each proposal shall be c plet d on a form furnished by the City and m t be ac ompanied in a sealed envelope, se arate fro the one containing the proposal, a bid bon executed by a corporation authoriz d to contract a surety in the State of Iowa, in t e sum of 10% the bid, The bid security shall e made payabl to the TREASURER OF T CITY OF IOWP. CITY, IOWA, and shall be orfeited to the City 0 Iowa City in the event t e successful bidder f 'Is to enter into a contra within ten (10) calendar ays of the City Coun 11'5 award of the contract nd post bond satis ctory to the City ensuring t e faithful perform nce of the contract and maint - nance of said roject, if required, pursuant to th provisions of this notice and the other contract \ documents. id bonds of the lowest two or more \ bidders m be retained for a period of not to \ exceed fift en (15) calendar days following award \ of the co ract, or until rejection is made, Other bid bond will be returned after the canvass and tabulatio of bids is completed and reported to the City Cou cil. The su cessful bidder will be required to furnish AF-1 r- : ;-- r ''\ t--,; 1 .--. f 1 I I L. L,~,~ :_,.1 .:,'D"'O r"~' I.. "'9 II.UI '- ( n '1. v , .-., ",~, , C1 "..I'__C,"';(\' 10V"t.', r-':-,'V !f)V'A I v v t\ \,), I 1, I \. ~ ADVERTISEMENT FOR BIDS NEWTON ROAD WATER MAIN REPLACEMENT PROJECT ,Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 24Ui day of April, 2007, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Pro- posals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 1st day of May, 2007, or at such later time and place as may be scheduled. The Project will involve the following: Bore 2,340 LF 8" water main replacing existing 6" water main, transfer of 34 water services, removal and replacement of 1,190 SF PCC pavement with HMA overlay, removal of 1,500 SF 4" PCC sidewalk, installation of 1,000 SF 4" sidewalk, construction of 11 ADA compliant curb ramps, and other associated work, All work is to be done in strict compliance with the plans and specifications prepared by, City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish r-.') 0 (:;:;;;) = --J ~> .~~- - ---n , ~.-"'''' (,,0) (~ -0 . .--,~ r f" UJ AF-1 FILEr) 2:JGHlt~R 20 PH tl: tl5 crry CLER;< IOWA CITY, !OVVA 'a 'bonO in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 50 Early Start Date: May 21, 2007 Late Start Date: May 29, 2007 Liquidated Damages: $200 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Iowa City Engineering Division Office in Iowa City, Iowa, by bona fide bidders. A $40,00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 !- " -, ~-I! I, I ,L, _ '_,..f NOTE TO BIDDERS 2e07 F:20 Pi'; '-1:39 1. The successful bidder and all subcontractors are required to submit at leas(,1'.dflY~~el~l~ award three references involving similar projects, including at le~\,~~~e(}l'lUfl'9fflIA reference. Award of the bid or use of specific subcontractors may be 'ae~l~d r('su~ident favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal NB-1 FORM OF PROPOSAL NEWTON ROAD WATER MAIN REPLACEMENT 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 r"""'"' t::::;-.;.) TO: City Clerk City of Iowa City Civic Center 410 E. Washington St. Iowa City, IA 52240 9 :-::: 0 /"C> -1 -r: ~~; -'n :::::. w <::) ," \ T\ -n ---'. \_j ,'" " ,.~::-::. ---.? .r- .. The undersigned bidder submits herewith bid security in the ~mou~ of $ , in accordance with the terms set forth in the "Project ~~cifications." ....:;1'/1,;.' 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. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Mobilization LS 1 $ $ 2 Traffic Control LS 1 $ $ 3 Erosion Control LS 1 $ $ 4 Remove and Replace PCC Pavement SF 220 $ $ 5 Remove and Replace PCC Driveways (6") SF 240 $ $ 6 Remove and Replace PCC with HMA Overlay SF 1,192 $ $ 7 Remove and Replace HMA Pavement SF 131 $ $ 8 Remove Existing PCC Sidewalk SF 1,580 $ $ 9 Install PCC Sidewalk, 4" SF 1,070 $ $ 10 Install PCC Sidewalk, 6" SF 433 $ $ 11 Install Truncated Domes SF 176 $ $ FP-1 12 Curb Cut for Ramps LF ~03 ' $ $ 13 Remove and relocate 1,_ 1 r eXisting signs EA 1 $ $ -:-", I ! I ~- i . " I...w_ ~,.,J 14 wat~ain 8" PVC LF 190 $ $ 14a Water . ain 8" DIP LF 10 $ $ ""nl""-'"1 !," ., P"': 4' r9 I 'jl J f' "." ') 0 Water Main 8", Bored $ $ , '-1\ L il . J 15 LF 2,343 16 Water Main 12" DIP LF 14 $ $ 0"/ "i f..::.~'; <' Remove Exi~ting Hydrant " 1 ...~~ _ I I; \ 17 I (JlI'! t r~ nv I"" \'^ and Auxilary Valve EA 6 $ $ I I, \ LII., jl,)VVI-\ 18 Install Hydrant with Auxilary Valve EA 7 $ $ 19 Install Temporary Hydrant EA 2 $ $ 20 Water Main Fittings LB 1,520 $ $ 21 Install 6" Gate Valve EA 2 $ $ 22 Install 8" Gate Valve EA 12 $ $ 23 Install 12" Gate Valve EA 4 $ $ 24 Water Service Type A (1") EA 7 $ $ 25 Water Service Type A (1 1/2") Ef. 2 $ 26 Water Service Type A (2") EA 4 $ 27 Water Service Type B (1") \ $ EA \, 7 Water Service Type B (1 \ 28 \ 1/2") EA $ 29 Water Service Type B (2") EA $ 30 Water Service Type C (1") EA $ 31 Water Service Type C (1 1/2") EA $ 32 Water Serivce Type C (2") EA $ 33 Water Service (6") EA $ 34 Seeding and Restoration LS $ The names of those persons, firms, comp nies or other parties wi whom we intend to enter into a subcontract, together with the type of s bcontracted work and ap oximate dollar amount of the subcontract, are as follows: NOTE: All subcontr tors are subject to approval by City. The unde igned bidder certifies that this proposal is made in good faith, a d without collusion or con ction with any other person or persons bidding on the work. FP-2 12 Curb Cut for Ramps LF 1'03 $ $ 13 Remove and relocate existing signs EA 1 $ $ 14 Water Main 8" PVC LF 190 $ $ 14a Water Main 8" DIP LF 10 $ $ 15 Water Main 8", Bored LF 2,343 $ $ 16 Water Main 12" DIP LF 14 $ $ 17 Remove Existing Hydrant EA 7 $ $ 18 Install Hydrant with Auxilary Valve EA 7 $ $ 19 Install Temporary Hydrant EA 2 $ $ 20 Water Main Fittings LB 1,520 $ $ 21 Install 6" Gate Valve EA 2 $ $ 22 Install 8" Gate Valve EA 12 $ $ 23 Install 12" Gate Valve EA 4 $ $ 24 Water Service Type A (1 ") EA 7 $ $ 25 Water Service Type A (1 1/2") EA 2 $ $ 26 Water Service Type A (2") EA 4 $ $ 27 Water Service Type B (1 ") EA 7 $ $ 28 Water Service Type B (1 1/2") EA 3 $ $ 29 Water Service Type B (2") EA 3 $ $ 30 ' Water Service Type C (1 ") EA 1 $ $ 31 Water Service Type C (1 1/2") EA 3 $ $ 32 Water Serivce Type C (2") EA 2 $ $ 33 Water Service (6") EA 2 $ $ 34 Seeding and Restoration LS 1 $ $ TOTAL EXTENDED AMOUNT = $ -::--... r,) The names of those persons, firms, companies or other parties with whom we inten~ entetmto a subcontract, together with the type of subcontracted work and approximate dollar ~m@nt ~he subcontract, are as follows: ':.;~; . - '71 (,.) "-- o 1-- :~~~ .:-;~~I ?.;;:-~ ........, J: ':7 =.~.:: "1 , I I ;--.--} , . '-..,/ .r::- .. ;>;-;) l'\.) 1..0 NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding, on the work. FP-2 T~ undersigned bidder states that this proposal is made in conformity with the Contract ,II ~''''' Doq:urMe~L.y,d 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 2001ffl,~ ~eacpiR ~l Brevail. C '--" ,.' q ,'- ,~~:' ,I i) ~,i._cni\ 10" \Mr, ('\!"i-V rn\f~'JA.' ,/-\ ,-_'I i 'I l~/~ Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-3 BID BOND r-' r ~ '''\ r-I [I.,! i , as Principal, and I i L.. .. t ,-' , as Surety declare that we are held and are firmly bound unto the City 9f J"I.oWPf) Cjtv, I9wq,. r-, 9 Lt! fn.1 \ "I.) t"11 4. '" hereinafter called "OWNER," in the sum of Dollars ($ ) to pay s~W\ ~hi~"~~~~~fj~ I ^ IUv\'l' _.:1 i Y, I'\}\fv/\ provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20_. Witness Principal By (Seal) (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT F" .-,..., ,t'f:.H\s. ~REEMENT is made and entered into by and between the City of Iowa City, Iowa 20C~R),aG1dPH 4: 45 ("Contractor") . CIT'yWB~~the City has prepared certain plans, specifications, proposal and bid documents IOWA CITY, IO\fJA dated the _ day of , 20_, for the Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: .-'-' 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; e. Advertisement for Bids; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 - ----.-~- 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on af;J~ab.b~~nt): 'li'~'1 !"H, r~. 'l 0 0:' I . ..., 9 LI;L I I li,l. '- I II 4 ,J 8:."" ("; r "'(' I I. I _.. L,J \I , IOiA!/J ',""\/ 1(\\\/-' VVl'\ C_;! I rf t.....)t/vJ-\ 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of ,20_" Citv Contractor By By (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND FIL.Er) , as (insert the name and address or legal title of the Contractam07 MAR 20 Pti~: 45 Principal, hereinafter called the Contractor andijT\/ 0.1. . " (insert the I~ .tle ~eiSl6r, ety) 1l..J \ I""'IT\I !'j\MA. ,'as' S'Uret~, tterSfrtafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. '~- WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by _' which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 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 ~ , PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "E~n~ r~ the Contract Price," as used in this paragraph, shall mean the tot~1 'amouht' payable by Owner to Contractor under the Agreement, together 'fi~1 cm~f:~ge~ tl: 39 and/or amendments thereto, less the amount properly paid bb~,W7~er ft~i~l Contractor. IOVt/,:'j1 'r. ~~ "---;0" \\/A 1~1}' \ \...J I\. , v, C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of ) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 20_. DAY OF IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 F11 -r', II I. I LJ:. tj Z007~1!\R20 Pr'14:45 CI-.' f (Y r-'''''' , I, vLtfil\ IO'v^lA C1Tl~ IO'NA Contract Compliance Program ~~ CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT Ci! ,-~,"\ ,-; I 1--' ' I il. ,_.j It is the policy of the City of Iowa City to require equal employment opportunity iriiifl7~i4Hc~~raS1wqrt3"91is 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 e~~y(\V~~~tqt;r~gard to racde, color, creed, religion, national origin, sex, gender identity, sexual orientatiomw~b~tyfii"ar1:t,,~h\atus, an 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 r.:11 c: r~ I Il_. L.,. L) SECTION II - ASSURANCE OF COMPLIANCE ZOOl Mp]1~(pIlf.Mng:." 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 C\1*fE~CTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. VJ~ _CiTY IO'NA 10 'Witt'll respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. ~ 1608 et sea.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? f-I [ ,t: [) LULU fllJ.R 20 Pii ll: 39 Cii"/ (, IO\M!~\ ('6-v Ir(\\^/!" . .. .......J! I If ....}v~r\ The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date CC-3 F\ LEI1ECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES ZriGl K1i..R 20 et$MIPAr4Y POLICY C\T~' c~~~ine your company's policy regarding equal employment opportunities. Document the policy and post IO\NA CFY. i~~\~spicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all ~ ' I p'otent1cil sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase 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 C'(r\/ i i Y IOV'I,~ V/-, l ~ 1 -~= -.0.... ~~ai~~~ ~... ~IID., ....... ~ CIty of ~ ~ eX ell r~r, , , ,...., ,,' I II / ' . I.-...C . ~...... '.. ~/ 2GD7It~,R 20 PH 4: 39 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 CHAPTER 3 2D01 m\R 20 Pl'1 4: ~~ DISCRIMINATORY PRACTICES CITt CLERK IOVvP\ CITY; IOlflA SECTION: 2-a~ 1 FII --=r, ,.,. t... I.. .J ,\ 2-3-1 : 2-3-2: Employment; Exceptions Public Accommodation; Exceptions Credit Transactions; Exceptions Education Aiding Or Abetting; Retaliation; Intimidation 2-3-3: 2-3-4: 2-3-5: 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ. ment, or to otherwise discriminate in employment against any other person or to dlsoharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member In the privileges, rights or benefits of such membership, apprenticeship or train- Ing beoause of age, color, creed, disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. Iowa City CC-6 2-3-1 C. It sha,lI be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof, to directly or indirectly adver- tise or In any other manner Indicate or publicize that Individuals are unwel- come, objectionable or not. solicited for employment Qf membership be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11~7-1995) D. Employment policies relating to preg- nancy and ~hlldblrth 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, miscar- riage, childbirth and recovery there. from 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 unwrit- ten employment policies and practices Involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency. labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply If the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune defioiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, oorporatlon or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educatIonal facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647,11-8-1994) 897 Iowa City CC-? r-i' -, i~- ! l. L) 2-3-1 i.1J~ll~lli,,?Jtefb'f ~in~Qyment agency which chooses to offer employment or adve@si6)'fdi:l..(lD1t~rQyment to only the diJ.{dh'lo'rl 6rn3l1fe~W ^Nhy such employ- ~"(~ \...,n I 'r;: j ....".IIv.~". ment or offer of employment shall not discriminate among the disabled or elderly on Ule basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord, 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer jf the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide ocoupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) F'L r-~', , ! .t.:. L) 2007 MiiJ\' 20 Pi1 4: (,4 GENERAL CONDITIONS CITY CLERK I~~~~~)~ d~1 Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. GC-1 rr 1 ;-~."'\ j-l '-!; , .1.",1_.,. L.,' SUPPLEMENTARY CONDITIONS 2GOHU.f?20 Pi) 4:tj,O ARTICLES WITHIN THIS SECTION Ci lOVVA S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC-1 S-3 INSURANCE. FlIA..E[~RTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION 2007 H;\R 20 Pit 4: li4tfore 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 CITY CLERi< the full contract period. The name, address and phone number of the insurance IOWA CITY, to'NAompany 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: Tvpe of Coveraae Comprehensive General Liability Each Occurrence Aaareaate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Sinale Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. ,~ *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or SC-2 limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. r--il ''', ,-, t-I : j I L,_. L.i 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor c~n only provi~e "c1ai~s-made" insurance COtm5~~rr;t~ t~i lj: l 0 Contractor must comply with the following requirements: I ~:--'-'. /" -"~-"-';I I a. If the C~ntractor chang~s insurance carri~rs, or ,if . Contra~~i)~~~>>~1\~M coverage IS canceled, dunng the contract penod or wIthin two y~YJSv'~er'6Itylsc..; ,'A acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and 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 SC-3 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 F! L.l::.lJerself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2001 Hi\R 20 Pri 4: 4 "* 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of CITY CLEF~~a City, Iowa. IOW~.fQ"~P~~~ON AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the lOOT 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 lOOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the lOOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemical,S and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such SC-4 person or employee. To discharge from employment or refuse to hire any individual because of sex, race, cOloF; I 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. ZOO? r> 20 Pi,.' [" 10 '(. q S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). C . For all contracts of $25,000 or more, the Contractor shall abide by the requirements O/~~'V6itf~'T'( ;'....)I,\!I~ ' \.,' I' '1"\ Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-1 0 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these reauirements involve onlv hiahwav proiects not funded with Federal monies. SC-5 ," ;--r, RESTRIC1TJk'ON-~ON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS 2QJ1~I~R20 Pl'14:44 PROJECT ~ME:CLERK. . iOV.JA ell Y, IOwA TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 3/07 data on citynVEnglMasterSpecslfrontend,doc R-1 SECTION 01010 C; Ii': I : :,. _, SUMMARY OF THE WORK tt',;"i 20 Pi; 4: ~: 0 PART 1 - GENERAL ell \ IO\^ 11\ Cd";" '. 1 I'C1'lIJA ' v il"\ II!J "V, General description, not all inclusive. A. Base Bid Work: 1. Install and bore new 8" water main along Newton Rd from Woolf Ave, west to Highway 6. 2. Install and bore new 8" water main along Lincoln Ave from Newton Rd to Highway 6. 3. Install and bore new 8" water main along Valley Ave from Newton Rd to Highway 6. 4. Remove existing and furnish and install new fire hydrants. 5. Switch services from old 6" water main to new 8" water main. 6. Abandon existing 6" water main along Newton Rd, Lincoln Ave, and Valley Ave. 7. Removal and replacement of associated pavement and sidewalk. 8. Provide traffic and pedestrian traffic control during all phases of project. 9. Furnish and install seed, fertilizer, and mulch throughout project. 10. Other work associated with water main replacement. 11100 sharedlengineerlspecs-iilO 1 0 1 0 o 1 0 1 0-1 FIL -~\ .tL.J 2001 MAR 20 PH 4= 4'+ crr'( CLERK MEASUREMENT AND PAYMENT IOWA CITY, IOWA SECTION 01025 PART 1 - GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. ,-, 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 - PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after ,the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: A. GENERAL r-:i I ~ L__ r, :__L) n-ql"',i';20 Pi! ~:40 The following subsections describe the measurement of and payment..itor t~e work to be done under the items listed in the FORM OF PROPOSAL. J--'" ,"', l r'- ':-,!..' \....)1 i j \..'L_":r"u\ It']'.,. r-, ,--\/ ""'1\ ~'A Each unit or lump sum price stated shall constitute full payment as hereitt-sp~6ifi~:toreJht1'N 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 "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, fonning, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a unifonn surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking penn it 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. Penn its paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 F! LJ~r) BID ITEM DESCRIPTIONS 1. ZOOlliAR2,Q PM 4: 44 Mobilization (LS) CITY CLEr~K iOWA CITY IOWA The lump sum price for this item will be paid based on percentage complete for the item. Mobilization shall consist of preparatory work and operations for all items under the contract, including, but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; bonds and insurance; or other operations that must be performed or costs incurred prior to beginning work on the various items on the project site. This item shall also include demobilization costs. 2. Traffic Control (LS) The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential tlashing arrows, tlaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 3. Erosion Control (LS) The lump sum price for this item wiII be paid based on percent complete for furnishing, installing, maintaining, and removing all erosion control devices including silt fence, erosion socks, concrete wash-out, erosion control mat, check dams, construction entrances, or other means as approved by the Engineer to control tracking into streets, erosion, and entrance into the storm sewer. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 4. Remove and Replace PCC Pavement (SF) 5. Remove and Replace PCC Driveways (6") (SF) The unit prices for these items wiII be paid based on the number of square feet of Portland Cement Concrete pavements, driveways and parking lots removed and constructed at the specified widths, thicknesses and mix designs, including 5-foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. Removal of existing pavement and compacted granular material shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Aggregate durability class for all P.c. Concrete paving shall be Class 3. 01025-3 If weather conditions prohibit the use of Class M, P.c. Concrete, a deductr~ill ~ ~ ~. negotiated for the reduced cement content in Class C, P .C. Concrete. l~-- ! L 1-,:-, t.) Pavement smoothness shall be evaluated for main line pavement P6fnl't~rwem IppTrl,,;,c( I.: t, 0 Specifications. L ~ ~ I I Ii, I \ '- u II", C!iY ':-,'~t( 10.\./1/',.",,' (','IT\/ ii,/"".\A/A IUvt.,"' \...i I IJ 1\.)V'. Remove and Replace PCC Pavement with HMA Overlay (SF) 6. The unit price for this item will be paid based on the number of square feet of PCC with HMA overlay pavements, driveways, bases and overlays constructed at the specified widths, thickness' and mix designs. Included with these items are subgrade compaction and preparation, subgrade treatments, supply, placement and compaction of aggregate or portland cement concrete base, supply, placement and compaction of asphalt, and backfilling at curb lines. The minimum Hot Mix Asphalt thickness shalf be 3 inches. The minimum Portland Cement Concrete shall be 7 inches. Match existing. Removal of existing pavement and compacted granular material shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. 7. Remove and Replace HMA Pavement (SF) The unit price for this item will be paid based on the number of square feet of Hot Mix Asphalt pavements, driveways, parking lots, bases and overlays constructed at the specified widths, thickness' and mix designs. Included with these items are subgrade compaction and preparation, subgrade treatments, supply, placement and compaction of aggregate base, supply, placement and compaction of asphalt, and backfilling at curb lines. The minimum Hot Mix Asphalt thickness shall be 8 inches. Match existing. Removal of existing pavement and compacted granular material shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. 8. Remove Existing PCC Sidewalk (SF) The unit price for this item will be paid based on the number of square feet of existing Portland Cement Concrete sidewalk and curb ramps removed. Removal of existing pavement and compacted granular material shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. 9. Install PCC Sidewalk, 4" (SF) 10. Install PCC Sidewalk, 6" (SF) The unit price for these items will be paid based on the number of square feet of Portland Cement Concrete sidewalk and ADA Compliant curb ramps constructed at 01025-4 FIL.,E[) 2007 MAR 20 PM 4: 44 CITY CLERK IO\JI/A CiT'(, IOWA the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, fonning, concrete placement and finishing, curing, jointing and joint sealing, and backfilling at fonn lines. Curb ramps and sidewalk thru driveways will be paid as 6" sidewalk, while all other sidewalk will be paid as 4" sidewalk. 11. Install Truncated Domes (SF) The unit price for this item will be paid based on the number of square feet of approved, ADA compliant truncated domes supplied and installed as specified on the plans at the curb ramps. Also included with this item is all labor and materials to complete the proper installation. 12. Curb Cut for Ramps (LF) The unit price for this item will be paid based on the number of linear feet of curb cuts installed adjacent to the curb ramps to bring them into ADA compliance. This item includes the grinding of existing curb or removal and replacement of existing curb and gutter. If grinding existing curb does not create a compliant ramp, removal and replacement shall be required at the contractor's cost. Included with these items is subgrade preparation and compaction, subgrade treatments, fonning, concrete placement and finishing, curing, jointing and joint sealing, and backfilling at fonn lines. Removal of existing pavement and compacted granular material shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. This item is to be used only at the direction of the Engineer. Measured quantity may vary up to 100% with no unit price adjustment. Acceptable subgrades which become unsuitable due to the Contractor's sequence of operations will not be paid for under this item. 13. Remove and Relocate Existing Signs (EA) The unit price for this item will be paid based on the number of existing signs relocated as noted on the plans. This item shall be full compensation for furnishing all materials, labor and equipment necessary for the removal, storage, and reinstallation of existing signs. Ifsigns and/or posts are damaged during removal or storage, they shall be replaced at the contractor's cost. 14. Water Main 8" PVC (LF) 14a. Water Main 8" DIP (LF) 16. Water Main 12" DIP (LF) 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. This item shall be full compensation for furnishing all materials, labor, and equipment necessary for the installation of water main, unless such item is called out separately in another item. The following items shall be considered incidental to this item unless included with 01025-5 other items listed i? the F<?RM OF PROPOS.AL. Reference Sect~lf2~~~art 2.01 and Part 3.03 for CIty provIded parts and servIces. I . ,.-' "J Furnishing and installing pipe, joint materials and f\ffi~i~;fj i~ (; 20 P t 'i 4: 40 a. All water main adapters and sleeves required for instal~j~~ a~dc,e.?,":~ctions to existing water mains, not specifically called out onl~~)4tp,4nfri'{ ;CNJA All trench, mole, exploratory, and hand excavation. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. e. Supply, placement and compaction of standard backfill and granular backfill b. c. d. material. f. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. g. Temporary plugs or connections, to provide full pressure water service as necessary. h. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. I. Testing and disinfection of water mains and water services as required. J. Dechlorination of flushed water entering storm sewer system. I. Temporary support of existing utility mains and service lines. m. Repair or replacement of utility services damaged by Contractor. n. Protection of existing valves so they are fully operational and accessible during construction. o. Connections and/or taps for water mains and water services 4 inches In diameter and larger to existing water mains and water services. 15. Water Main 8", Bored (LF) The unit price for this item will be paid based on the lineal feet installed by boring and either jacking or pulling. Included in this item is excavation, jacking pit, receiving pit, boring and jacking or pulling, carrier pipe (use restrained joint PVC), connection to existing water main, and disposal of excavation and spoil material. 17. Remove Existing Hydrant (EA) The unit price for this item will be paid based on the number of existing hydrants removed. Included in this item is all labor, material, and equipment necessary to remove the existing hydrants and return to the City. Also included is excavation, demolition, removal, disposal of debris, and supply, placement and compaction of specified backfill. 18. Install Hydrant with Auxiliary Valve (EA) The unit price for this item will be paid based on the number of hydrants with 01025-6 FILEC) 2007 MAR 20 Pf"l ~: 44 C"f\1 (~I rT~1/ I I \..JLCIII \ iOW/\ CiT'(, IOWA auxiliary valves installed. This unit price shall be full compensation for furnishing all materials, labor and equipment for the installation including excavation, furnishing and installing specified valves, hydrants, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid, and backfill; complete as indicated on the plans and as specified. The cost for the auxiliary valve shall be in the price for the hydrant. 19. Install Temporary Hydrant (EA) The unit price for this item will be paid based on the number of temporary hydrants installed and removed. This unit price shall be full compensation for furnishing all materials, labor and equipment for the installation and removal of the temporary hydrant. Hydrants will remain the property of the contractor after removal. 20. Water Main Fittings (LB) The unit price for this item will be paid based on the actual weight of the water main fittings specified on the plans. This unit price shall be full compensation for furnishing all materials, labor and equipment for the installation of the fittings. Only fittings shifting horizontal alignments will be paid under this item. Fittings needed for vertical alignment change shall be considered incidental to the water main items. 21. Install 6" Gate Valve (EA) 22. Install 8" Gate Valve (EA) 23. Install 12" Gate Valve (EA) The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, fittings, thrust blocks, valve box and lid and backfill. 24. Water Service Type A (I") (EA) 25. Water Service Type A (1 W') (EA) 26. Water Service Type A (2") (EA) 27. Water Service Type B (I") (EA) 28. Water Service Type B (1 W') (EA) 29. Water Service Type B (2") (EA) 30. Water Service Type C (1 ") (EA) 31. Water Service Type C (1 W') (EA) 32. Water Service Type C (2") (EA) 33. Water Service (6") (EA) The unit prices for these items will be paid based on the number of each size and type of water services switched over from the existing 6" water main to the new 8" water main. This item shall be considered full compensation for the materials, labor and equipment necessary to complete each service transfer as noted on the plans. The cost for the 6" water valves necessary for the 6" service will be paid under the water valve item and should not be included in this item. Unit prices shall not include the cost for furnishing the below materials since they will be provided by the City Water Division at no cost. a. Tapping saddle, corporation cock and tapping service b. Curb shut-off valve and box 01025-7 03/07 shared\engineer\specs.ii All costs associated with the following items shall be considered incidental to water service installation unless they are included with other items listed iriJ:~b ~) Scheduk. I ._,_., \: All trench excavation, mole excavation, exploratory ex;MklJi:'i;in?i\ldiKg'i 4: 40 \~and excavation except for rock excavation as defined by 'es~ ~P6IVq~~~~~E.~i,-;;'~ \ b FL. h' d' II' .. / !Ur-..\,~lti' I' \1 ,O'i,!A . u,\llS mg an msta mg copper water servIce pIpe. / I ~ ,;t'\ \, I It I . ~ c. Fu~~ing and installing couplings for connection to fisting water services. d. Insta.IIi'materi~ls furnishe~ ~y the Ci: Water Dilsion. . e. Makmg c nectlOns to eXlstmg servIces and r,emoval and dIsposal of the I / I f. nt and compaction of reqmred pipe bedding material and I supply, placement and compaction of starfdard or select material within the / / g. Supply, compaction ~f all standard backfill and granular / backfill material. Gran ar ba~kfi material shall include backfill of all trenches under pavement an as ot rwise indicated or specified. h. Dewatering of the trench incl i g furnishing pumps, piping, well points, ect., as required. \. Testing and disinfection of m. J. k. I. Temporary fencin n. Protection ot: existing valves so they are Iy operable and accessible during constructio . 34. The unit p ce for this item will be paid based on the rcent of seeding completed. This ite includes seeding, fertilizing, and mulching. It also includes stripping, salvagi and spreading of 9" of topsoil, preparation of seed bed, supply and applic tion of seed, fertilizer, mulch, and water, and all up ep as specified, including a 0 -year guarantee. No distinction in unit price shall b made for various seed m' tures specified. nly disturbed areas not replaced with pavement shall be seed unless noted on the plans or directed by the Engineer. 01025-8 . . All costs associated with the following items shall be considered incidental to water service installation unless they are included with other items listed in the BID Schedule. a. All trench excavation, mole excavation, exploratory excavation, including hand excavation except for rock excavation as defined by these specifications. b. Furnishing and installing copper water service pipe. c. Furnishing and installing 6" DIP for 6" services. d. Furnishing and installing couplings for connection to existing water services. e. Installing materials furnished by the City Water Division. f. Making connections to existing services and removal and disposal of the abandoned old service valve box. g. Supply, placement and compaction of required pipe bedding material and supply, placement and compaction of standard or select material within the pipe envelope as specified. h. Supply, placement and compaction of all standard backfill and granular backfill material. Granular backfill material shall include backfilJ-pf all c.;::.) trenches under pavement and as otherwise indicated or specifi@. :::::. 1. Dewatering of the trench including furnishing pumps, piping, -~~lf~oin~}. ect.:"~n c..) o as required. -n J. Testing and disinfection of water mains as required. k. Temporary support of existing utility mains and service lines. 1. Protection of trees and repair of roots. -rj i ---j'- 5-/'.. :;:-" r .- N -..0 m. Temporary fencing or barricades n. Repair or replacement of water services damaged by Contractor. o. Protection of existing valves so they are fully operable and accessible during construction. 34. Seeding and Restoration (LS) The unit price for this item will be paid based on the percent of seeding completed. This item includes seeding, fertilizing, and mulching. It also includes stripping, salvaging and spreading of 9" of topsoil, preparation of seed bed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one-year guarantee. No distinction in unit price shall be made for various seed mixtures specified. Only disturbed areas not replaced with pavement shall be seeded unless noted on the plans or directed by the Engineer. 03/07 sharedlengineer\specs-iiIO 1 025 ,doc 01025-8 FIL.Er) 2D07 ~l;~R 20 P~1 4: 44 CIT\( CLEI~f< /OW/~\ CiTY IO'l'IA PART 1- GENERAL SECTION 01310 PROGRESS AND SCHEDULES 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. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work will be limited to 50 working days. Saturdays will not be counted as working days. The early start date is May 21, 2007. The late start date is May 29, 2007. Liquidated damages of $200.00 per day will be charged on work beyond 50 working days. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the 01310-1 ----r-........-;. -- I ;" T . .&: ,"1 ~:-'''\ project plans. Prior to advancing to the next phase or sub-phase, the existi~~~~~~.<t~.Jub- phase shall be sufficiently complete to allow reopening to the public, as detennined by the Engineer. Z001 2 0 p~; 4: ~t 0 E. Restoration activities such as pavement replacement will follow closeli~bin~,th~ LW'9rk even if multiple mobilizations are necessary. 10' ^'-;', I JI'"":i~; '-;011; ^ fA '\ J\ '--": I 'I.. i vv F. The Contractor will become an active partner with the City in communicating with and providing infonnation to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A. NotifY the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 11100 shared\engineerlspecs-ii\O 131 O,doc 01310-2 Fl L F~) , , ,_,L SECTION 01570 ZUG1 MAR 20 PI; 4: 44 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES CITY CLEHK IOW,A, :fA~T IPJ~NERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Unifonn Traffic Control Devices for Streets and Highways," 2003 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. PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will confonn with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 3.02 ivision 25. Miscellaneous Construction. Section 2528. Traffic Control. ;- ! I c.- r \. i IL,L._lj A. CiT" ':,~'I/ I I, "._CJ"il \ The Ci will furnish "NO PARKING" signs to facilitate re val dR,~1:~dl~bhible~J~~~ of schedu d work. The Contractor is responsible for inst lation and maintenance of the signs 48 ho s in advance of when the vehicles must be re oved. \ \ Removal of p~ing will be pennitted along Lincoln venue and Valley Avenue during construction. PI ement of equipment, vehicles and s plies in this parking area is allowed throughout the he construction period of this contr: ct. ,.. 0 Dr.' l.. , 0 '- t Ii 'i' '1 B. A. All excavations shall be fenced A. The Contractor shall m all times, including non- itor the condition of t ffic control and construction facilities at rk hours. Repair, re lace and maintain as necessary. 3.03 B. Pedestrian access to homes gravel surfaces shall be provi hall be maintained at all times. Temporary y the Engineer. C. Contractor shall maintain 2 lanes ftraffi along Newton Road at all times. D. Contractor shall maintain 2 lanes f raffic along Lincoln Avenue and Valley Avenue whenever possible, except as noted the plans where a minimum of 1 lane is allowed for short distances. 3.04 EXCA VATIONS: 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fI nces within and beyo the project area deemed appropriate by the Engineer shall be the sponsibility of the Cont ctor. 01570-2 11/00 sharead\engineerlspecs-ii\O 15 70,doc Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKINGSIGNS: A.' The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. B. Removal of Parking will be pennitted along Lincoln Avenue and V alley Avenue during construction. Placement of equipment, vehicles and supplies in this parking area is allowed throughout the heavy construction period of this contract. 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. C. Contractor shall maintain 2 lanes of traffic along Newton Road at all times. D. Cqntractor shall maintain 2 lanes of traffic along Lincoln Avenue and Valley Avenue whenever possible, except as noted on the plans where a minimum of I lane is allowed for short distances. E. Work requiring lane reduction on US Highway 6, as noted on the plans, shall take place from 9 AM to 3 PM. The temporary traffic control necessary for this lane closure must be picked up and the roadway returned to nonnal operation during all other hoe. g c.:- --.J ~___~r, ..::"'--' .... .~ _J,,,';o. =-:: ""-II 3.04 EXCAVATIONS: A. All excavations shall be fenced. (...> c:> v .',-, t I 3.05 ADDITIONAL FACILITIES: -:::-... .t::'" -. .. - A. All signs, barricades and fences within and beyond the project area deem"etc.approp~e by the Engineer shall be the responsibility of the Contractor. C~~ 11/00 sharead\engineer\specs-ii\O 1 570,doc 01570-2 lit ~~-- 1_ I I-! \ ! ,L".._',j SECTION 02050 21101 (1;1,1:. 20 Pi.) 4: 44 ",D,E,MOLITIONS, REMOVALS AND ABANDONMENTS ~., i _~: ri (\ r:n \1 !nINA '........ I' " I\,) \! Y ''I, GI :O\Ml\ J . " \ 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. lOOT 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: A. Granular backfill material shall consist of Class A Crushed Stone, lOOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the lOOT 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 Side- 02050-1 Section 2515. Section 2516. walks. - r! - " '" t- ! ! J-[j Removal and Construction of Paved Driveways. Removal and Construction of Retaining WaIl~~Q(t~~crP,.~. PI:,'j. r.: r,o Lu/ r,n,\ LO 'i...,. 3.02 INSPECTION: en''( A. Limits of demolition shall be per 3.04 of this section. The Engineerl@~Wes,~t1he\6giUWA 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 f<?r delays resulting from such relocations. B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3 . Warning devices shall be kept operational during all non-working and non-active periods. C. Site Access Measures 1. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050-2 r-I r r- -.. 1_'1 r-j) 1..._L.... 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. 2007 f1AR' 20 PH 4: ~4 CITY CD..:Ji:-< Disposals iOWA CiT"( IOWA 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 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 AC. Concrete pavements, driveways, ,alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. 11/00 shared\engineerlspecs-ii\02050,doc 02050-3 SECTION 02100 :=I! Cj''\ i iLl L.-l SITE PREPARATION '11" 1 ,., . - "0. f " 4 . 0 i' (j' r' f'" ,f, , 'I" .' ...u. ~nll \ t.... I. "'~ ('(,i Vii, IOW/\ . ,'._ ::: I.:~ l'< IO'vVA PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will confonn with the following divisions and sections of the 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 outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 filh:fihdsTRUCTURES AND PROPERTY: 2001 HM~-2 0 ~~Ilp~ ~xisting signs and posts within the construction area as directed by the Engineer. All pennanent traffic signs will be removed, stored, and replaced by the City of Iowa City. CiTY CLEcr?~ractor shall provide 48 hour minimum advance notice for sign removal and for sign IOV/P, CII"'( r~ent. Pennanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact 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. 11/00 sharedlengineerlspecs-ii\021 00. doc ~--''"' .~, , ' 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND "rn i'1':i~8'i 4: 40 i-I! ..-~"'\ :-..: I I-II I i l! ;,.~".../ PART 1 - GENERAL Ci j ::_': ..E.i":;;:< iOVVA CIT\: leN/A 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM 0698-91, 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.1!. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220-1 FILE[) landscaping. Protect topsoil from mixture with other materials such as aggregate and from '1007 ~~ f,' 1"1 20 P"l '- ,wosion. Removal of topsoil from the site is not permitted. (.. rIJ.H\ , l' '1: 4u CI-i~03",: cJ>#;AINAGE AND DEWATERING: I I Gu",nl\ IOWf\ CIT1~ }()VIA Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. "- B. Protection 1. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. C. Trench Width 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. '-" 2. Excavate trenches with vertical sides between elevation ot center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill 02220-2 1. ell ;-r-, Place fill material to final grade or to a minimum height of 6 tea :abbYtt0p of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of iij..Mp~[p~r iiRe ~<:4~n. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures CI-~" , , '''I''"' , i '( (ji__cr{r\ 10\'v'/" CiTY ICJ\^/A I. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil I. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the lOOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chain saw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or tom edges on any roots 1" or larger in diameter or on any ,branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02220-3 FII ~~''\ - ',-1, , l_LL./ 6. Zn01 MM\ 20 Pt'l l,: 43 Gll'l' Cl.bil< 7. IOWA eny IOWA 8. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. ,:-0 Aerate all grassed and planter areas compacted by construction activities. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. :>~ 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new I-inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. ~'- 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCA VATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220-4 3.06 BACKFILLING: r--' I '- ! I :, I j I..... i" '"., ; , " ..,r A. General l. 2001 .F: 20 FH 4: tlO Do not place frozen materials in backfill or place backfill up~,f~o,zen l1}~t~rjal. Remove previously frozen material or treat as required befdwl new,}jacl4:fi(l- is placed. ;O\^//,\ CT',,;,'. IOWA B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface, b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. c. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCA VATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 11/00 shared\engineerlspecs-ii\02220,doc 02220-5 FILEL) 2007M.i,R20 P,'; 4:43 Cr-y~q~ r~ ' IOWA CiT~~'~~~PE PROTECTION AND EROSION CONTROL SECTION 02270 PART 1 - GENERAL 1.01 SUMMARY: A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: --::..... A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non-woven material and confonn 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 confonn with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270-1 PART 3 - EXECUTION r='11 ;::r; t L,. 1 .,..' '~~... 3.01 TECHNIQUES: 'l.'fll ''',.., 20 n>:' I.. '0 .,(ill rigfl r II y. L\ A. Except as amended in this document, the work in this sectio~I\f~1 F'?rf'Vn\ with the following divisions and sections of the illOT Standard Specifiy,aU fl!~I,:(" ;~<.;L-I'(l\!"'A iU\ vt\ ), I!, ,,)lY Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following lOOT Standard Road Plans: RC-5 Wood Excelsior Mat RC-16 Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation 1. The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement 1. Prior to placement ofthe geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "V", "L", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "V" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed 02270-2 FIL,E[) as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. ZnnJ ~ ~ 0 "0 P" I. '3 lib nr:lll '- (, ..: 4 CI"'\! ,-" ,. r" , ,i I L.A.L:.('\i\3. IOW,A. crr~ IOV'/A Should the geotextile be tom or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. ,-.-.,,: 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 11/00 sharedlengineerlspecs-iil02270,doc ..- L-o 02270-3 r'l -...., -. ~l I I !L,L.~) SECTION 02510 "ir"jfi7/d"D "0 p" L '0 '-I U (.:\1\ {. Ii I: LI ASPHALT CEMENT CONCRETE P A VIN<f;i:-'( Cu:~Fii< iO'hi^, (T"V lr)\^,^ I Vvl t.,.'" J Ii "'-./Vr\ PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Asphalt Cement Concrete paving. B. Furnish labor, materials, tools and equipment to place and compact Asphalt Cement Concrete paving. 1.02 REFERENCES: A. mOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Temperature. 2. Density of in-place asphalt. 3. Asphalt content. 4. Density Tests of Base and Subgrade. PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections ofthe mOT Standard Specifications: Division 23. Surface Courses. Section 2303. Asphalt Cement Concrete Mixtures. Division 41. Construction Materials. Section 4126. Aggregate for Type B Asphalt Cement Concrete. Section 4127. Aggregate for Type A Asphalt Cement Concrete. Section 4137. Asphalt Cement. 025 I 0-1 ~p -r, P A'R:t~.~XECUTION 2001 ~11~:YJt 0 f-EdHmeUES: CiTY C:L.KFi;( Except as amended in this document, the work in this section will confonn with the IOWl... CiTY IO\^llfollowing divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Type B Asphalt Cement Concrete Bases. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. Section 2203. Asphalt Cement Concrete Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness. ,. Division 25. Miscellaneous Construction Section 2517. Concrete Header Slabs. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be pennitted until the pavement or surface treatment has cured sufficiently to prevent damage as detennined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 111/00 sharedlengineerlspecs,iil02510,doc 02510-2 , ~ SECTION 02520 FIL,F[) PORTLAND CEMENT CONCRETE PA VIN~07,::t.R 20 Pi1 ~: ~O 10\0! "jLcJU< ,Mli (..., 17-\1 ! '-)\ ~,! 'l, '..,- ~ '-.--"1 I: . t.. i/vn PART 1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. -"- 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. PART 2 - PRODUCTS 2.01 MA TERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 3.01 TECHNIQUES: FIt --=1', ,_LLJ 2DD7r:M?20 Pt~ 4:43 PART 3 ... EXECUTION A. Except as amended in this document, the worJ\. k;nh~~ ~m~<will confonn with the following divisions and sections ofthe IDOT Std~WJ\s~tTfi~at(o)\MA Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. ~ Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PA VEMENT.' A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 350F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-320 F One layer plastic or burlap. Minimum 31-250 F One layer plastic and one layer burlap or two layers burlap. Below 250 F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 E. Maximum allowable concrete temperature shall be 900 F. ?001rUt20 PI" L:tIO If concrete is placed when the temperature of the concrete cou7d excee~ goo F, the Contractor shall employ effective means, such as precooling of~gt;rga~s,~,~qJor mixing water, as necessary to maintain the temperature of the concretfA~,' is 'o.l~~~~900 F. IU~ ,f4, tJ Ii, JJV\A ~-ll ,.-- -.." t-',. '".1 1 t j ':._.~, ~ i_._i D. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be pennitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 shared\engineerlspecs-ii\02520 ,doc 02520-3 FIL.,EL) SECTION 02524 20G7 MM( 20 Pi"l 4: 43 CITY Cl.LFi:.( ~Xrfr~iJGEN~L CURB RAMPS 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (lIA-4) D. L.M. Scofield Company Tech - Data Bulletin A-I 04.1 O. E. L.M. Scofield Company Tech - Data Bulletin A-514.02. F. L.M. Scofield Company Guide G-I07.02. G. ASTM C309 - Liquid Membrane Forming Compounds for Curing Concrete. H. Armor-Tile Cast-In-Place TactilelDetectable Warning Surface Tile. I. Figures section of specifications. 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. 02524-1 . I B. Powdered materials shall be kept dry and under cover. Protect liquid materW_ ,tID~) freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: i) I"JO r"",' I ' 0 i\ t.. j..ln 1: Ll A. Comply with ACI requirements for cold and hot-weather concrete work. Ci i c.'L_c:iil< IOV/A C iC)VVA B. Pre-Installation Meeting PART 2 - PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. C. Stamped Truncated Domes 1. Colored Hardener: a. Lithochrome Color Hardner by L.M. Scofield Company. b. Color: Tile Red (A-28). c. An integral coloring agent may be submitted for approval as an alternative to topical coloring agents. 2. Bonding Agent: Product known to enhance adhesion to concrete. 3. Curing Compound: a. Lithochrome Colorwax by L.M. Scofield Company. b. Color: Tile Red (A-28). 4. Truncated dome stamp for curb ramps shall be Cobblecrete ADA concrete texturing tool or Increte ADA Tactile Detectable Warning System stamping tool or approved equal. D. Cast-In-Place TactilelDetectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: Depth: Face Thickness: Warpage of Edge: 24" x 48" nominal or width of sidewalk 1.400" +/- 5% max, 0.1875 +/- 5% max. +/- 0.5% max. 3. Vitrified Polymer Composite cast-in-place tiles shall be Annor-Tile Cast-in-Place TactilelDetectable Warning Surface Tiles or approved equal. 02524-2 FII ri'''\ 1 '- f t~j Prefabricated tiles or pavers may be submitted for approval as an alternative to stamped . concrete. ZQGHi:~R 20 Pi') 1;: 43 .,p1~~"",,3r:,,~.XECUTION ell) lJl_d t1\ IO\Nf'OJ:;iTIf,EMNkluES: A. Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) - (llA-4) and the following sections of the Americans with Disabilities Act (ADA) ~ Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights-of-Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1 :48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than I: 12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1 :48 or 2.08% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: r~ A. 6-inch thick P.C.c. will be placed at all curb ramps unless otherwise directed by the Engineer. B. 4-inch thick P.C.C. will begin 4 feet off back of curb adjacent to the 6-inch P.C.C. section, unless otherwise specified by the Engineer. 3.04 WIDTHS: A. Curb ramps widths will be 4 feet unless otherwise necessary to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 3 feet. Four-foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. All proposed curb ramp widths other than 4 feet wide need approval by the Engineer. 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best-fit". Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6-inch curb bordering the curb ramp is considered part of the curb ramp and is accounted for in the Form of Proposal estimated quantities. 02524-3 r-i I i-- ! ' [1 ""',' L, / 3.06 TEXTURED SURFACE: 2DD? ~Ui~ 20 PI: 4: 4 I A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. ('1 ,-,' il B. Detectable warning surfaces shall extend 24 inches in the lQ~ttf.onCJ~t~av~)~t~the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is 6 inches minimum and 8 inches maximum from the curb line. 3.07 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 COLORING: A. Concrete color finish will only be placed on the 6-inch thick first panel (approximately 24" x 48"or width of sidewalk) or as specified by the Engineer. 3.09 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.10 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 2/04 S :\Eng\Construction\ Water-Pavement Repairs\02524- W ,doc 02524-4 F'I, r-, I ,-.1 !.-, L_ l,) SECTION 02660 lnr]lIR020 r'" I. uU rU'.i \ rf, 1./: t{ 3 CITY CLEi1f< IOWA err!, jO~VA PART 1 - GENERAL WATER DISTRIBUTION 1.01 SUMMARY: A. Furnish, install and test water distribution system as indicated and specified. 1.02 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a *** shall be kept on the site, readily available and accessible to the 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 ofIowa 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! A WW A-C 1 05/ A21.5: Polyethylene Encasement for Ductile-Iron Pipe Systems 3. ANSI!AWWA-C110/A2l.l0: Ductile-Iron and Gray-Iron Fittings, 3-inch through 48-inch, for Water and Other Liquids 4. ANSI! A WW A-C 111/ A2l.l1: Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings 5. ANSI! A WW A-C 150/ 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! A WW A C502: Dry-Barrel Fire Hydrants 9. ANSI! A WW A C504: Rubber-Seated Butterfly Valves 10. A WW A C509: Resilient-Seated Gate Valves for Water Supply Service. 02660-1 11. ANSI! A WW A C51 0 Double Check Valve Backflow-Prevention Asse~(~_. -'" I , ~ 1..,...,/ 12. ANSI! A WW A CS11 Reduced-Pressure Principal Backflow-Pr~~~?t~~Ft-l~mp~ ~: t+ I 13. ANSI! A WW A C550: Protective Epoxy Interior Coatings for V alvecndHrt~~i< ANSI!AWWA C600***: Installation of Ductile-Iron WaterIQti~t\ ~~J'~~QvVA Appurtenances 14. 15. ANSI!A WW A C651 ***: Disinfecting Water Mains 16. ANSI! A WW A C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4-inch through 12- inch for Water Distribution D. American Water Works Association: 1. A WW A Manual M23***: PVC Pipe-Design and Installation 2. A WW A Manual M17***: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: 1. ASTM D2241 F. Manufacturers Standardization Society: 1. MSS-SP-58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS-SP-69 Pipe Hangers and Supports Selection and Application G. Uni-Bell PVC Pipe Association: 1. UNI-B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with A WW A 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 5. Bolts 02660-2 FIl__E[) 6. Joints Z001 Mi\R 20 Pi1 4: ~'3 8. CITY CLEHl< IOWA CITY, IOWA: 10. Tapping sleeves, couplings, and special piping materials. Polyethylene Thrust block designs and details 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. 1.05 TIME: A. Time is of the essence for water main construction work. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities, provide 48 hours notice. PART 2 - PRODUCTS -/\ 2.01 All products used for this work shall be from the list of "Accepted Products for Water Distribution 02660-3 Materials" contained in the Iowa City Water Division Reference Manual and found frr Appendi~ A. If there is a discrepancy between the Iowa City Water Division Reference Manual a~d Appe"ildix A, the Iowa City Water Division Reference Manual prevails. 2U07 20 p{'l ~: II I 2.02 DUCTILE-IRON PIPE: A. Thickness design shall confonn to ANSI! A WW A C 150/ A21.50. r,.,. ~, ~..Ji I IOV//'\ Ci';-\( iOV-IA B. Manufacture shall confonn to ANSI! A WW A C 151/ A2l.5l. 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 confonn to ANSI! A WW A C 1 04/ A2lA. 2.03 DUCTILE-IRON PIPE JOINTS: A. Single rubber-gasket push-on joints or mechanical joints confonning to ANSI! A WW A C 111/ A21.11. Furnish with all necessary hardware and gaskets. B. Bell-and-spigot pipe joints confonning to ANSI A2l.6 or ANSI A2l.8. C. For boIted/restrained mechanical joint, use Griffin Bolt-Lok restrained joint or approved equal. (Class 53) D. For unbolted/restrained mechanical joint, use Griffin Snap-Lok restrained joint or approved equal. (Class 53) E. Do not use drilled & tapped retainer glands. F. Plain end of push-on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.04 POLYVINYL CHLORIDE PIPE: A. Pipe shall confonn to ANSI! A WW A C900 and shall be thickness class DR 18 (Class 150). All pipe shall have the same outside dimensions as ductile-iron pipe. PYC pipe materials are only allowed in sizes 6 to 10 inch diameter. B. PYC 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. pve pipe shall not be installed under public roadways and shall not be used around cul-de-sacs or other small radius curves. 2.05 FITTINGS: A. All fittings shall confonn to ANSI!A WW A ClI0/A21.10, with pressure rating of Class 350 for 3" to 24". 02660-4 Fl L E-t-' I ...1 B. Mechanical-joint fittings shall be ductile iron compact ANSI! A WW A C 153/ A21.53 or 2U1J1 MAR 20 Hl 4: tl3 ductile standard ANSI!A WW A CIIO/A21.10. Large fittings, 12-inch through 20-inch shall be ductile iron standard ANSI! A WW A C 110/ A21.1 O. Swivel tees shall be ductile iron standard ANSI!AWWA CIIO.A21.10. Where ductile iron is not available (Le., offsets), cast iron standard ANSI! A WW A C II 0/ A21.IO shall be provided. CITY CLB~;< IOW;\ Cll'f, IOvVA r- C. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor- Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. 2.06 VALVES & VALVE BOXES: A. Gate valves shall conform to ANSI! A WW A C509. 1. Valves shall be full line size gate valves with epoxy coating inside and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi and gaskets rated at 250 psi. 3. Valves shall have a standard 2-inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o-rings under pressure. 5. Valves are to be non-rising stem with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSI! A WW A, 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 j oint ends. 5. Shaft seals shall be o-ring type. 6. Valve shall have manual operator with a 2" square operating nut for operation of the valve and shall open left. 7. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. ,....... 02660-5 , ~ r'-' i ""--...., Tapping Valves shall be as specified for resilient-seated gate v~h{es iwith) the exception that one end shall be mechanical joint and the other end shalt be flanged to m.atch the ~pping sleeve and shall have oversize seat rings.)lB.p~~i?~mq)f,*y, I tappmg machme cutters. u;" [ r'il, I' _ U r I; 'i' Lj I. Tapping valves be 175 psi minimum working pressure. Ci:-j' 1\ 'IO\^// (', '()'\MA' v/\ 'Jl i h. I.', 2. Valves shall be epoxy coated inside and outside with stainless nuts and bolts. C. 3. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2-piece or 3-piece slip type, range 51" to 71", Use lids marked "water" . 2.07 HYDRANTS: Specification standard: Type of shutoff: Type of construction: Main valve opening: Nozzle arrangement and size Nozzle thread: Type of inlet connection: Size of inlet connection: Depth of bury: Direction of opening: Packing: Size and shape of operating nut: Working pressure: Color: ANSV A WW A Standard C502 Compression Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. 4Y2 inches for 12" water main and under 514 inches for 16" water main and above 3 nozzle, two 2Y2-inch hose nozzles and one 4Y2-inch pumper nozzle, with caps attached with chains National Standard Hose Threads Mechanical Joint 6 inch Depth of bury shall be 6 feet Open to right (clockwise) Conventional or a-Ring I Y2 inch, standard pentagon 250 psi Safety Red 02660-6 FJIJ: [~PECIAL FITTINGS: zonl MAR 20 Pl1\H: 43Special pipe fittings must be approved by the Engineer. CITY CLB~< IOW/~ CITY, IOWA c. Special fittings must be the same diameter, thickness and pressure class as standard fittings. 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 0 pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Required for 12" and larger pipe or under paving. E. Stainless Steel Tapping Sleeves: 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. 2.09 GASKETS, BOLTS, AND NUTS: 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. 02660-7 . 2.10 LOCATION WIRE: ,..-; I i-I! I . ~ ' -" , \ . A. Location wire shall be #12 solid copper, THHN insulation in y.y~lp.\'(;orr.j)FMge~1 ~Iqr~ tl I "- \JU I r'J of \ c.. U 11'1 2.11 LUMBER: (""_..'' ".., :..,,-:1( . "1 ; "1 :,_. ,"_[J.>li\ A. Lumber for bracing or supports shall be hardwood (i.e. oak or nig\W:D~~b~l~s[dYiQoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, 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. Yalves, fittings, hydrants and ductile-iron pipe shall be installed in accordance with ANSI! A WW A C600 except as noted herein. C. PYC pipe must be furnished and installed in accordance with A WW A M23 and Uni-Sell PYC Pipe Association UNI-B-3-88 except as noted herein. D. Contractor must prepare and retain a set of "as-built" drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Examples of special buried features would be: 1. Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. 3.02 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. B. While unloading PYC piping materials: I. 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. 02660-8 FILE[g Within the "Storage" language of A WW A M23, change "should" to "shall." Z007 MAR 20 PM>'4: l.3Within the "Handling" language of A WW A M23, change "should" to "shall." Cl"'-",J. .03..'E.l.(), CATION, ALIGNMENT, SEPARATION & GRADE: I ( l,.L -rif\ IOWA Clft If,)WA 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 1-800-0NE-CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5Y2 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. '- . r"' E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a Twister DB Plus Wire Connector. 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. 02660-9 3.04 PIPE BEDDING AND BACKFILLING: r-r: r-;', 1- Ii roo ; / 'u,' ./ A. Ductile-iron pipe bedding shall conform to the project plan details or as oth~rris~~p.l3<;4fit;9! f.. I or directed by the Engineer. L" I t,. \l \ ",LJ I J I ",. 4 I r-'l-,-.\/ r ,r-"/ PVC pipe bedding shall conform to UNI-.B-3-88 laying condition Type ~,(Il~,dih~;i!!~~~I'-}~~i\ excavatIOn for the bell holes. The beddmg shall be loose, natural, fidb)~~,\ JhtclhlrlS,I,.h fA compacted by stomping on the soil along the sides ofthe pipe to the top of the pipe. B. 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 I 0" 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: I. 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 I. 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: A. Push-on Joints: I. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push-on joints when boring. Griffin Snap-Lok shall be used in casing with locking rubbers. 02660-1 0 "I 'Q t-l l- I B! __,1_ 'echanical Joints: ZDOl H~,R 20 PM 4: 4~. CITY CLERr( IOWA Crr\( IOWA 2. The range of torque for tightening bolts which is indicated in ANSI! A WW A C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 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 PYC pipe connections to MJ joints, cut the bevel off the end of the PYC pipe to get full ,pipe diameter in the joint. 4. Do not deflect pipe at joint. c. Sleeve-Type Coupling: .-., 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. '-, 3.07 TAPPED CONNECTIONS UNDER PRESSURE: A. Follow manufacturer's installation instructions. B. Tapping mains for new connections I-inch to 12-inch in diameter shall be done by the Water Division. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. 3.08 POLYETHYLENE ENCASEMENT: A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSI! A WW A C205/ A21.5 installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PYC 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 02660-11 inches above finished ground. The break-off flange should be no more Mi 6 Fnftles above ground. There shall be no obstructions to fire hose connections.--' .j E. The base elbow shall be placed on solid precast concrete blocJ~}~~ ;#m,~~ditrlkb~& ~c1il. The barrel of the hydrant shall be firmly braced against the back ?f th(} tr.<:<~chr4-Y~1I with \. ,t ~ i I, -,' r-' i -~ ,.{ pre-cast cement blocks to resist thrust at the pipe connection. '0' I,~,; :\,' ',r" ~"L :-_1 ~\.' I , '1"1,1 I if 1(I\t.J-' tJ, .....i I, J ,~trt-\ F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or I inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break-off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as-built" drawings must be on file in the Water Division office prior to using the water supply. C. If requested by the City, the contractor will work with the Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution 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! A WW A C651 and the following specifications. B. 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 Cor D below. 4. The chlorinated water shall be retained in the main at least 24 hours, during which 02660-12 'II .--) j: L_t=L 2007/il\R 20 PM 4: 42 crr\( CLERK 5. IOWA CITl~ IOWA 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 mgIL chlorine throughout the length of main. 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 mgIL 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 1;4 of the main diameter. For 6-inch through 12-inch water mains, a single 2Y2-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). r- 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. C. Tablet Method of Chlorine Application 1. Use ANSI! A WW A C651, however slowly fill the main (less than I cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine Application 3.12 TESTING: A. I. 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 1;4 of the main diameter. For 6-inch through 12-inch water mains, a single 2Y2-inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main completely. Filling the water main: I. 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. 02660-13 3. After a few minutes of steady state operation, open all other valves ~WIYfl!l'lptf1en open the initial fill valve completely, while regulating the flow hydr~nt to'tni1\tr6ize damage. When the main has been filled, open and close all ~~4If'lltr~e,..,q~en!!~py to force fresh water progressively through each section (new Ia'htf 6Utf.of Wate'flrJain4 I which was shut down to replace fresh water into each section. C" i:-"/ ,C,: I.',': . I, I 'j. LI ,;\ 4. After clear water and a fresh chlorine odor are observed at e!a\~ldr~t~,~~u~@M'A 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 ANSI! A WW A C600. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test 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: I. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 02660-14 F I L t [) 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 2001 MAR 20 PH 4: t.2 the hose thread for proper fit. Cl-'" '''\1 E-",,'/4. I Y 'U'L_ -ili\ IOWA C11~ IO\W~ Test: Replace nozzle cap, then open hydrant again and inspect all joints for leaks. 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. 0,"" ,..... 02660-15 r-p to; i ,r .\ r , j,_.,J APPENDIX A '} '1 .'... 7 t;' '., ", (/::, rd.., r, ,~O 0" [ i 1'1 I: If , Accepted Products for Water Distribution Materials Ci I i 'O'A" , I n-t\ Ci, WATER PIPE: (Ductile) ANSI/A WW A - A21.511C151 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") FITTINGS: (Ductile Iron Standard) ANSIIA WW A - A21.10/CllO, 3" to 24" - 350 psi (Ductile Iron Compact) A WW A C153, 350 psi Clow, TylerlUnion, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Body Ductile Iron with Stainless Steel and/or NSS Cor-Blue Nuts and Bolds) for 12" and larger or under pavement Clow - F-5205, Mueller - H615, Kennedy, TylerlUnion, Kennedy, American Flow Control- Series 2800, or U.S. Pipe - T-9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller-H304, Romac SST, JCM-432 MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) Ebaa Iron Sales Inc. STAINLESS STEEL REPAIR CLAMPS: Smith-Blair-261, Ford FSI, Romac SSI VALVES: (Resilient Seated Gate Valves) ANSI/A WW A - C509 Clow F-2640, Kennedy 1571-X, Mueller Resilient Seat - A-2360-20, American Flow Control- AFC-500, or U.S. Pipe Metro Seal 250 #5460 VALVES: (Butterfly) ANSI/AWWA C504, Class 150B Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik VAL YES: (Tapping) Clow - F-2640, Mueller - T-2360-16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860, or American Flow Control-865 VAL VE BOXES: Tyler- (Series 6855 & Item 666A, Range 51" to 71") East Jordan Series 8555 & Item 666A - Range 51" to 71" 02660-16 HYDRANTS (4~" for 12" and under) (5 v.." for' 16" and above) ~~02 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" 20G7/'HIR 20 Pt1 4: f,2 SLEEVE TYPE COUPLING: eIT'y' :-l [~r;,>' ~/ __111\ Standard solid black sleeve - TylerlUnion 5-1442, Griffin I OWl, CiT~~ IOWA Bolted Straight Coupling with stainless steel bolts and nuts - Smith-Blair 441 or Romac Style 501 r- STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts): Smith-Blair 261, Romac SSI or Ford FSl TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter WaterPro or Utility Equipment - Valvco -95E -2 W' ID with lockable cast-iron lid - minimum 18" long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: #12 solid copper, THHN insulation in yellow or orange ,~ FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and YI 03/07 shared\engineerlspecs-ii\02660,doc 02660-17 PART 1 - GENERAL SECTION 02665 WATER SERVICE WORK FOR CONT~t(:~O~~., I 7Tu7/l/d\ 2U- (ii 4= li I Ci: JO\^~l\ C r-' , 1-11 1 Lq :1 ~ t ~_/ -11\ !(li,'\,'A H.)'t'r 1.01 DESCRIPTION: A. Furnish and install new water services and yard hydrants as indicated and specified. 1.02 RELATED WORK: A. Section 02660: Water Distribution 1.03 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents fonn a part ofthis specification to the extent specified herein. B. City ofIowa City Water Division: 1. Policy and Procedures Manual C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI! A WW A-C800 Underground Service Line Valves and Fittings. D. American Society for Testing Materials: 1. ASTM B75-86 Seamless Copper Tubing. 1.04 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval 4 weeks prior to installation. 1. Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 2. Working drawing or site plan with customer location, address, size, and materials of water service and main pipe including a full list of materials required from the Iowa City Water Division, as applicable. 02665-1 1.0Fi !,!~)TS: 2007 MJ\R 2t}. PHtr.i~ 2f1owa City: CITY Cl_EF;r(1. IOWA. Cir,,~ IOVJA Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 2. The Contractor or their agent will be responsible for the tapping application fonns and records. 1.06 TIME: A. Time is of the essence for water service work. All required work must be completed as quickly as possible to minimize inconvenience to the consumers. The Contractor is expected to comply with the minimum response and completion times listed. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. 3. For supply of materials for less than 20 units, provide 2 weeks notice. 4. For supply of materials for more than 20 units, provide 4-6 weeks notice. 5. For supply of seldom used materials such as galvanized or lead, provide 4-6 weeks notice. 6. For locations of underground facilities, provide 48 hours notice. C. Response Time - the maximum time allowed from telephone notice by the Engineer until the Contractor is on the job and ready to begin work: 1. For 1 service which is planned work, less than 24-36 hours. 2. For 1 service which is emergency work, less than 4-6 hours. 3. For 3 or more services which are planned work, less than 48 hours. D. Completion Time - the maximum time allowed from the time the Contractor turns off the water until the water service is connected and operational under nonnal circumstances: 1. For 1 service, where it is necessary to break and remove concrete with no prior warning or planning, less than 12 hours. 2. For 6-8 services or more in one block area with prior planning, some services on each side of the street and in conjunction with paving projects, less than a 12-hour workday. 02665-2 1.07 WORK ON PRIVATE PROPERTY FOR OTHERS: ;_,1 I ; ~) LJ A. Water service work may be necessary or desired by private property2~'fl'11~fiR2tQe ~\: { I time as the new water service work under this contract is one. The Contractor wilrbe j. 1I0wed to work on private property adjacent to the work s' e in order to fi16jwi:\ter set:Y~y wo k directly for the private property ow~er. Work on pri ate propertyl~~tndf~~~~~f"^ affe the time schedule for work under thIS contract. ,h u:. I, I ./'\ B. on private property will not be the responsibi Ity of the City. \. \ PART 2 - PRODUCTS A. All water service'Q1aterials shall meet or exceed urrent ANSI! A WW A-C800 specifications and shall be made in accordance with AST B-62. The manufacturer shall furnish a certificate indicatin~\all new materials meet t e specifications. All valves, fittings and pipe shall be inspected se~ral times during the anufacturing process and pressure tested with air under water beforci'\shipment. All wat service materials shall be visually inspected before installation. Bras~~~ copper are s ft metals and care in handling shall be exercised to avoid damaging threads,\ distorting p' ing, valves or fitting bodies. B. Water service brass for servl es 2 inc es and smaller will be furnished at no cost by the City Water Division. The Co tracto shall use the brass goods furnished by the Water Division on work under this con act only and not on private property. 2.01 WATER SERVICE M4TERIALS C. All water service lines will be fu hed and installed by the Contractor. Material shall be new type K copper in coils for s' es /4-inch through I1f2-inch and in coils or straight pipe for 2-inch size. No couplings or onne ions will be permitted under the paving. E. Couplings for services 2 . ches and smaller ill be furnished at no cost by the City Water Division. D. Curb boxes for services 2 inc Division. F. Materials furnished a no cost by the City W ter Division are available at the Water Division at 330 Nort Madison Street during no al working hours. The Water Division will provide an acc unting for materials supplied and the Contractor will be required to keep records of ma rials used at each service conne tion. / ! 02665-3 , ' 1.07 WORK ON PRIVATE PROPERTY FOR OTHERS: A. Water service work may be necessary or desired by private property owners at the same time as the new water service work under this contract is done. The Contractor will be allowed to work on private property adjacent to the work site in order to do water service work directly for the private property owner. Work on private property shall not adversely affect the time schedule for work under this contract. B. The work on private property will not be the responsibility of the City. PART 2 - PRODUCTS 2.01 WATER SERVICE MATERIALS A. All water service materials shall meet or exceed current ANSI/A WW A-C800 specifications and shall be made in accordance with ASTM B-62. The manufacturer shall furnish a certificate indicating all new materials meet the specifications. All valves, fittings and pipe shall be inspected several times during the manufacturing process and pressure tested with air under water before shipment. All water service materials shall be visually inspected before installation. Brass and copper are soft metals and care in handling shall be exercised to avoid damaging threads or distorting piping, valves or fitting bodies. B. Water service brass for services 2 inches and smaller will be furnished at no cost by the City Water Division. The Contractor shall use the brass goods furnished by the Water Division on work under this contract only and not on private property. C. All water service lines will be furnished and installed by the Contractor. Material shall be new type K copper in coils for sizes 3/4-inch through I ~-inch and in coils or straight pipe for 2-inch size. No couplings or connections will be permitted under the paving. D. Curb boxes for services 2 inches and smaller will be furnished at no cost by the City Water Division. E. Couplings for services 2 inches and smaller will be furnished at no cost by the City Water Division. F. Materials furnished at no cost by the City Water Division are available at the Water Division at 2551 N. Dubuque Street during normal working hours. The Water Division will provide an accounting for materials supplied and the Contractor will be required to keep records of materials used at each service connection. o ~- '~~~Q r...,..'} (:~:g '-..J c...> ,:;) ,=T7 -- '"1:7 ~: .7'7 .-' ",j .c- .. f\.) '-0 02665-3 ~Alofj - EXECUTION ZiW7 Mt.(\32lU P}~fq-!DS AND DOCUMENTS: CITy' C:i 1:lrl~V ..' ~,_L- ,i, IO\Nt ('TV I(YW'I\, ,M ", I, t,,' t'\ Contractor must prepare and retain a set of "as-built" drawings on the job site with accurate and current information on the location of all water service valves, pipe and special construction features. Examples of special construction features include: 1. Offsets in alignment. 2. Changes in depth and depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. Following completion of the project, a copy of these drawings shall be furnished to the Water Division. 3.02 RECEIVING, STORAGE AND HANDLING: A. The Engineer may mark materials found on the job site which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site and replaced with new. 3.03 EXCA VATION AND BACKFILL: A. All excavators shall comply with the requirements of the O.S.H.A Standards subpart P- Excavations. B. Earth excavation, backfill, fill and grading shall be in accordance with Section 02220. C. Excavation and backfill shall include all excavation, backfilling, compacting, stockpiling of surplus material on the site, and all other work incidental to the construction of trenches, including any additional excavation which may be required for construction of the water service lines. D. Along the proposed water service lines, the Contractor shall remove the surface materials only to such widths as will permit a hole or trench to be excavated which will afford sufficient room for proper construction. Paving removals shall be as directed by the Engineer E. The Engineer shall approve removal limits. F. Where working space permits, holes or trenches may be excavated by machine, provided that by so doing, public and private improvements will not be subjected to an unreasonable amount of damage. The size of the hole shall be as small as reasonably possible to do the work. If, however, excavation by machine methods cannot be made without damage being done to public and private improvements, hand excavation shall be employed. G. The Contractor shall use a mole for excavation of a hole to place the water service piping, %" to 2" diameter, at any location under a street surface, driveway, sidewalk or lawn area whenever the distance from the water main to the water service connection is greater than 20 feet. The mole shall be used even though the street surface has been removed so as to 02665-4 H. r-- I t - "', protect the new street surface from settlement. The mole sha1l be a maximr!qf~t i9ches in diameter. The Contractor shall be responsible for a1l labor, equipment, 'riiiiterhils and supervision for mole excavation. -;'t' 7 iJ ", 1') '"J 0 ell,' l" I L U J d \1'\ '- I I II' Lr I. The Contractor sha1l ~e resp~~s~ble for coordinating the lo~ation of a1lC'~r~~d(~~il,~~1f,~and for all damage or repaIrs to utllttles caused by mole excavatIOn. IO'^';' ",::'~-i,-'!n\/VA ~II"\ [,,11. I'" Whenever, in the opinion of the Engineer, it is necessary to explore and excavate to determine the best line and grade for the construction of the new water service line or to locate an existing water service which must be disconnected, the Contractor shall make explorations and excavations for such purposes. 1. All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Fire hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, or other utility controls shall be left unobstructed and accessible until the work is completed. Gutters sha1l be kept clear and adequate provisions shall be made for street drainage. Natural watercourses shall not be obstructed. K. The Contractor shall provide and maintain ample means and devices with which to promptly remove and properly dispose of all water entering excavations or depressions until a1l work has been completed. No sanitary sewer shall be used for disposal of water. L. To protect persons from injury and to avoid property damage, adequate barricades, fencing, construction signs, caution lights and guards as required shall be placed and maintained by the Contractor at excavations during the progress of the construction work and until it is safe for pedestrian and vehicular traffic to use the roads, sidewalks and facilities. All material piles, equipment and pipe which may serve as obstructions shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. The rules and regulations of a.S.H.A. and appropriate authorities for safety provisions shall be observed. M. Trees, shrubbery, fences, poles and all other property and structures shall be protected during construction operations unless their removal for purposes of construction is authorized by the Engineer. Any fences, poles, or other improvements which are removed or disturbed by the Contractor shall be restored to the orig.inal condition after construction is completed. Any trees, shrubbery or other vegetation which are approved for removal or ordered for removal by the Engineer shall be removed completely, including stumps and roots. The Contractor shall be responsible for any damage caused by construction operations to shrubbery or other landscape improvements which were not authorized for removal by the Engineer. 02665-5 ell ~i"1 3.()4 LJVA-mR SERVICE CONSTRUCTION: za07 tiJ~I~ 20 API4 4:11ltlCity Water Division will provide at no cost labor and equipment to tap the water main for services. Each water service pipe shall be connected to the water main through a brass CITY CLEnr\ corporation stop. A tapping saddle is required on all PVC water main materials. The plastic IO'vVA CIT)~ I()V\~ug shall be recovered. The main shall be tapped at an angle of forty-five degrees (450) with the vertical, if possible. The stop must be turned so that the T-handle will be on top. B. The old water service under the street right-of-way will be shut off and removed. C. The Contractor shall install the new copper service line from the new corporation stop to the new curb stop and from the curb stop to the customer service line near the property line. The size will be determined by the Water Division. The minimum size will be I-inch to the stop box. The service pipe shall be laid in the mole hole excavation and in the trench with sufficient weaving to allow not less than one foot extra length for each 50 feet of straight line distance. D. Underground water service pipe shall be laid not less than ten (10) feet horizontally from the building drain, and shall be separated by undisturbed or compacted earth. Where the horizontal separation cannot be met, the water service pipe shall be installed so the bottom of the water service pipe is at least eighteen (18) inches above the top of the building drain line at its highest point. E. A curb stop shall be furnished and installed for each service at the location shown on the plans, or as directed by the Engineer. Place a brick or masonry block under each curb box valve. A cast iron service box shall be furnished and installed over the curb stop and held in a truly vertical position, until sufficient backfill has been placed to ensure permanent vertical alignment of the box. The top of the box shall be adjusted and set flush with the finished surface grade. The curb stop shall be located between the curb and the property line and visible from the sidewalk. F. The Contractor shall make a clean cut on the existing service line and connect the new service line at the location as directed by the Engineer. G. The Contractor shall be responsible for visual inspection of all water service materials used in this work. If water pressure is available or will be available within 24 hours of making the new service connection, the new service shall be subjected to normal system pressure and visually inspected for leaks. If any leaks appear, the Contractor shall make repairs. Each water service shall be turned on and observed by the Contractor within the premises to verify adequate pressure and flow. 03/07 sharedlengineerlspecs,iil02665,doc L-' 02665-6 ;=!; c r~, i ; ..!.r,.j SECTION 02751 n,'...'.7 !.r' r, "0 "". l. I I LuU rHd', r.. nl "i: 4 DIRECTIONAL BORING AND DRILLIN~;i CLEH;< IO\~I/\ C, !O\NA PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to install carrier pipe by directional boring and drilling. B. This specification covers thrust-restrained Polyvinyl Chloride (PYC) Pipe. Pipe is intended for use in pressure-related potable water delivery systems. C. Pipe material including carrier pipe and fittings will be provided by the City ofIowa City. D. Boring pits will be excavated and backfilled by the City of Iowa City. 1.02 REFERENCES: A. American Society for Testing and Materials (ASTM) 1. ASTM D 1784 Standard Specification for Rigid PYC Compounds and Chlorinated PYC Compounds 2. ASTM D2837 Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials 3. ASTM D3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals 4. ASTM F477 Standard Specification for E1astomeric Seals (Gaskets) for Jointing Plastic Pipe B. American Water Works Association (A WW A) 1. A WW A C900: Polyvinyl Chloride (PYC) Pressure Pipe, 4 inch through 12 inch, for Water 2. A WW A C906-99: Polyethylene (PE) Pressure Pipe and Fittings, 4 inch through 63 inch, for Water Distribution and Transmission C. American Railway Engineering Association "Specifications for Pipelines Conveying Non- Flammable Substances," latest edition D. Iowa Department of Transportation (lOOT) Standard Specifications, latest edition 1.03 SUBMITTALS: 02751-1 CI i f=r) I : l__ 'e__ L.J A. Carrier Pipe Materials: To be provided by the City ofIowa City Water Division lnn7 MI,R 20 P~( 4: I ? '8. ~ 'Boring Pit: To be provided by the City oflowa City Water Division CITY CLE'~l;< IO'0//>, C iT'( rQ\f/, ^ When boring is complete, contractor shall provide Engineer with a plan and profile of the 1\ bore path. D. Record and submit notes of actual boring operations with field load conditions. 1.04 QUALITY ASSURANCE: A. Only workers experienced in boring and jacking operations shall be used to perfonn the work. Statement of qualifications shall be submitted and approved by the Engineer prior to the start of work. B. Provide efficient, useful monitoring devices on the equipment so the operator and Engineer can compare the field conditions with the design and effectively monitor the loads on the pipe as it is being installed. C. Engineer will survey and record top of pavement elevations before and after boring operations as necessary. PART 2 - PRODUCTS 2.01 CARRIER PIPE MATERIALS: A. . PVC pipe for directional boring shall be C9001RJ. PVC restrained-joint pipe (Certa-Iok) from CertainTeed Corporation will be supplied by the City oflowa City Water Division. PART 3 - EXECUTION 3.01 PROTECTION OF UNDERGROUND FACILITIES: A. City of Iowa City will locate underground facilities via potholing at critical locations. B. Contractor is responsible for modifying boring operations to prevent damage to existing facilities. 3.02 DIRECTIONAL BORING EQUIPMENT: A. The drilling equipment shall be capable of placing the pipe as shown on the plans. The installation shall be by a steerable drilling tool capable of installing continuous runs of pipe without intennediate pits, a minimum distance of 400 feet. B. The directional boring machine shall be supplied with an output signal inside the housing of the drill bit. The output signal shall have a constant output signal to allow a person to track the location of the beacon at all times. C. The drilling machine shall be equipped with a drilling fluid compatible for the onsite conditions. 02751-2 D. Thed?~rectional head shall be capable of accepting a variety of cutting fitS! f~rFlf~5ct soil con Ittons. 3.03 CONTROL OF LINE AND GRADE: "1'~1 I.''" n ... 0 nu I..' I LJLi M;J, i: i r Ii 'i' ,+ A. Engineer will provide control surveying and grade stakes as ner~~'\{ ,~~tj~~J\.w~1 survey and record top of pavement or rail elevations before and aftlet~Nn~6iperatiJ~SV~ necessary. B. During the installation of carrier pipes, the Contractor shall be responsible for monitoring alignment and elevation of said pipes. The Contractor shall provide control points, reference marks and equipment for this purpose. The drill bit shall be located a maximum of every 5 feet. The operator of the drilling unit shall check the bore path and position of boring pit at every five feet and make necessary correction to stay along the alignment. C. Allowable deviations from the plan alignment and elevation are as follows: I. The guidance system shall be capable of installing pie within 1-1/2 inch of the plan vertical dimensions and 2 inches of the plan horizontal dimensions. 2. In addition, care shall be taken to assure that continuous positive or negative grads, as shown on the plans, are maintained in the installed carrier pipe. 3. The Contractor shall be required to remove and reinstall pipes which vary in depth and alignment from these tolerances. 3.04 PILOT HOLE INSTALLATIONS: A. The pilot hole shall be drilled along the path shown on the project plans B. At the completion of the pilot hole drilling, the Contractor shall provide a tabulation of coordinates, including elevation data, referenced to the drilled point entry, which accurately describe the location of the pilot hole. C. Pilot hole alignment shall be accepted and approved by the Engineer prior to reaming and pipe installation. 3.05 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 pie and pipe coating are not damaged. E. The pipeline pull section shall be installed in the ream hole in such a manner that external 02751-3 'I' or', r :.... t: tpfessures are minimized. 2u07 tiAR fO Plln4:a~2>fa 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. Crl""y r"',' '.",-. . j lA_t~Hi\ IWNA 0Wl#C/lJt/1/P(fL BORING OPERATIONS: A. The drilling machine shall be set up at such a location to avoid disruption of private yard and landscaping. . B. Pipes shall be joined before being subjected to the boring process, or after they have reached final position, depending on the type of pipe and nature of the joint and jointing material. C. The method of boring, in each case, shall be in accordance with the requirements of the governing agency. D. Once boring has been started, it shall be continuous until completion of the boring operations in order to reduce the possibility of a so-called "stuck" pipe and to minimize the creep of the soil into the face, even though this may involve working outside the normal working days. The Contractor shall not be entitled to additional compensation for effort required to maintain continuous boring operations. The Engineer reserves the right to waive the requirement for continuous boring if such waiver is approved by the appropriate governmg 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 Contracot's operation shall be replaced to the Owner's satisfaction and at no additional cost to the Owner. J. The Contractor shall make necessary provisions to keep 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. 02751-4 .. 3.07 RESTRAINED JOINT PVC PIPE ASSEMBLY AND INSTALLATION: r-' r r- r..... I, r-- \ I :....L..I. j A. Follow manufacture's instructions and recommendations for assembly anq!j~~U~tiWh p'H !.' " I L\wl lii.il,';:U 11'1' Lj B. Prevent dirt from getting into the couplings and, especially, the gasket grOOVe~If.9irtqO"~bl<' get into the gasket grooves, the gaskets must be removed and cleaned, and t e OVl(~il1.)ls ;,~~ be cleaned, and the gaskets then reinserted before they can be installed intd~ '~pJs: I i I, LNJA c. When pulling in restrained joint PVC pipe, do not exceed the maximum recommended pulling or bending limits for the pipe. When the pull-in is complete, apply pushing forces to each end ofthe pipeline to relieve any stretch that may be remaining. 3.08 CARRIER PIPE INSTALLATION: A. The carrier pipes shall be the class, type and size as indicated on the plans and specified herein. This will be supplied by the City ofIowa City Water Division. B. If the plans call for the carrier pipe to be installed without a casing pipe, the requirements for installation of casing pipe as detailed herein shall apply. This shall include filling of voids between undisturbed embankment and outside of pipe with specified grout. 3.09 SEALING: A. After installation of carrier pipes within casing pipes, the Contractor shall seal ends of casing pipes with weak concrete bulkheads a minimum of one-foot thick or manufactured end seals as indicated. 3.10 TESTING: A. Testing procedures for carrier pipe shall follow those outlined in Sections 02660 - Water Distribution. END OF SECTION 06/06 shared\engineerlspecs-ii\02751.doc 02751-5 [::11 r-;"1 I I L_. t:. LJ 2DOHiU.R20 Pli 4:42 Crrl CLEr:x lOW}', CiTY, IOWA SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: I. Nomenclature: Scientific and common names shall be in conformity with V.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning offoliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which ~annot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART 2 - PRODUCTS "I' ~r,. i- L 1~_L) 2.01 TREES AND SHRUBS: ZJD7 r;;\R 20 PH tl: l~ 2 A. Trees and shrubs shall be vigorous, healthy, well-formed, with denseJJibrt'>ui.~d.na~ge root systems and free of insect or mechanical damage. IOV'Hi.. Clr'< lC'NJA B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% oftheir height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Minimum Proportion Lbs./ Lbs.l Mix by Weight Acre 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX* Kentucky 3 1 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer ifit contains a high percentage of similar grasses. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 02900-2 rl: ...--, 2.04 1- IAIAlEl.JvD FERTILIZER: 2Da7 r\i:\R ~ PHdtoJna agriculture limestone containing not less than 85 percent of total carbonates. CITya:;LtJ:::~rtilizer shall contain the following percentages by weight or as approved by Engineer: IOVvA CITY, iOWA Nitrogen* - 15% Phosphorus - 15% Potash - 15% * At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: 1. Trees: Spring - March 30 through May 15 Fall- Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 02900-3 3.02 3.03 r- '! r- f",\ H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a mitnrltYJItg{Jllree inches of hardwood mulch which has been approved by the City Forester. ~'in' ~'."'....O If)!j' L.' ',2 LU'J/li!'.l\c::. I j'LI PLANTING SOIL MIXTURE: (-'11"'," '-', " "',' v I r' i jl_LlII\ Backfill material for plantings shall be a mixture of 2/3 loose friable!~~l ~~'V3 rmA sand. All backfill shall have a uniform appearance and shall be loose, ir~a~le~' and' fr€e 01 ' hard clods and rock over two inches in diameter. A. 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 1i4-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 Y:z tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler-type or dual-wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of3,000 pounds per acre. 02900-4 Fit c", I cC L.J Apply fertilizer at a rate of 450 pound per acre. 2007 t1AR 2 D. PII lJii;e~ive weeds or replace loam and reestablish finish grades if there are any delays in sodding. CITY CLEfl:< IOWA Cllf.'(, [OW!\e area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. .. 3.05 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2Yz inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 11/00 shared\engineer\specs-ii\0290Q,doc 02900-5 S:\Eng\CAD\WATER\Newton Road\Plan Set Sheets\01 Cover.dwg, 3/20/20071:08:40 PM, \\citynt\ENG_CANON u Z 0 CD (0' ~ n o ::J :IJ / o Q) Q. ~ Q) CD -. ~ Q) 5' :IJ CD "D Q) o CD :3 CD ~ NlIl 0'; 0 o~' 0 '-J~ m ~ ~ f\) (1) ~~ Ul ::r ...... CD CD //~ /"./ ~ , / '- ~ ~i \~/ICEr ~~ / ~ ~ crf f22~ -. ., , ~ ','--I ( r-+ 0 I I CD ""'-. II _ _ CD ~~~ ~ Ell -I $l · '/:.-___.:-;-1 .~~\ ;=:1\ nSUNS~T ~ _ _ ',_ _ ,;; \~~ ~I,I ~ I ~I ~ ~ OJ 1\' ~ \ \\ "~,~)1T\:-~. ,/ I ~'~'" ~-.;:.--"/ '\\ d IQ~ llP~'<"" ( ~ ~~ ~ I,~ el~ mZJ--- ! I I I ~"-"-..':.0\ 0 1 _ }> -i rl, -1-- - }> \ \ c=:r-- f-y-o 0 (00; ;0) \ \ ~ ~ =-.. jl ~i--- Z / I-- ~ 1 \\)\r\ ~ ~ J - l.--::!3c:/ ~--: L-r= ~ ) ) ~,"" UJ:;Y'5~:;>=- I'<~:::~ :) ~W wV ~ ,/ ,-CD- '," ~/( 6 r-- 'YG'''/L 1 I :~) ~ I "~ ----/~/ A ,^<;:-CO~ I 7-..~ ;/L~ RT T =--- ,V./ ~ I I i-"t~ 1_ ~-- ~ j; --4 'Of ~ ~"'~, I ~ ~_,(L_e- L~g- \ : ~ _ ~~Oo)-r--p ' /--,,- I q ~ 'l\ II I I d \ I/--+-~ --\-'t~,,_V 1FT ~~ -=r \J l/ /r \ ""'\ ~ e5PSPS?S6SEBasasa5 ~ ~ 1\ 0-1 r:= < z ,- I I I I I I I I I =- n'\ z :r> rrl 0 r::3~""'NcnmCY'OlLN g;( ~ ~ ~ Ufi8 (f) r:;- Ul ~ ~ P --J l.-J N ;D j.:J ~ ~ ~ ~ -< ~ ~ 6 000000000 [a. ~ ~:r> ~ ~ =i? 25 :z lD.p.~.p..p..p..p..p. a --I 0 C) Z o:l> I I I I I I I I I CJ ~ n, ~:z: 0 c 0 CJ r::::~~~-...J--.J--.J--.JN)> 2? ~ c 0 r'1 6 IIIIIIIIIM~....... 0 or'10 0 28g288~~~~28 ~~ b b b ; ~ t :: 0:; nnn~~~~~ h S ~ I I I I I I :5: '" -t 0' -f:>...,t::.-f:>.(Jl(Jl(JlCD8 0 DOg t;;W:;8~~O SdJ' Q) ~o O/~ 0.. ? ? ? t ~~ CJ 1 ~ ~ ~l2j~ ~ ~:: -C 000 00 <=> 0'l0'l0'l O'l-.J z~ Q) ~~ ::J ~ g en / _N en en CJ Co CJ ~ .p. 00 CJ CJ CJ en CJ CJ CJ CJ -00 N o Co o / / / CJ 11:' ~ ~ C'l ~ 6 6 9 I..D I..D I..D ~ ~o r [< L.o- G) ",.M- u> VI - =>- Z ~O m....... ~Z mQ CD JJ~ ;E.. I ZQ 'c; G)~ cD I I , V< U; I ~ m I ~c-v cr; "" 0 I' I m-l(J)(')r<z-or-l a OJ CD 0 5' ~ CD ::r ~ a: en=l:<:Ja-s;Ql CD _. -, -, en 0 CD ~ en CD o a a - - '< 0 5' :J (J) :J (') CD 2 :J :t> :J (Q .0. ::r (')ooa:t><:o CD O:JCD~<CDo3!ZCD :J __0 CD:J Ql Ql 0- _ a ~, :J :J C 0. :J $ a-CiloCCD en - CDCD~~ 3! S'~Ql~ ~ Ql =Ql$CD 0. :J en$",'" 0 ", :s;::S;: C :s;: Ql~, Ql Ql -, :J :J _. :J ..-+ :J ::+' co' en "",lllllllll"", "" \ CENS[D "" ~r~~lA~) """,7JiN.I.~~~ ""...... ""'11111""" 'D !: co. ~ U> ::-, 0 ~ a . ~ t @ -, :y . o~ o c . I ,s. ~~~ Q ~ - ,~ ~ ~ :?3~ . .0 2,,< ~ . ~~ ~ ~ ~-.2 . 0 ~ 0' <1> ,..... 00 J a Q.; ~ < Q U> I . U> . a ~ ,,. - . 0 :J -,:Y Q <9, ~ (Ii ~ ~ OJ. 0 ~ ~.2 ~' . c ~ 5' I :J -0 ~ 0 ~~. 5' "~ :;: o' a.. \ '^ . J a - a :2 o J 3 1 ~i~ ~. ... ~ ~ ~~a I ~3~ - ~ ..0 ~~Q f o!:.~ -~ IT 0 ~ '" ~ ~ -" W to ~~~~ t' tOCXlI'V-"CXl--.JO>WI'V-" r o () Q) r-+ o ::J s: Q) "'0 / s: CO Q) CO CO (J) c 3 3 Q) -C '< ;,:: r C'l UJ ::J 0.. CD X Z Q 1 ~ I ~ ~ CD ~ - .r ~ . ~ ~ '" , ~ , '" , .-I- Q .~ ~ 0 :J ~ ~ ;2 :D ~ ~ ~ ~ Q. :::,... ~ '-FJ ~ Q, ~ ~ S3 ~ t:-.;:; ~ ~ ~ 23 ~ '" .-I- ~ ~ V) ~ CD .., s: Q) -. :J :D , . CD . V tu""'", () , CD 3 f'"'-..l -,~_J 0 -' -'~'.. -, I _..~ .-.....,....-. 1', ) 1.~-~~- CD - - U -',:} \'1 I ...... -.- '. - .--\ _..--- .j '-~.,J .r:- :J '"".:..:..... -- j> (...) c:> .-I- ~ PrOlect Newton Road Water Main Replacement S:\Eng\CAD\WATER\Newton Road\Plan Set Sheets\01 Cover,dwg, 3/30/20079:58:25 AM, \\citynt\ENG_CANON u Z 0 CD 'iii' ~ s.- O ::J JJ o O:l Q. ~ O:l CD ...., ~ e. ::J JJ CD -0 O:l o CD :3 CD ::J ..... NU1 o~ 0 0-' 0 '-J~ ro ~ ~ I\) (Q ~"**' Ul :T -" '" '" 60 [< ~(J) ::r_ ~O ~Z '" ~ ':j cO , '" en 0> , ':!: .0. o \~Uir ~ /J~~ /) ~ ~ ,/'/ /~ ~b ~ m 1" ~e ~;;~~ ~ ~ \~/~4~1_ ~'~_ ~ r~~?~ ~n- CJ ( r-+ A:~; \~, \ nSUNSE. T \ t__ ,_ - 1(\' ~~ ~ - J; I \ /'~ Y~I~ ,/ ~ '>~ r :k ; me! m~Z- II ~"~~~ 0 ( d-- )> =l --,-)> \ ~~_,-=~a_~~ ~ i\\M rY" r: ~/~ "---~~ J j \ v Ei~- /- OJ_ l ~~'" JI._ ! We> I I ~ n ~~~/ {O\:' r---J" GILst I I I - r I A :!:f' Il-" I I I :T ST L ~-- - ~ ~ =--'''>)\:' v U---! ~_CC T ~ ~- -[" -- ~ \ lt2[rY - ~- - ~ '" 't O~ --P-:: t hI I cr'~ ----r--,~ < ~ I-++- I k ~ T lr+-'f --\-v~ l? tJTI -8-f-f----=r ,/ II \ "'''' "'''' "'''' "''''''' 2 00 00 CD CD CD CD CD c if I I I I I , I I I ;:: N- O> 0> 0> 0> '-' CD Q: N--> ....N '" ~ >- -->'-' N- '" ~. ~ 00 00 00 000 ~ <D.o. .0..0. .... .0. ........- I I I I I I I I I 0 NN N'-' )> = - en -->0 -->--> -->-->N --< I I I I I I I I I '" 0 <DO <DO DO OO<D ~ <DO <DN -->--> -->--><D [ --<--< --<'" "'''' 2 ~ nn OI II C g- I , I I I I ;:: .... .... Nen en en CD ~ N- 2N -0 '" '-'co '" [ -- _0 _0 00 0.0. 0.0. ~ ~~ ~~ I I 0 -->--> -->--> -->--> )> '" I I I I I I --< 8' DO DO 00 '" 0> 0> 0> --> 0> --> I 2 C ~r ;:: ,. ~ '" g ,"' 0 ~ )> --< '" r o o ~ o :J s: Q) "'C (f) s:: r-+ --< , < Z , Q) 0 z )> '" 0 -. --< 0 , "" 0 - )> U10 U1' U1 --< )> CD ::J , -<, -<'" -<0 -< , )>2 )>-< )>2 6 Q) a. '" o )> 0)> 0'" 2 2 co + < + rii + 0 -< 0'" 02 0)> co Q) I o 2 !='c !=,O 0 8~ o f'Tl 0 CD ..... 0 0 '1 -< -< -< 0.. -0 0 0 0 '" .... en 0; (f) 2 + + :D f'Tl m 0 + (') 0 0 N C -< 0 0 0 0 0 0 0 3 0 Q) 3 a. ""'C Q) ..... Q) '< ::J N , en u, .... '-" a, z 00 m 0 N !=' 0 0 !=' 0 0 0 0 '1 0 0 0 0 ;-< ;:: 0 0 0 0 r= .... 0 0 '=' f'Tl co co co U1 m Z G) z m....... mO JJ~ - Zq G)~ I I m-lC/)(')r<z""Or-l o ii3 CD 0 :r~CD::rJg a: en=:<:J(")-:S11l CD _. -, _, en 0 co ~ en co o (") (") ..... - '< 0 S' :J C/) :J(')co2:J)>:JIO.f).::r (')0 og.,~a5 ::D"'Ozm g::a.m.OCD:J@ii10- _ 0 e!. :J :J C 0. :J <0' o-CilOCCO en - CDCO~~ 3! 6i~l1le ~ I1l =I1l<O'CD 0. :J en<O'...,..., 0 ..., s:: s:: C s:: I1l e!, I1l I1l -. :J :J _, :J _ ::l ::+ (j)' en """,111111'""", """" \ c,ENS[D "" ~l~~~(~~) "'II, J'JN I "J~'",,""" "'"111""'" \;-'/\1\0 I /,..' :.J f ~ DQ ~ U> g:Q ;; .~ t o~ o c 0 [ r8. ~~j g. - " ~ ~ ~3~ 0 00. <z.'< ;:'.. 0 0 zQ ~ ~-z 0 0 !=i-.< i!~ 0 ~ 0 1'4 < 0. ~ 0 0 a ,"0_ 0 ::l .., ~ 0. 0 ~ '9. ~ iii ~ ;;;' g ~ ~ ~ " ~ .., (!l <e. ;;;' J ~~ m 0 ~ ~.~. a s: o. a. ': . 0 a -02 I ~ ~ ~ ~ 00 <z.6"..... -. W ~ ~;;-~ . ~3~ Ql ~~Q ! :~~ ~ '< W <0 ...I.~...I.~ ~ (OQ)I\:l.....Q) '-!O)W I\:l..... 82:'1 Hd OC,~ [np? Uu~ I~ ::J a. CD >< Z Q ~ CD ~ ~ ~ ~ Q r-+ ~/ 0 ::J ~ ~ ~ JJ ~ ~ ~ ~ c. ~ b-- ~ \::) CFJ. ~ \::) ~ ~ ~ ~ ~ ~ =::: ~ ~ Q) ~ ~ '" ~ ~ r-+ V3 ~ CD .., s: Q) -. ::J JJ CD -0 Q) 0 CD 3 CD ::J r-+ Project: Newton Road Water Main Replacement S:\Eng\CAD\WATER\Newton Road\Plan Set Sheets\02 Notes,dwg, 3/20/20072:32:46 PM, \\citynt\ENG_CANON !" "D ~ ,." ;:: ,." z --< ;0 ,." ;:: o };: r )> z o ;0 ,." "D S; o ,." ;:: ,." z -< r ~ =i (/l -< o rn ,." ." r;; r o < ,." ;0 :s ,." o )> z o )> "D "D ;0 o < ,." o rn -< ,." z o Z ,." ,." ;0 "D ;0 6 ;0 --< o ;0 ,." ;:: o };: r o o z (/l -< ;0 C o -< 6 z )> o ;:: z Vi -< ;0 )> -< 6 z ::;; r= r rn ,." "D ,." ;0 ." o ;0 ;:: ,." o rn -< -< I ,." o ~ o ." 6 ::;; )> o ~ --< I ,." o o z -< ;0 )> o -< o ;0 f/) I )> r r z o ::j =< -< I ,." (/l C ;0 < ,." -< o ;0 ... Ol I o C ;0 (/l Z )> o };: z o ,." o ." Z ,." o ,." (/l (/l )> ;0 -< (/l ~ ^ Z o en :::r 1'\)(1) ~ ~ )> r r o o z f/) -< ;0 C o -< 6 z (/l I )> r r rn ,." z )> o o o ;0 o )> z o ,." ::;; =i I -< I ,." o ~ o ." o ~ o ~ (/l :;; z o )> ;0 o f/) -0 ,." o 'ii (') )> --< 6 z (/l )> z o o ,." :;; r= .f/) C Z r ,." (/l f/) o -< I ,." ;0 ::;; Vi ,." (/l -0 ,." o 'ii r;; o OJ -< o ,." :;; r= f/) )> z o z o -< ,." (/l (/l I o ::;; Z Z -< I ,." -0 S; Z ~ ~ ::I1 )> ro f\) * f\) CD ~ "D-< ;oI 0"" "Do ~O ~~ . ;0 )> o -< o ;0 f/) I )> r r ;:: )> z :;; Z )> o o ,." f/) (/l --< o z o ~ o C )> r "D ;0 o "D ,." ;0 -< r;; (/l -< I ;0 o C o I o C -< -< I ,." o o z (/l -< ;0 C o -< 6 z o ." -< I ,." "D ;0 o c.. ,." o ;-< -< I ,." o o z -< ;0 )> o -< o ;0 (/l I )> r r z o ::j =< "D ;0 o "D ,." ;0 ~ o ::;; z ,." ;:0 (/l ... Ol I o C ;0 (/l Z )> o };: z o ,." o ." o ;0 <: ,." ::;; ~ ;:: o '2 ." (') )> -< 6 z -< I )> --< ~ r r -< ,." ;:: "D o ;0 )> ~ r -< r ;:: =i o ::;; z ,." ;0 )> o o ,." f/) (/l -< o -< I ,." ;0 Ol )>0 zc 0;0 (/lZ I0 f!.;o r"" ;:: rno ,.,,< )> zr Q)> OZ ,.,,0 z ~8 , z f/) -< ;0 C --< I ,." o o z -< ;0 )> o --< o ;0 (/l I )> r r C (/l ,." )> r r ;:: ,." )> z f/) z ,." o ,." f/) (/l )> ;0 -< -< o o o z -< ;0 o r o C (/l --< (/l "D ,." )> o Z o ." ;0 o ;:: )> r r ::;; o ;0 ^ )> z o (/l :;; o Z o )> ;0 ,." )> f/) o C (/l -< o o z -< ;:0 o r ;:: ,." )> (/l C ;0 ,." (/l (/l I )> r r OJ ,." z )> o o o ;0 o )> z o ,." ::;; =i I )> -0 -0 r (') )> OJ r ,." f/) "D ,." o 'ii (') )> -< 6 z (/l )> z o )> -0 -0 ;0 o < ,." o OJ -< -< I ,." ,." Z ~ Z ,." ,." .;0 :-J -< I ,." o o z --< ;0 )> o -< o ;0 (/l -< o z o ::j )> r r ::;; )> --< ,." ;0 ;:: ~ z I -< o ;0 )> z -< ;0 ,." r o o ~ 6 Z )> z o z (/l -< )> ~ -< 6 Z )> z o ::;; ~ ,." ;0 (/l ,." ;0 < c=; ,." ::;; o ;0 ^ ::;; =i I -< I ,." o ::;; )> o ~ ::;; )> -< ,." ;0 o <: Vi (5 z ?' '-" or 0;:: z- (/l-< --<(/l ;00 ~." ::jo 00 Zz - f/) c-< z;o rC ,.,,0 f/)::j (/l0 )>z Cf/) -<I I)> Or ;or Nrn 8,." OJ)> -<f/) -<f/) II ,.,,0 ::;; fT1Z -0 )>--< ;oI ::jfT1 01 (/lo _0 ZZ --< ::;;;0 ;0)> -0 -<--< ZO 0;0 (/l I )> r r :"" o ,." --< )> C --< I o ~ N )> --< (5 Z ." ;0 o s:: -< I 01 01 Z o Z 01 ,." ;0 -0 ;0 6 ;0 -< o "D 01 ;0 ." o ;0 ;:: Z o )> 2 -< ::;; o ;0 ^ o Z "D ;0 ~ -< ,." "D ;0 o "D ,." ;0 ~ -< I 01 ~ ::;; I 01 ;0 ,." 01 X Vi ::j Z o "D o ::;; 01 ;:0 "D o r 01 (/l )> ;:0 01 z C ::j r ~ o o ;:: "D )> Z r;; (/l (/l I o C r o OJ ,." o o z :;; o -< 01 o -< o I o r o -< I 01 "D o r 01 (/l o C ~ 2 o o o Z f/) --< ;0 C o -< 6 z f/) o I 01 o C r ,." )> o o o ;0 o Z o ~ o o ... I 2 / 0 j/ ~ /~ f/) /'/ (f) I )> r r )> r r 01 r 01 };: -< 6 Z (/l (/l I o ::;; Z )> ;0 01 C U1 o o OJ 01 01 =i I 01 ;0 ;0 01 ;:: o < 01 ? ;0 01 r o o )> -< ,." o OJ -< -< I ,." o .~ o ;0 ;0 ,." ;:: )> Z Z -0 ):: o 01 )> f/) o ;0 01 o -< 01 o rn -< --< I ,." ,." Z o Z ,." 01 ;0 -< I 01 o o Z -< ;0 )> o -< o ;0 (/l I )> r r -0 ;0 o o ,." ,." o ::;; =i I o o 2 f/) -< ;0 C o -< 6 z )> o --< <: =i r;; f/) Z (/l C o I )> ;:: )> Z Z 01 ;0 --< o z (/l C ;0 ,." -< I ,." f/) )> ." ,." ~ o ." )> r r -< ;:0 ,." ,." f/) o o z :'J z ,." )> r r )> o --< <: :'j 01 (/l -< o ::;; =i I Z -< I ,." r ~ =i (/l o ." !" o ::;; )> o o o 01 ... Ol .0 C Z o 01 ;0 o ;0 o C Z o ." )> o r= =i r;; (/l Z ." o ;0 ;:: )> -< 6 z "'00::;; OOOI ;uZZfTl :t>~~;:U oO;orrl g~c"U ::jf'T10C OO:::!(I) Z Or f!.~zo "D )> O::tl-lZ OOIO ;::X,." ~~(")~ z~O- (/lfT1z};: )> --<--< ::jO;ofTl oz )> ZIOC -<--<-< ~' ~c f==if/)~ coU1j;~ ,." rX ):>lJr~ rO)>;o r(J)'ll"T1 ?f~af/) f'T1~;o> OrrlO;:O 01 -<-<)> OIOf/) fT10I -l;orrlO IfT1f/)::;; f'T1~(J)z 0)>-<)> ~-<Of/) -lOJ-IfTl ;o("TlIx 01- o(/l(/l o-lfTl~ ;0 ~C) aY' ~ ;0--<_ )>IfT1 zfT1(/l -< 01 ." ~fHi~ ITlMzz ~Zf'T1(f) fTl()()o fgrrl~;o zO(f)fTl o.,,)>z fT1::;;~8 o;!:;::c ;ogoo~ o _01 1'Tl-,,:::U S;f/)C=;8 -<jj:;::;; ~[ri~~ Cr'Tl ~ c.nzoz 01--< ." O'=<Ul:t OJ 0101 -<2;0 0<0 (/l-<oo c^f'T1Z gzsn~ o ;0 ::;;::;;cc: ozz~ ~006 . ::0 Sri Z (/l 0 )> I;:O;:o 0001 ~C)> ~ z- ~O- -< - ;; CJ) -<OI i7i cf:: -<r -<r;; I(/lrn 01' 01 o(/l-< o -< I Z 2? fTl --<0;0 ~ ~~ ~;o"U 0""0 ;oY'z . f/) ~~~ fTloc \Bc:~ o ::jo zC"T'l (/l::j ~~~ r 01 ~j;o -<<a orrl~ rn;o ~ ~~/ ;;jz,t ~l;o 2'00 ,rtl ~-l ':t go 01 ."Z ;0;00 o::j ~;::=< U1)>-1 -<<I ~~fTl oS;o ,.,,~::;; )>fT1Z Z 01 o(/l;O c(/l ,." ;0 0 ~~" ~~:t r )> 0 OZ(/l 0001 )> ::::!;oC OfTl::::! ZOC . 0-< :>;OiTi ZOf/) oY1-o -<-<;0 O~6 )> ;0;0 < 01-< Qao 0;0 --< o!'1I )> 01 ;::-< )>IOJ CJ~fTl 01 ;0 0 -ir~ IO- ""Oz ;0)>0 ,.,,--< -<60 ~z"T1 f/))> Z ;::z Oc-< (/l 0-< S;OJ ;::01 f/) Z o -< c=; 01 -< o (5 ~ o Z 01 o )> r " I Ol o o 1 N <D N I Ol <D Ol <D z o -< r 01 (/l f/) -< I )> Z ... Ol I o c: ;0 f/) rn 01 ." o ;0 01 01 X o ~ --< z .c> ,." x o r c: o Z o ::;; 01 01 ^ 01 Z o (/l )> Z o r " fTl/ ~' ,,,1 CITY OF 10 WA CITY ENGINEERING DIVISION z o -i m (j) Q -< -< -0 )> ;0 ^ (/l ~ ." o ;0 01 (/l -< ;0 -< "D)> ::T~ g ? ~ -< ~Sti <D;o ,,--< "";0 g;o I~ (J1Z o~ -..Jz ;0'0 "';0 ;::0 0'0 <0 >U1 r'" o R-r ;0;:: 'ti> r'U >> ~~\\~~ -<" Z -<-< Q -< -< Q -< -< ::;; )> --< 01 ;0 o 01 "D )> ;0 -< ;:: ,." Z -< c: -< c -< -< r o o )> ::j Z o o ;:0 ,." ::;; -< ;0 )> ." :'J o 01 Z 9 Z 01 01 ~ Z o Q --< -< (/l ,." ::;; ,." ;0 o ,." "D )> ;0 -< ;;:: ,." Z -< -0)> ::T~ g ? ~ c.. '::~ <DZ ';)f/) (J10 mOJ I)> ~~ Ol- o "D)> ::T~ g? ~ o "")> ~< <D"" ~p (J1_ m)> l(/l ~ -..J o "D ' ::TO o Z :J 01 (1) .. 0 ~)> If= Ol' o o "- N <D N I Ol <D Ol <D "D)> ::T~ g? ~ 01 ",,0 ;0;;:: "-0 "";0 (J1fT1 mz 10 ~ m o ;0'0 "';0 ;::0 0'0 <0 >U1 r'" o R-'U ;0" "''' '0 >~ ~:t ;::r "';:: ~> o ;ii pl > -< ;0'0 "';0 ;::0 0'0 <0 >U1 r'" o R-" ;0" "''' " r" >> r.\;ii ;::;:: "'''' zz -<-< ~~~~~~ :0 - ,., ~ sa ;gU1~~~Z~ ~fTl~~G)o o ~ (/) --. ::e ~~~~~~ ~ ~ ~ ~ ~ 3:: rrl > n > Z Z o I iii I 111111111 "Inn]Y /' ~~~;D~~I~ " II .I ,// /' I .... DeSigned SRO Fieldbook: X (lJ'" NOl Ol- ~ 'lIl N , :~ ~ I fT1lX Xx r- m mOJ t;::J"; co: CO :D '0 ;:0::;; '-< ~~ "T1 01 01"" =i 0 rfT1 0101 c: OJ :::! 0 0 01 ::;; Z ;:0 G) 0 ~... (J1<D NN ~ m ~ ~ ""... ....... Ol- :-l mOl mN OlN (J1 ? $ -i 0 ~ r ""- N Ol ~N ~ mOl ""... -..J(J1 ... 00l NO :-l ? $ )> en OJ c ~ en CAD Folder NEWlON ROAD CAD File 02 Notes H Scale NI A Prolect Drawn SRO Checked RRK "DC: ::T:J g ~. (1) ., ~ ""0 ;O~ ,,-.. 0J 0J (J10 I"" NO ~~ ...,." f/) -< c: ;:: "D ." "DO :r;:+: 0,< :J ~ 2, -o-ornlNO o :r m (Jl ~ l.O 0 ......... en Cb ~~[(Jl~ ~g-~~ ~~~~g 3 ~';):;;;~~ ~~(Jl~ ~. I~~m[ ~ to ~ ~ o' ~~ ~~ ;:0 -< )> z (/l o ,." o -< "" ." CD ,." ;0 o "D --< o (/l ~~~~~~ ;-;-goenS2:J '::~Q~f;~ ~~q g 2 ~ m <D -<0 ::;; ~~~~ Z Ic..nOCb ~~ 0 -1(J1)> ;:0 ~~~~ ~ ())-J::o.c: 0 -J::o.Om r r ~ ~ x N 0J ... o )> OJ r 01 -< 01 r 01 < Qj o z U1 i5 '" ~ ;0 ~ ^ o '" z ;0 " ~ "D"DOJ""O ~ g~~~ m :J CD (Jl 00 ;; Cb:J ......... "o.Co 010 ~o ~~~~8 3 ~';):;;;~~ VJOl Q.:J ~ (Jl ~~ 0' 1 I -..J 0 m(DN:::og: o(...lf'Vo:J c.D.,p.. Coo Ol 0... 3:: I "tI CD > 0 0 > r: --1 :::0 R ~ ~ ~ 0 Gi 0 ~ '0 " C r ", ;0 ~ ~ CD ~ d ~ ~ " " ;0 '" 0 ;:;: .., " c ;0 <Xl :E (J) 3:: I :!:: :E CD ~ Sheet Title '0 <Xl " I " <Xl -< ,." r ,." 'U I o Z ,." 0'0-< )> ~::T tf) ~ ell ~ =3'0' ;:;.:= P '< ~ 5 o~. ::0 s: c n ell '2: 'O;:+: ~'< o ro' g ~3 "'0 Q :J iii' Ul c ::j r ~ o o Z -i )> () -i (j) 3 Q '< ::T o < (1) o n iii' Ul OJ' r m (j) m z o m (j) ::j ~ )> -i m o o C :t> Z -i ~ m (j) VScale N/A NEWTON RD WATER MAIN REPLACEMENT Date: Spring 2007 LEGEND, NOTES & QUANTITES "D0(J1)> ::T~N g :,j' ~-< ~ ~ z R:' (J1-::;;::I -)> {]I ::::c.... ~g~~ Ol-::T en:::: () I (/l0 <D O::;rrl ... (1) ^ _ (1)"" ",,0 _:I; <DO "-0 "" -, (J1~ m":'; I "'::;; -)> m-< 0,." ;:0 '2 :>; (/l <5 z <Xl <Xl G) C C > ;0 ;0 U1 ffl fii :;:: 00> ~ p z " '" -< " ;0 ::c c=; ~ " > ~ '" ~ ~ g E ~ ~ ~ ~ I :E ~ ~ 5 )i: ~ ~ ~ ~ S ~ ~ < )i: > (J) f'Tl!< z z f'Tl -< '\ \ ~ :t> -i m :D s;: ~ Z "T1 ~ Z (j) (j) rn <Xl C r= o z G) ~~~iJ~~68 ~~~8!'l~:5~ z ~8gp2 C') ~ z ~ ~ :E ~ ~ i ~ ;! ~ Ul .! ~ o 0 .., .., D ! I I : i I .0 e 0J0JlN~lNNNNNNNNNNN ~~~ Z "'''''NI~~<D(lJ....m(J1'''''''N_O<DOl-..Jm'''t",,,,,~_O<DOl-..Jm(J1'''''''N~ q r-.... rfT1""fT1""""fT1fT1""fT1fT1,.",.",."r""""fT1rrrr,."r(/l~(/l(/l(/l(/l(/l(/lrrr 0)>)>)>)>)>)>)>)>)>)>)>)>)>rn)>)>)>~~~~)>~~~~~~~~~00U1 c z =i ~ t "'r~~p~-~NN ~ N -"'~<D 0...."" OQ-O ,', ~NN0J~0JlN~~N~~NNON~m~0JOO~0Jm0J~,~_co(Jl=~~ :: ] ," o c )> Z -i =i iii; W'. I _/ .. ", c..) -:', , ~-=l :=:i ...:--- /"', ~ ..r C) S:\Eng\CAD\WATER\Newton Road\Plan Set Sheets\02 Notes.dwg, 3/29/20074:39:44 PM, \\citynt\ENG_CANON !" " ~ r'1 ;::: r'1 Z ..... ;0 r'1 ;::: o ~ , )> Z o ;0 r'1 " ): n r'1 ;::: r'1 Z ..... , ~ =< U1 ..... o lD r'1 .." iTi , o < r'1 ;0 'Ti iTi o )> Z o )> 'll " ;0 o < r'1 o lD -< r'1 Z G') 2 r'1 r'1 ;0 'll ;0 o ;0 ..... o ;0 r'1 ;::: o ~ r n o Z U1 ..... ;0 C n ..... o Z )> o ;::: 2 Vi ..... ;0 )> ..... o Z ::l; F , lD r'1 " fTl ;0 .." o ;0 ;::: fTl o lD -< ..... I fTl n ~ o .." o ::l; )> n ~ ..... I fTl n o Z ..... ;0 )> n ..... o ;0 U1 I )> , , Z o ..... ~ ..... I fTl U1 C ;0 < fTl -< o ;0 -'" CXl I o C ;0 U1 2 )> o ~ Z n fTl o .." Z fTl n fTl U1 U1 )> ;0 -< U1 > '" 2 o (f) :::r f\.) (l) ~ !=' )> , , n o Z U1 ..... ;0 C n ..... o Z U1 I )> , , lD r'1 2 )> n n o ;0 o )> Z n r'1 ::l; =< I ..... I r'1 n ~ o .." o ::l; )> n ~ U1 ;; Z o )> ;0 o U1 " fTl n 'Ti o )> ..... o Z U1 )> Z o o fTl ..... )> F Y" C Z , fTl U1 U1 o ..... I r'1 ;0 ::l; Vi r'1 U1 'll fTl n 'Ti iTi o lD -< o r'1 ;; F U1 )> Z o Z o ..... fTl U1 U1 I o ::l; Z 2 ..... I r'1 'll ): Z U1 ::E ::!1 )> 1i5' ~ 'lj, CXl ~ "..... ;oI ofTl 'lln ';80 :<~ ';0 )> n ..... o ;0 U1 I )> , , ;::: )> 2 ..... )> 2 )> n n fTl U1 U1 ..... o 2 o <: 6 C )> , " ;0 o 'll fTl ;0 ..... iTi U1 ..... I ;0 o C G') I o C ..... ..... I fTl n o Z U1 ..... ;0 C n ..... o z o .." ..... I fTl 'll ;0 o <- r'1 n :-< ..... I r'1 n o Z ..... ;0 )> n ..... o ;0 U1 I )> , , Z o ..... ~ 'll ;0 o " r'1 ;0 :< o ::l; Z r'1 ;0 U1 ... CXl I o C ;0 U1 2 )> o < )> Z n r'1 o .." o ;0 <: r'1 ::l; ~ ;::: o o 'Ti o ~ o Z ..... I )> ..... ::l; F , ..... r'1 ;::: 'll o ;0 )> ;0 F -< , ~ =< o ::l; Z r'1 ;0 )> n n r'1 U1 U1 ..... o ..... I r'1 ;0 ?' )>0 zc 0;0 U12 IG') '{?;o ,r'1 ;::: lDO r'1~ 2' Q)> OZ r'10 Z ~8 , Z U1 ..... ;0 C n ..... o Z ..... I r'1 n o Z ..... ;0 )> n ..... o ;0 U1 I )> , , C U1 r'1 )> , , ;::: ~ Z U1 Z r'1 n r'1 U1 U1 )> ;0 -< ..... o n o z ..... ;0 o , o C U1 ..... U1 "0 ~ '2 Z G') .." ;0 o s:: )> , , ::l; o ;0 '" )> Z o U1 > G') 2 G') )> ;0 r'1 )> U1 o C U1 ..... n o z ..... ;0 o , ;::: ~ U1 C ;0 r'1 U1 U1 I )> , , lD r'1 2 )> n n o ;0 o )> Z n r'1 ::l; =< I )> "0 "0 , o )> lD , r'1 U1 'll r'1 n 'Ti o )> ..... o Z U1 )> Z o )> 'll 'll ;0 o < r'1 o lD -< ..... I r'1 r'1 Z G') 2 r'1 r'1 .;0 :--' ..... I r'1 n o Z ..... ;0 )> n ..... o ;0 Vi ..... o Z o ..... ~ )>)> Z, 0' U1..... _;0 .....r'1 r'1r'1 U1 .." ~~ .......... CI ;0- r'1Z U1..... :;:i!i I nC IS:: :;:01 Fa .." ;0 r'1n ;:::0 )>z z~ _;0 zc n ,,:::j ):0 nZ r'1U1 I )> , , m ", !'" n, O~ ~~ .....U1 ;00 ?5"" :::jn 00 Zz . U1 ~;ti M~ U1:::j U10 )>Z CU1 1j; 0, ;0, NlD 8r'1 ~li :t~ r'1~ r'1Z Z ClO 2Z ~:t ;or'1 ~;g ~e 0r'1 ;On ..... "0 ;0" <:): ~Z r'1Y' "0 )>..... ;OI :::jr'1 r'1 U1n _0 zz ..... ~~ .......... -0 ~;o U1 I )> , , Cl r'1 ..... )> C ..... I o ;0 N )> ..... o Z .." ;0 o ;::: ..... I r'1 r'1 Z Cl 2 r'1 r'1 ;0 " ;0 o ;0 ..... o "0 r'1 ;0 .." o ;0 ;::: 2 Cl )> Z -< :;: o ;0 '" o Z "0 ;0 ~ ..... r'1 " ;0 o " r'1 ;0 :< ..... I r'1 n o Z ..... ;0 )> n ..... o ;0 U1 I )> , , n o Z .." 2 r'1 )> , , )> n ..... <: =< iTi U1 ..... o :;: =< I 2 ..... I r'1 , ~ =< U1 o .." ~ ::l; I r'1 ;0 r'1 r'1 X Vi ..... 2 Cl 'll o :;: r'1 ;0 "0 o , r'1 U1 )> ;0 r'1 2 n , o U1 r'1 "0 ;0 o X ~ ~ ..... o o " r'1 Z )> ;0 r'1 )> Y" C ..... F ~ n o s:: " )> Z iTi U1 U1 I o C , <:) lD r'1 n o Z ..... )> n ..... r'1 <:) ..... o I o , o ..... I r'1 "0 o , r'1 U1 <:) C ;0 2 Cl n o Z U1 ..... ;0 C n ..... o :z U1 n I r'1 o C , r'1 )> n n o ;0 <:) 2 Cl C( !" o :;: )> n o o r'1 ... CXl .0 C Z o r'1 ;0 Cl ;0 o C Z o ~ n F =< iTi U1 2 .." o ;0 s:: )> ..... o Z .."nn::l; OOOI ::OZZrrl )>~'!l;o oO;or'1 gStic-o :::jrrlOC oo='rn Z 0, ~~:Zn 'll )> n;o.....z OOIO ;:::x r'1 ~~();B z~O- 1;?r'1 ~~ :::lO::Orrl o Z )> zrnc -< ..... ..... ~. ~E F=<U1:< ~Ui~~ '..... )>-orc (0)>::0 rVl"T1rrl ~~0U1 f'T1 ~ :::0)> 0r'10;o r'1 b:t~V) r'1nI -i::OrrlO I r'1 U1::l; r'1s::U1Z n)>.....)> ~-<0U1 -IOJ-ll""l :::O('Tl:J:x )> r'1- nOU1U1 -1-lrrl-l OI 2 :::0 C'T1 "T'l C) ;0)> OY"~~ ::0 -t :3 )>Irrl-i zrrl(j}~ -< r'1 .." 2~~;2 .....U1 )> rrlr;:lzz ~Zf'T1(J) r'1nnO ~f'Tl~::o zO U1r'1 n"")>Z r'1:;:~8 o~;:::c ;onoz oI'2M rrl-'"T1::O ):U1n8 -<;g~::l; S;?~~=i err! ~ U1Z0Z r'1......." CJ~V):t lD r'1r'1 -<Z;o O<n U1.....nO C",r'1Z ~zY''!l o ;0 :;::;:cc ozz~ ~ooo , ;0 ';8 Z U1 Cl )> I;o;o o 0r'1 ~C)> ~ Z. :Zo- ..... ~~~ ViEf:: ....., .....iTi IU1lD r'1- r'1 nU1..... o .....I Z ~J"Tl ~~~ ~ ~~ 0r'10 ;0 .U1 Z . U1 V)>Qj ;0 Z- (TIDe ~C:< o :::jo zC""T1 U1:::j ~~:t , r'1 ~j;n .....<0 o f'Tl~ lD;o 0r'1)> r'1r'1n .....Z..... r'1 0 ;0,,;0 ;:::, 20 r'1 ::j..... .....r'10 IO r'1.."z ;0 ;::0 0 o:::j ~s::~ U5J>-t .....<I ~~f'T1 n):o r'1~::l; )> r'1 Z Z r'1 OU1;o CU1 ~~Q f)~..... .....U1I ,)>0 o ZU1 nor'1 )> :::j;oC Orr1:::! zoc - 0..... )> :::0 fTi a~Vl "0 ..... ..... ;0 oi!io )>;0;0 <fTl..... QOo 0;0 ..... of'1I )> fTl ;:::..... )> I lD Cl ~fTl fTl ;0 Cl -IrZ I 0:;::: fTlnZ ;o)>Cl fTl..... .....00 !='Z"" (1)> .5.~ ~ t'"'''~~1U) \..1 II "t';..... VI' ):lD ~fTl U1 )> Z <:) n o o ;0 o 2 )> ..... fTl )> , , ::l; )> ..... fTl ;0 s:: )> .2 I -< o ;0 )> Z ..... ;0 fTl , o n )> ..... o Z )> Z o 2 U1 ..... )> , ~ o Z )> Z o ::l; ~ fTl ;0 U1 fTl ;0 < o fTl ::l; o ;0 '" ::l; =< I ..... I fTl o :;: )> n ~ :;: )> ..... fTl ;0 o <: Vi o :z )> , , fTl , fTl < )> ..... o Z U1 U1 I o ::l; Z )> ;0 fTl C Y' Cl Y' o )> ..... C ;::: lD r'1 r'1 =< I fTl ;0 ;0 r'1 s:: o < r'1 .0 ;0 fTl , o n )> ..... fTl o lD -< ..... I fTl n .~ o ;0 ;0 r'1 s:: )> 2 2 "0 r;;: n fTl )> U1 <:) ;0 fTl n ..... r'1 <:) lD -< ..... I r'1 r'1 Z Cl 2 fTl fTl ;0 ..... I fTl n o Z ..... ;0 )> n ..... o ;0 U1 I )> , , "0 ;0 o n fTl fTl o ::l; =< I n o Z U1 ..... ;0 C n ..... o Z )> n ..... <: =< iTi U1 2 U1 C n I )> s:: )> Z Z fTl ;0 ..... o 2 U1 C ;0 fTl ..... I r'1 U1 )> .." r'1 :< o .." )> , , ..... ;0 fTl fTl U1 ;0 fTl o C ;0 r'1 U1 < fTl ;0 lD )> , Z o ..... n r'1 ..... o o ~ o Z r'1 n )> , ,. I CD o o I N ID N I CD ID CXl ID Z o ..... , fTl U1 U1 ..... I )> Z ... CXl I o C ;0 U1 lD r'1 .." o ;0 r'1 r'1 X n )> ~ ..... 2 Cl r'1 X n , C o 2 Cl ::l; r'1 r'1 '" r'1 Z o U1 )> Z <:) , r'1 Cl )> , I o C <:) )> -< Y' z o --1 m (J) "'." "'''' <:0 0'" ~~ o ." n n Ul 6 ~ ,. r " Q ..... -< "0 )> ;0 '" U1 R" .." o ;0 r'1 U1 ..... ;0 -< 'll)> O1'~ g ~ !'! ..... ~Sj 1D;o ,,-< ~~ I~ (J1Z ~U1 00 "z "'." "'''' <:0 0" ~~ 11:'0 ." "'n "'n ." ,,:!!! nO ",,,, ~~ ~" Q ..... -< Q ..... -< U1 r'1 ::l; r'1 ;0 o r'1 "0 )> ;0 ..... s:: r'1 Z ..... ..... ;0 )> .." ~ n r'1 Z '<2 Z r'1 r'1 ;0 2 Cl "0)> O1'~ g ~ !'! <- ~~ IDZ "U1 l:;:o mlD I)> ~~ CXl- o 'll)> O1'~ g ~ !'! o "')> iD;;:; "r'1 ~c m)> 1U1 ~ " o "'." "'''' <:0 0'" <0 "Ul r", o 11:'", "'<: ~,. r." ,.,. f;1~ <:<: "'''' Zz -L.. "'." "'''' <:0 0" <0 "Ul r'" o 11:'." ",n ",n ." r;!; g'i! <:", "'<: ~,. o ~ '" r ,. -< Q 11111 Designed: n ::; -< ::l; )> ..... r'1 ;0 o r'1 'll )> ;0 ..... ;::: r'1 Z ..... C :::j C ..... -< , o n )> ..... 2 Cl n ;0 r'1 ::l; "0)> O1'~ g ~ !'! r'1 ",0 iD;::: "0 ",;0 CJlr'1 mz 10 ~ m o "0 ' 01'0 o Z ::J r'1 CD .. n ~)> IF CXl , o o " N ID N I CD ID CD ID "'." "'''' <:0 0" <0 ,.Ul r'" o 11:'" ",n ",n ." r'" ,.,. f;1~ <:<: "'''' ~~ ;g ~ ~ !6 i! i! o '" ~ VI -< o ~ Ul ~ ~ ~ '" '" '" ~ z "OC O1'::J o -. ::J ~ CD .. 2. "'0 -" ~~ '" '" CJlCl IfTl NO ~~ ",r'1 U1 ..... C ;::: "0 .." .., '" ijj x '" Vi '" ::j o i!5 :!l o ~ ~ '" OJ r <: '" ,. z ~ lD r'1 ;0 o 'll ..... n U1 n )> lD , r'1 Cl'O..... )> ~ 01' V1 ~ " R" ~: Q: ~ -<~ 5 o~. ;:0 s= c n tl) ~ -0;::;: ~'< o ro"g ~3 "'0 o ::J ii' U1 ..... r'1 r r'1 < Vi o Z ..... r'1 , r'1 "0 I o Z r'1 "On ::r;:;: 0,< ::J ~ 2. "0 "0 aJ "'0 o ::r ctl (Jl ~ ~g~~~ ~~5.C~ (J1O~o ~~-:.g3 "'''-;03 ~~>~~ ~ (Jl ~~ 0' I I" 0 ~iO~8'g: ~~ &~ ;0 -< )> Z U1 o r'1 o ..... n"OoCJl;:::)> ctl::r~.p..rT'l- :=:=g 0 OlQ5" ~!'!QfS'f;~ ~ ~.;- ~ ~ ~ mID -<0 ::l; ~,,~~ 2 I~OCll ~_ 0 -ICJl)> ;0 ~~~~ ~ CXl-"'" 0 .p..OCD r , "O'llaJ",O ~ 5~~~ ~~~(J1~ "o.Cn (J1o~O ~~.:.g 3 ~~:; ~ ~ Vl(Jl Q.:J ~ (J1 ~~ (i' I I -....J 0 O'lcDN::tlg: ouNO:J ~.p.. &~ ;0 -< )> Z U1 o r'1 <:) ..... U1 zoc;;~ "",0 ;:::o)>~;:::o)>~oo ~~s: ~g;s: 0r~ -(1) " O')-m " -OI'T1 !f! " ~"p:>':< ~ ~ ~~~ ~~~rr10~~ lD~h::l;ID~;o;o~fz ~ ~ I ~ '211 ~ ~ ~' (J1 ~ ~ u_ <Vl_ ~NOrr1 Olb~OI(") N~;::o I -"';0 I... 0 -",::J G') ~.p..CJ 9.p..S5 Oello-( ~~~ ~:j~ ~() ~ '!=' "OClCJl)> O1"N g 3' ~..... ~ ~ Z ~ (J1-::l;;-:" -)> (Jl ~L ~g;e~ CXl-01' m- Cl -U10 I ~r'1 ID ~'" :: ~rr1 '" ~ ",0 ~" IDO "n '" -- CJl~ m':'\ I CJl::l; ~)> m..... 0r'1 ;0 '2 :5; \!2 o Z ~ !" x N '" ... lD ~ ~ ~ ~ ~ g f'T'l :::0 :::0 l/) f'T'l -< 5? 8 8 ~ :I: ~ ~ ~ P z i ~ ~ ~ ~ ~ ~ c=; ~ fi '" n ,. ~ () () ;r: ~ ::e ~ ~ ~ ~ II) ~ ;= B :I: 6 ~ ;tl ~ S ~ M ~ ~ Ul '< Z '" l/) I:' :E (/) B C !:j 6 ~ ~ ~ ~ '" <: r ;S ~ ^ o '" z '" " '0 '" ~~~ iJ > R g ~ z ,." fTl Z "- C) ~ '" ~ '" F -l () :::0 f'T'l ~ ~ ~ ~ ~ ~ ~ ~ a ,..., :E -c 5 ~ ~ Vi ~ ~ o z ~ ... ~ :I: -c OJ ~ ~ ~ ~ ~ ~ ~ 0 ~ I:' ~ ." n " ~ ~ ~ ... z ... ... 0 ~ ~ n " '" '" 0 ;;1 .., n c '" OJ CD C p= o Z C) r ." C) 0 '" ~ ... '" '" n o z "i '" '" o c Ul " OJ 0 ." ~ M ~ Ul n o < '" '" 111111111 ~~~b:Eg,...,<~O I IIIIII11 ~ ." OJ n I n OJ CXl-"'N CDCXl- ~ :tJ2N , ,N ~ I r'11 xx x , - m ~~t;::, mCD , , CXl JJ ::l;' MMM '"Tl ;0 r'1 r'1 ~ o ' r'1r'1r'1 C lD n 0 r'1 ::l; Z ;0 (j) 0 _...CJl IDN N ~ m ~ ",...-", "CD~ ~ mmm NmN CJl r .!!! -i 0 ~ r ",~N m~N ~ mCD", "'''(J1 -"'0 CDNO r .!!! )> C/) OJ e !:i C/) LOOl CITY OF 10 WA CITY ENGINEERING DIVISION 82 :~ H Scale: N/A Project 8~~;iD6~~ r ." o ! .~ ! I I : i I I:' ::e (/) ~ :I: '0 <: ~ OJ ~ :E )> --1 m JJ ~ ~ Z ." ~ Z (j) (J) "'''' "'''' "'N NNN NN NN NN~ ~-~ IDCXl "m CJl'" ",N~ Z ...'" N_ OlD CD"m CJl-'" "'N ~OID CXl" mCJl-'" -",,,, N-O 9 )> U1::l; ::l;::l; ::l;:!, ::l;~::l; ~::l; 22 Z~2 2~ ::l;::l;::l; :;:;0 222 2~ ;0;0 ;0;0 r'1.....;::: r'1)> ~~ ~~ U1U1 )>)>)> )>r'1 r'1r'1 r'1r'1 ;0;00 86 ~S~ .....~ ~~ ~M~ '!l;::: ............... .....;::: ;::o~~ U1;::: ;:::;::: ;:::;::: O)>lD r'1r'1 [;ti[;ti';8 r'1r'1 )>0 r'1r'1r'1 fTlO lD)>)> >0 00 00 U1""- 2;0 ;0;0 ;0;0 , , ,;0, ,< ;0;0;0 ;0< , , ,< << << 6~C ClU1 i~ ~~~ ' , , , 'r'1 ;:::r'1 n" 'r'1 r'1r'1 r'1r'1 znN U1U1 U1U1 m=~ M ;:::;:::;::: ~~?5 nn~ )>g r'1r'1 r'1r'1 -CD Ir'1 )>)>)> )>)> 'llr'1 )>)> )>)> ;0;0 ;0 ;0 ;0;0 N -<x 222 26 nx zz zz ~~ << ~~~ << z;::: 0- .."Cn n- 00 00 000 nn nn G') 5::..,,'ll ;oU1 0~U1 U1 ZZZ Cl)> )>:::j -CXlCXl CXl,;o U1:::j ~~ r'1r'1 r'1r'1 )>..... ....._0 ZZ N = : ;0)>_ -z ;0;0 ;0;0 r'1h ~~ .....r'1 r'1=1~ .....Cl 'lDO r'1 ~Mg ~Cl r'1r'1 r'1r'1 00 ~m :<:< :<~:< :<:< r'1 ~~~ 'll' "0" "" " < ::l;I'2 ~'5 <0 ::l;'ll ):): ):): o~ "0"0 ~ ~ 'll"O <~ nn ;:::o~ r'1r'1 r'1r'1 ~U1I =<a'll ~ )>n nn nn ;0 '{?, r'1 "00' ~n r'1r'1 r'1r'1 )> nn nn lDal)> )>)> <r'1 r'1 -< I;o 0 r'1 U10'" ..... 0 r'1 0 )>)> s:: U1 I" 'll" -,r-.;; ;0 CZ r'1 r'1m ...- s::n nn Z N- N~~ )> x..... X U1. .0 nn , Z Vi -r'1 )>n =i ~I---' ..... F ::l; ~ ~ )> .... )> "O::l; O'll m N, ;0 2 , ~~ ~~ s: -< Cl '" r'1I <r'1 U1 S::I r'1;::: ~ ::l;r'1 Ci ~~ ~~ , Z < f"1 U1 ~m r'1 ;0 ~ 0~ ~~~ r'1r'1 ~~ r'1r'1 ~~~ fD~ ~~; " 'r'1' U1U1 U1U1 U1U1 U1U1 '" e )>)> )>)> ~~ ~>~ ~~ ~~ ~~ ~~ 000 z =i 0 e - N -- - )> tn '" - ---'" OCJl -- NN Z N -"'- ID 0 "'" "CD ",ID -"'N -i ~N "'~ "'''' ,,-'" N" "'NN ON ""-,,, ",0 O~", m", 00 _N 00 --- ::::3 m C/) Sheel Tille VScale N/A NEWTON RD WATER MAIN REPLACEMENT Date: Spnng 2007 LEGEND, NOTES & OUANTITES c ::! r ~ (') o Z --1 )> (') --1 (J) 3 o '< 01' o < CD 0' ~ iii' U1 :;' r m (j) m z CJ m (J) ::! ~ ~ m o o c )> Z --1 ::! m en S:\Eng\CAD\WATER\Newton Road\newton road water main 01,DWG, 3/20/2007 2:35:24 PM, \\citynt\ENG_CANON (J)(J)(J) -i-i-i fTl fTl fTl -0-0-0 (Jl.j:>.lN (J)(J)-o -i-iI fTlfTl)> -o-O(J) fTl N ~ o '1:::O)>ZlJ(J) -orfTlZfTl:::OIZ fTl,'5:o)>fTlCfTl z'O :::Ol-i~ <'5:fTl)> -i eo~fTl)>~(f)01O 'C ^ (J) 'Z (J)-ifTl<fTl< <IfTl )>'5:)>:::0 ~ '5:o,CIJ,O <)>lJo<,< fTlZOZfTlfTlfTlI fTlO~~(f)I~~ )>-i:::OoO~fTl ~GJ-<:jZ-<~01 -iIOfTlO1 o -<z=i""-.O '1~~lJIZ'I -i~)>fTlfTlfTl< fTl z:::o:::o~)> '5: '5: -i ,n (j , lJ lJ v, , 0~)>L6ZfTl :::ozz)>fTl -< )>' oZ 0)> :::0 (J)oo< -< :j' '1zfTl fTl Zz ~fTlc N,:::; f'l ~6 '.z -i(f) ~I . C -i ....< o '1:::00< lJ(f)" lJrfTlO)>:::OI< fTl's::z~fTlc)> Z. OZfTl I -i, 'I < fTl (J))> , eo , fTl 0 (J) 01. ~ '5i-i:jogj . :;;IfTl~Z'5::;;~ , ~ fTl CIJ , fTl <)> v _,< fTlZO-o-ifTlfTlI :::ofTlI (f)O)>:::OfTlIZ~ O-i:::O :::o~O-< C (f)fTl -< ~ (J) -< :::0 01 -i )>_-i I-iIzOO1I -< fTl ""-. ozo(J) <0 '1fTl:::O 0)>'1 ~)> 'I' -i Z 'Z fTl'5:-i ~~fTl '5:)>)> N ~ -ozz x'o-i o 0 0100 ~ 'Z Z :::0 :j -iz:::o -< fTl fTlfTlo fTlo)> . :j 0 )> ~ ' z. o (J) '5: I )>C ^-i fTl I -< o :::0 )> Z -i (J)(f)(f) -i-i-i fTlfTlfTl lJlJ-o (Jl.j:>.lN I -< o :::0 )> Z -i C/l ~ :!l :::r )> ill W CD m. I\) * I\) CXl -i o C) fTl -i I fTl :::0 (J)(J)lJ -i-iI fTlfTl)> lJlJ(f) fTl N ~ -i o C) fTl -i I fTl :::0 Z fTl )> :::0 fTl (J) -i (J) (J) (f) -0 -i -i -iI fTl fTl fTl)> -0 -0 -O(J) fTl IN N '5:I210rnzz )>-<,ZfTl(f)fTl A~r-<6:;!~ )>'1)>(f),(j (f)Z,' , fTl-ic'z Z :::0 fTl Z ::; ~-<j;fTl:::O o )>:::o~~ fTl !<:>~IeoO o -i ~ ' o fTl)>-<::;;:: Z (J)z')> Z -iOO1-i ~ Z,. Sj :j fTlzz o ~00'5: Z '5:0t:~ (J) ~!20Z -i Z ZlJ o )>C)fTl ~< :::0 Z =if'l-i fTl I fTl-o ~ )>fTl, -i(J)I)> '5: fTl OZ ~ '5:Z0(J) Z -oOze O-iZ-i :::ofTlfTlI )>5=JO:::O :::0 -i0 -< 6c zC) (J)I (f)(f)(J)(J)lJ -i-i-i-iI ~~~~Gi fTl :P'"~f'.J:-:"_ '5:'10<" }> r 0 fTl:::o < ^'Z_)> fTl . (J) , '1-i::<' (J) , :::0 fTl fTlCCZ-< :::O(f)OfTl}> ::;I-i~< 0- fTl fTl)>~ CXl. Z~ . 00 < o )> Z -i eo. , ZfTl -< fTl(J)~fTl O-i)> :j -iiJi OZfTl ZfTl:::O(J) (f)~ I '5:C -i'5:)>-i O~Z)> ZZlJ -i fTl~fTlZ ~=i:::OfTl '5:I-o~ ~-i~0 Z~Z Z -0 (J) :::0 o 0 :::0 )> )> 0 :::0 -< I -< o :::0 )> Z -i (J)(J)(J)(J)(J)-o -i-i-i-i-iI ~~~~~Gi fTl (Jl.j:>.lNN~ " " " ,. ., < fTl:::O'5:'10< x fTI)>rOfTlr::: iJi'5:^r-Z~Z -i 0 fTI (J) 'I 0 Z< '1-i-<0 C)fTI(J),:::O , fTlCCZZ -i:::O(J)OfTI 01, fTI ::::; I -i ::;;:: )> '5: 0- < '5: -0 fTI Z eo fTl }> 0 !<:>fTI 'Z Z:::OO ~<C ~O~eo)>fTl )>-<Z(J) " (J) Z-i < IfTI ~fTI Z -<~Z)>_ OO-fTl-i(J) -i:::oO~fTI fTI)>Z :::O(J) OZ(f)'5: I , -i }>'5:C -i-)> -i )>OZ- Z Z )> OZ~lJ-i fTI-ifTI '5:~I:::o~ }> ^'5:-ilJ~ fTI~~,(j O:Z:lJ~Z ~ ~(f):::o Z )> 0 fTI :::0 )> 0-<0 :j o Z -i o I -< o :::0 )> Z :-' fTl-o)>CIJ-i Z:::O,-<I C)fTI-i fTI -lfTI-i Z)>:::OICIJ fTl-oZfTlfTI fTl )> , :::olJ-iOO Z25fT1=i~ C)<-o-< fTlI -0 OO}>OI fTI (f)'1}> lJCIJ-_(J) )>-<ZOz ~-iC)~C) '5:IlJ)> ~fTI~O~ -iOZ=i)>Z -(J)-< -0 -i ' :::O-<(J) (J) - I OO)>=i'i:::o :::0'1, fTI -i-'OO O~CIJGJO )>fTI;:O'5: o fTI'5: 00 OfTl Z- . Z (J)-i 0 -i-< fTI :::0 0 C o :j o Z CITY OF 10 WA CITY ENGINEERING DIVISION ""U :D o ""U o C/) m o ""U I ):> C/) Z (j) ""U s;: Z -------------------------- 3nN3^ V NlOJNIl c C/) :r GJ :r ~ --< OJ .. ""U I ):> C/) m < .. 3nN3^ V .:JlOOM '" ""U I ):> C/) m c (/) :r GJ :r ~ --< OJ < o t1 o -'~ 0 \....J ~~z CO 0 ::0 -l :c NEWTON RD WATER MAIN REPLACEMENT Sheet Title OVERALL PLAN VIEW & PHASING DeSigned SRO Fieldbook X H Scale: 1" ~ 100' Drawn SRO CAD Folder NEWTON ROAD V Scale' N,A Checked RRK CAD File WATER MAIN Dale: 2/22/07 Project: S:\Eng\CAD\WATER\Newton Road\newton road water main 01.DWG, 3/20/20072:47:59 PM. \\citynt\ENG_CANON I 80 st 0+00 """1"l'l----irrl Ir:::o~ ~c, ~Zll':'l m~ --jll-..j~ II m::n ::L..U\ m-......Jos::: -....j9tJ.JI I 0-1" 6\ I ~N N / 0 / / 'l'l----if'1 Ir-:;JJX I ~z II ':'l m~ --j II -..jz II m (J) C) I m;:j~z I -..j, --j \ ~.p:,. p. eN (fiUl ^ 0 Ul f'T1 \ D -;,~ \ I \ D I \ \ \ eN \ 0 /' I \J I -C:O aJ \J ;0 )> OfTl-<)>fTl I tIl -0 <~ I I (J)-" fTl O)>fTlfTlO 0 0 I < ~;oZ~< 2 I -" ~ ' ~\ 0 C) 9fTlfTl I I s:: '1 . fTl --zZ I \ Z~fTl-l~ (XlfTl (XlfTl ~ ~ /0 I :\J :r )> )>\JfTl 00 CD r r)>:;:o-l;o :EO \ 00 OfTl )>:;:0 )>:E -1-0 -0 f'T1--jf'T1 ~)> ~ \ OfTl:;:oaJr "'. o - r:::o:::s fTl:;:O fTl \ ZO-fTl)> 011 ':'l -< :;:0 000 'D Cm~ <I \ -r:;:o'l n lJ 00+<;; --lCO~ )>-< s:: n -I)> -fTl R I II (fi rO )> - fTl UJ mmz OZ-Irr <3 -..jCXl--j r;;1;o Z ZOOO~ f'T1 ~ ([) )> )> ::E (fi ^ . tIl 1- )> (' f'T1 Z 0:;:0<-1 r- ~ ^ I I ~ )>fTlfTlU1 ;;: ::g~~O ):> / Z<~'l 0 I ~ / <: / O)>fTl fT1 I ,0 ::0 . r ):> -< ELLIOT I DRIVE c:J o~ ' ~ s::r )>'1 Z a ~ ~ I )>I:;:O tIl-<fTl tIlos:: fTl:;:OO s::)>< CDZfTl r~ -< fTl )>X ziJ) O:::::J <2 )>0 r < fTl ~ 'D )> ::<J ^ Z C) ZZ~Z tIl tIl -I U1 ~~I~ )>)> )> r r <r rr)>r -"-,,rZ I I r;;1 fTl (Xl(Xl :E : x: )> O(J)tIl~ )> :tIl;:o ~ fTl fTl ~s:: fTlfTlaJI <fTlr-< )> -<0 r ;:0 < )> fTl Z ~ r- o --j C ::<J -" )> n f'T1 CD o ;:0 fTl VI o (Xl r '1 (Xl -- ROW :iE )> ~ fTl ;:0 s:: )> Z t> r' , -:::> f ; ," '",. _/ ..r:- -> en ::E :!l CITY OF IOWA CITY Designed SRO Fleldbook X H Scale 1" ~ 30' ::r )> CD .j:o>. CD Drawn SRO CAD Folder: NEWTON ROAD V Scale N,A ga. rv * ENGINEERING DIVISION rv Checked: RRK CAD File WATER MAIN Date: 2/22/07 <Xl <...) CD Project Sheet Title NEWTON RD WATER MAIN REPLACEMENT NEWTON ROAD S:\Eng\CAD\WATER\Newton Road\newton road water main 01.DWG, 3/29/20074:39:53 PM, \\citynt\ENG_CANON I '1'l-lrl ~c:, rr;:::o~ ~Zll~ m- -l II -....J Z IImmC) :;:L..\P m'-Jo;;: '-Jov.:r: I O.j>. ~ I v.N N / 0 I I 'l'1--irrl rr::::o~ I ~ZII~ m- -lll'-J~ 11010 I m-......JLNz I -.....j~(J1-l y/ LN N.j>. }> /0 l,.,lJl ^ 0 lJl I'l LN 11~8 0 /' ! IO+[ "'0 ~ I -I:::OaJ"'O::O / I ~ Orrl-<~rrl I tIl "U <~ I (J)-" rrl O~rrlrrlO rr 0 I < ~;UZ~< I ' ~\ 0 C) ~rrlrrl -" -i '1 . --ZZ I I $: \ fTl (Xlrrl -i Z~rrl-lR:> I (XlfTl ~ :"'0 :' ~"'OfTl GJO CD , '~::o-l:::o :2:0 \ 00 Orrl ~;;U ~:2: -i~ o~;gaJ~ 'l-..,I'l rrl;;U -i \ 0: r::u~ rrl \ ZO-rrl~ ~~~ -< ;;U 000 '1J <I \ -,::0'1 (') -lOJ~ ~-< $: (') -I~ -rrl II v. '0 ~ - rrl (/) m01z OZ-I" 6 '-Jco-.., r$i;;u Z ;Z:OOO~ I'l ~ CD }> ~ I ::;; v. ^ (f) 1- )> 1m I'l Z 0:::0<-1 r- I -i ^ I ~rrlrrltll s: ~ ~~~O J> a I Z<~'l 0 i~ GJ / C)~rrl ~ l\J / ,0 ;:0 r J> -< I I / / / ~ I ~ a a l\J I $:' ~ I I ~'1 ~ Co / I Z / ~ 0_ -> C/J :E :!1 CITY OF IOWA CITY Designed: SRO Fieldbook: X ::T ~ CD ~ CO Drawn SRO CAD Folder: NEWTON ROAD V Scale: N ,A ~ f\) "*' ENGINEERING DIVISION f\) Checked: RRK CAD File: WATER MAIN Dale: 2/22/07 CD ~IAJ tIl-<fTl tIlOS:: fTlAJO s::~< CDZrrl '-i -< fTl ~X zVi O::j <Z ~GJ , < rrl lJ )> ;0 ^ 2 C) r- 0 -i I :r: CD ~ )> 0 ;;U c fTl ;0 ." 0J )> n 0 f'T1 (Xl , '1 (Xl :2: ~ -i rrl AJ s:: ~ Z ELLIOT ! DRIVE ~ O~L ~ ZZ~Z a tIl tIl -i tIl ^ ... -i-iI-i l'V ~~ ~ "<, l\J "~, -"-"'z I I < rrl (Xl (Xl rrl:E : x: ~ GJ(J)tIl~ ~ : tIl ;;u -i rrl rrl -is:: fTlfTlmI <fTl,-< ~ -< 0 , ;;u < ~ fTl Z -i ~ a UI a ~ t> a ~ ~ Sheellille' NEWTON RD WATER MAIN REPLACEt\fE~Ti \1:1 \.... ...,~ ...,-' NEWTON ROAD S:\Eng\CAD\WATER\Newton Road\newton road water main 01,DWG, 3/20/2007 2:48:46 PM, \\citynt\ENG_CANON coaJ : 0 ; :;0 i ~ I i l/~ I z ~ ~ ( !\/ it / )+_ ~ ~ /f;1 r ~ i !; 37" I 1 ; /r i Row vtB_B 'il I Co I[S . 1- I 00 ~ 0 I;! 00 ~ ;1; o o ~~/ o " I ~ CD ~ Co LN o zzz I (f)(f)(f) CD -i-i-i~1 I )> )> )> 0, a "'< I ",rrl I Co (Xl-"NR" I ~ ~ ~ - I I lcoco;o I :t ~ a co : -rrl I 0 ~ : X . "'0 )>< :Eco<' orrl )> .)>)> )>R" -, 0 -i-i<rrl 0:;0 rrlrrlrrl :;Orrl(f)=: 0 ~ ~ )> z CD a 00 I I Co GJ a o )> "'0 Z o ;0 -i I rrl Z o o ~ (Xl OC"'O 0' 0 zYJ(f) (f) -i z -i "'0 (f) ;000 -i C(f)~ )>-O-i~ r -i)>0 , o'rrl N Z(f)aJ N rrlo I :;0 X ""-;- ~ O-i rrlO "'OaJ :;Orrl 0:;0 L-- :;0 rrl -i~ 00 < rrl o 'I 'I -HTJ rr;ux \-112: '--J-., II ::::::)> II , <n ~ '--JCXJ~ 0, CXJlJl ~N N ~"'O ;0' rrlC C) ~R" o :(0)> )>aJ z)> -iZ o (f)0 rrlz ;0 <rrl OX rrlU) :::! Z C) o (f) :;0 "" O-rrl "-...) ~~~ a "'O:EO ~ ')>< );,rrl Z^R" -i:E :;0-:;0 )>-irrl ~I"'O "'0)>' (f)0~ )>rrl aJ rrl Z o ~ VALLEY AVENUE 3'/ ~-B - + PCc?AW'J11l1M~ S~AN - ~ OI.@RLA Y _ 6" W ~ o q:: :E )> -i rrl :;0 ~ )> Z aJ -< s/ U1 l> Z ':': I R""'O 4 ' :E-i <~ )> rrl )> rrl ~ ' M"'O ~Z :;0 0 __ rrl :;0 )> :E )> (f) :;0 (f) ~ - rrl- '-:7' :;0 :-< :::... rrl aJ ~ _,I 0)> -<-< ,"'0 0 Oz ~ ~O Z :;0 -i Z-i OI :;Orrl -iZ IO <0 ~~ ~ co: r<'l Z [~ --1 CD"U:::O [Tl-<)>rrl "U <~ 0)>[Tl[Tl0 ~;oZ~< C) grrl[Tl --ZZ Z~[Tl--1R> )>"U[Tl r)>:;O--1;o 00 0[Tl O~"UCD"U ZO:::g[Tlr 00)> -r:::o~O --1)> -[Tl - [Tl OZ--1rr ZOOO;;: '(f) I ~ 0:::0<--1 )>rrlrrl(f) "U~::U -0-0 Z<2]T] Cl)>fTl rO CD ~ Co - ,-I , I c' f''-' _ _ _ _ - -S"SAN 0- - - - - -- \ \() a Co -r:7 'i') -_OJ ~ C) Z '--.) ., '" """.-,., .r:- -~ <' )> (,) co CJl ::r CJ1 CD ga. Designed: SRO Fieldbook X H Scale 1" ~ 30' Drawn SRO CAD Folder NEWTON ROAD V Scale: N ,A Checked: RRK CAD File, WATER MAIN Date: 2/22/07 Project Sheet Title NEWTON RD WATER MAIN REPLACEMENT NEWTON ROAD S:\Eng\CAD\WATER\Newton Road\newton road water main 01,DWG, 3/29/20074:39:58 PM, \\citynt\ENG_CANON 0 0 ~ ~ VJ (Q VJ 0 0 ~ Co ~ / I ~ . I . I . ! I . 4' /~/ (j)}>:::O rrlZrrl ;0 0 s::: ~ 0 (')}>< rrlOJrrl }>rrl Zx 0- O(j) Z::j Z rrleJ X UiI -1-< -0 Z:::o eJ}> (J'lZ :-1 I I 01 / CfJ ::n ::T ro (]1 <D ~ ~ / / CO~N/ I. I I co. co: co: I . x ~CO< ...... .}> ~ ., -1-1< rrlrrlrrl :::Orrl(j) s::: }> Z oo~, !~I/ ~~ 1(J ~< ::0 5:;0/ "0 .:b CJ (') }> "'0 31i Z a-a 0 :::0 -I I Co rrl W Z 0 a 0 ." OJ ~ )> -I rrl :::0 s::: }> Z Z Co [~ l\J l\J (,)C"'O O' 0 zYJ(j) (j) -I Z -1"'0 (j) :::000 -I C (j) ." }>-(')-I~ , -I }> (') , Q'rrl N Z(j)OJ N rrlo I :::Ox Nt,;, ~ (')-1 rrlO "'0 OJ :::Orrl 0:::0 L- :::0 rrl -IS::: 00 < rrl o CD rrl Z o 0- - - - - - - - - I (Q a Co (Q a l\J 'l'l--l[Tl rr::ox gz II z --lll::::;~ II ---.J:-- ^ ---.J~~[Tl 0, c;oCJ1 ~N N '1"'0 ;0' rrlC eJ ~~ o :::o}> }>CD z}> -IZ o (.1)0 rrlz :::0 <rrl OX rrlUi ::j Z C) (')(j):::O O-rrl s:::~s::: "'O~O ')>< );,rrl Z^~ -I~ :::0-:::0 )>-Irrl s:::I"'O "'0)>' (j)O}> }>~ VALLEY AVENUE 3: o 0:: + SAN MH ~ - pee WI HMAO- - - S"S'AN --5S OVERLAY ,,_ 6" W 6 W 4' PCC SW CD -< ~"'O 4 ' ~-I <f; ...... rrl }> rrl ~s::: ' M"'O ~Z :::00__ rrl :::0 }> ~ s::: )> (j) )>:::0 (j)~ -- rrl Z'-7':::O -< :::.. rrl CD ~()-'I (') )> -< -< ,"'0 0 Oz ~ ~o Z :::0 -I Z-I OI :::Orrl -Iz IO <0 ~." ~ co: -IAJCDlJAJ Orrl-<)>rrl lJ <?: O}>rrlrrlO :::2;:OZ?:< C) 9rrlrrl --zZ Z?:fTl-l~ }>"'OfTl '}>;:o-lAJ 00 OfTl OM~CD~ ZO-fTl}> 00,...., -,AJ"''' -I...... -fTl -~ fTl OZ-l" :Z:oOO~ (f) 1- oAJ<-I }>fTlfTl(j) ~~:::20 Z<~." eJ}>fTl ,0 (Q ~ Co Designed: SRD Fieldbook X Drawn SRD CAD Folder: NEWTON ROAO V Scale: N,A Checked: RRK CAD File: WATER MAIN Date: 2/22/07 NEWTON RD WATER MAIN REPLP,iC~MI;Nn \._.,J, ..........l NEWTON ROAD S:\Eng\CAD\WATER\Newton Road\newton road water main 01.DWG. 3/20/2007 2:49:37 PM. \\citynt\ENG_CANON QJ eN )>C . I Oi (Jl <2 IN II I 1'1(') CD II (Jl 20 If) I '1 Vl c, II 1'12 CD '1 - '" "- z < f'T1 ~ Cj < ;0 o p o ~ I QJ . ~ I ~ ~ CD Vl (Jl '1 N (Jl Vl '1 I II ---.J eN )>< <)> 1'1, 2, CI'1 1'1-< QJ . N ---.J Vl '1 o @ N o < f'T1 ~ Cj < ;0 o p o ~ If) '1 ~ QJ . I I ~ I I Vl '1 QJ . o ~ N o CIJ ::T (J)CD ~ ~ :!1 )> ro f\) ~ f\) ex> Designed: SRG Fieldbook: X H Scale: 1" ~ 30' Drawn SRG CAD Folder NEWTON ROAD V Scale: NA Checked: RRK CAD File WATER MAIN Date: 2/22/07 CITY OF IOWA CITY ENGINEERING DIVISION -0 -0 o eN o ; ~ ' !-B ~ ~ ~- 1'1-"" ;0 OJ I QJ ~~/ r / II i~if~ / 00 QJ / / f I + - ~ · 0 liy' A E Y V j! A Vfi 37'1 I I/f I ROW v1B-B 0 'il I Co I[S . i' ~ oN ~ ~ /11 Co Go a ~:::OOJ"'O::U 01'1-<)>1'1 "'0 <~ 0)>1'11'10 ~;o2~< o ~1'11'1 --22 2~1'1~~ )>"'OfTl ,)>::u~::u 00 01'1 OM;gOJ~ 20-1'1)> 000 -,::UTJ ~)> -fTl - fTl 02~" 2000;;: . Ul I ~ O::u<~ )>fTlfTlUl J2~~0 2<:::!TJ O)>fTl ,0 U1 )> z s:: I 0--- I I \ \ I I \ \ " " ~ " " " s:~ )>)> Z~ ;0 s:: )> 2 " tv ~" ~Q ~"~ 0/ G', " <..,1::' tv " -<1 ~I'J;, ~ ~ ~, U~ " ~ " ~ " " ~ r'-.~ ~ S~:S - - I - ' , Cj ~.~"l -~-:: l" " C:::) - ---;-- - - - ""... ""'iJ 1", .~ ~ ''-'.'./ L- (.) en Prolect Sheet Title NEWTON RD WATER MAIN REPLACEMENT NEWTON ROAD S:\Eng\CAD\WATER\Newton Road\newton road water main 01 DWG. 3/20/2007 1 :25:19 PM. \\citynt\ENG_CANON o ~ ~z II z m...-, ...-, II lD)> II m lJl ^ mlD.p.rrl lDLNlD LN~ , lJl o lJl w OJ -- CJ _ CJ ~) rrl'l...-,rrl US ,,:;ox HIGHWA Y Ul )>;;0 --)>- o Z II Ul 6 N fTl 2fTl 22e2 c ~...-, I fTl oS:: UlUlXUl ~ ...-, 110'5: ~~-~ N "'0 0 )>)>,)> )> II mOI N I )>< " -, ~ mlDm )> efTl rr)>r fTl lDmLN ;:0 ;:0 m~ Nt-;- Ul X ~~-<2 lJl - fTl 0 CO fTl Cx I I fTl s:: lJl fTl )> if) (Xl (Xl ;; ~ )> 2 < ;:0, :: - :t! X'I 2 0 0--<2_(;')01<' Ul fTl <(;') )> :fTlC) ~ )> I r;:j ~ ;:0 -- , fTl)> r= <-< <fTl 2 fTlO)> ~ ;;0 , )> < Z fTl ~ 0;) a N eN < Z)>~z UlUl~Ul --..J 0 )> ~UlI~ r )>fTl )> Ul Ul r ,S::)>r [Tl '1 '1 -< rCOer , )> ~-<?:$Z I CfTl < N ~::::OCO"'O::::O (Xl )>~ [Tl 0 OfTl-<)>fTl ,- z Ul ;;0 "'0 <s:: x -<:J II c '1 O)>fTlfTlO 01 --..J [Tl ~~ ::::0 :::g5JZ~< <fTl - GJ ~fTlfTl ~ )> 0;) eN --ZZ fTl rI Co --..J Z:5:fTl-ll<:> fTl <-< (Jl )>"'OfTl fTlO ,)>::::o~::::o ;:0 N 00 OfTl )> (Jl Z OM"'OCO~ ~ 0J Ul ZO:::gfTl)> 0 '1 000 0 -,::::0'1 ~)> -fTl - fTl ,- < OZ-I" II )> ~OOO~ 2)>r (Jl fTlzr Ul 1- eN N <ZOfTl 0::::0<-1 filr -< )>fTlfTlUl Ul ~)>)>)> "'O~;o -0-0 '1 2::::0[=< Z<~'1 GJfTlfTl fTl-<z GJ)>fTl o e ,0 fTl -- \- -- 0;) '""J. Ul :::E :!l ::r )> iD -......J CD ~ f\) ~ f\) co CITY OF IOWA CITY ENGINEERING DIVISION DeSigned SRG Fieldbook: X H Scale: 1" ~ 30' Drawn SRG CAD Folder, NEWTON ROAD V Scale: N.A Checked: RRK CAD File WATER MAIN Date: 2/22/07 Project Sheet Title NEWTON RD WATER MAIN REPLACEMENT VALLEY AVENUE S:\Eng\CAD\WATER\Newton Road\newton road water main 01,DWG. 3/29/2007 4:40:08 PM, \\citynt\ENG_CANON ~z II Z 01-.; -.; II ill:J> II 01 (Jl ^ Olill~fTl illLNill LN~ , (Jl o (Jl GJ O':l -- lJ _ lJ ~) US HIGHWA Y 6 :t>-o z::o 00 -i CJ)fTl -iO O-i ::0 I ~~ < CJ)-< -fTl o ~Q) fTl -i fTl-o :t> ::O:t> r < fTl ~ fTl Z -i :t>::o z:t>z Z fTl CJ) (j) C CJ) O~ -i-iX-i o :t>:t>r:t> :t>< rr-r CfTl rr:t>r ::0 ~ fTl -" -" -< Z ex I I fTl :t> (Ii OJ_ lX!. ;; ~ ::O-i -x"r -<z GJm<I <GJ-:t> =fTld :t>I M-i ::0 r fTl..... <-< fTl'>-- fTlO < Z ::o:t> -i :t> r Z < -i fTl -0 I :t> CJ) fTl 0 N LN < --...j 0 :t> r (J) (J) r fTl '1 '1 -< LN N :t> (Jl < N fTl 0 I Z (J) II c '1 --...j (Jl fTl ~@ - (Jl I < II 2:t>i== (Jl N fTlzr LN <ZOrrl - [Tir -< (J) ~:t>:t>:t> '1 2::0:=< GJrrlrrl fTl-<z o c rrl (J) :;E :!1 ::r )> CD "" C1l ~ rv '**' rv CD o ~ o o OJ :------ M e ,,9' .. o~~,,9 ____ 0 ---""'--- :E :t> -i fTl ::0 ~ :t> Z - ~ -i I (\:) a -- -- -i::orn-o::o OfTl--<)>fT1 lJ <~ O:t>fT1fT1O ~;oZ~< GJ 9fT1fT1 --zZ z~fT1-iR> )>lJfT1 r)>::o-i::o 00 0fT1 oMlJrnlJ ZO~fT1j: 000 -r::O'1 -i)> -fT1 - fT1 OZ-irr ZoOo:;;; '(j) I:::: o::O<-i )>fT1fT1(j) lJ~::O -0-0 z<~'1 GJ)>fT1 rO -:t>:E- zCJ)_z CJ)CJ)-iCJ) ~fTlJ:~ r~:t>r rOJcr r -"-<~Z I rfTl OJ );:E x= ::0 m -<~ ::0 <fTl -i :t> ^... fTl rI l\J fT1 < -< Co fTlo ::0 :t> Z -i IN o o l:\) """l '\"~ \" '\'" ;" t.'-" -- n'" q _.i'a.\, r v'v 0,,;11\\ Project NEWTON RD WATER MA\~-T:~lU\qJ,ENT Sheet Title: CITY OF IOWA CITY ENGINEERING DIVISION DeSigned' SAO Fieldbook: X H Scale: 1" ~ 30' Drawn SRO CAD Folder NEwrON ROAD V Scale: N,A Checked: RRK CAD File WATER MAIN Dale: 2/22/07 VALLEY AVENUE S:\Eng\CAD\WATER\Newton Road\newton road water main 01.DWG, 3/20/2007 1 :27:48 PM. \\citynt\ENG_CANON r Z o o , Z )> < I'T'J Z C I'T'J o I:::O -<I'T'J I -C::o CD "0 :;0 o~ OfTl-<)>1'T'J :::00 -b "0 <~ )>< O)>fTlfTlO ZI'T'J T ~;UZ~< l\) -II'T'J f -t-- C) 9fTlfTl ~ X -ZZ --ZZ U'l 1'T'JU'lU'l Z~fTl-;j(::> _-t-t )>"OfTl ::j Z)>)> l\) Z -trr r)>:;o-t:;o C) Or, 01 00 OI'T'J -" -" O~"OCD1J I'T'J I I LN ZO~fTl~ ~mCXl 0 000 U'l - - -r:;o'Tl -t x -I)> -fTl ZC)m - fTl OZ-Irr C))> - ~ -t - ZOOO~ ml'T'J-I . U'l 1- Co : < I'T'J 0:;0<-1 )>fTlfTlU'l a U'l)>1'T'J :!!~~O I'T'J' :::0< Z<~'Tl S;;I'T'J C))>fTl 0 rO I'T'J -- r I 50' ~ow I I W ~ W ~ Z U'l -t )> , , I (Xl W C) 01 )> -t I'T'J [5 NEWTON R AI ~ - OAD .8 ~'O.o+o = DIS dOB " A1.g ~~"-9= ---- -~ dd ---- I lJ o o (') Q, r' Z )> < ('1l, h '1-;fTl r;:ox - - - - )>~---- CZ xU'l _-t ,)> -, ~'J6 (Xl-"N-"-<Z : I 0 I I'T'J x CXl -N<:E ~ : IN)> - (XlNl_ , I -IC) : . <-< 1'T'J)>:E1'T'J1'T'J0 I'T'J-I)>,)>:::o I'T'J CD )> <r;1~~z )>:::O<I'T'J-I r ~ <~~CD~ I'T'J)> r-l ZU'l-<I -I C CD I -1-- -ZZ 1'T'JU'lU'l _-t-l Z)>)> -Irr O,r I'T'JII ~mCXl U'l - - -I X -C) Z)>m C)-I : ml'T'J-t : < I'T'J U'l)>1'T'J I'T'Jr :::0< S;;I'T'J o I'T'J -0 (') (') (j) ::;: Ul C :::0 ., )> o I'l lJU'l II'T'J US )>I'T'J (/)0 I'T'JI'T'J HIGHWA Y <-I ~ 6 r 0 ~ LN 0 ~---I--- tN I'T'J I'T'J ~ r 'lJ CD ., 0 0 (Xl:::O :E )> :E ~ )> -I I I'T'J -< :::0 0 ~ ~ )> Z z--t -)>- ~ ZCZ U'lxU'l 0 -t_-t ~ )>r)> r -, r)>, :::0 RO~ -"-<Z I I'T'J CXl<:E :)> x r I ~~-< (JJ - 0 -t)>:::O :?: I'T'J(/))> B-1 I'T'J(/)z I'T'J-t ~:E CD_ r-l -<I (JJ 09+1>- DIS d03 (JJ l\) a N o @ (f) I (Xl CD '1 :0 I ~ :E :::0 I I W I'T'J I )> I 27' ~ -t tN -1'-. t .:; W I'T'J (JI I :::0 0 I -0 C ~ (') (') t Z ~ r I 2)>() ;!:: ." (j) I'T'JZO I ::;: I :;,:1 ~l <Zor Z rv -, Z CJ N I'T'J)>)> ~. -,' -- 1 (J1 :E:::or)> I 1, (f) 2C)r< , - '1 (f) I'T'JI'T'JI'T'J O:j' ',_.~.../ '1 O-<Z "'-,~-~" .. .- C '> .. I'T'J ....:0-... )> (-" co (JJ ::r OJ CD m. :2: :!1 )> CD f\) * f\) 0:> CITY OF IOWA CITY ENGINEERING DIVISION DeSigned: SRO Fleldbook X H Scale: 1" ~ 30' Drawn SRO CAD Folder: NEWTON ROAD V Scale N A Checked: RRK CAD File: WATER MAIN Dale 2/22/0'7 PrOject: Sheet TItle NEWTON RD WATER MAIN REPLACEMENT LINCOLN AVENUE S:\Eng\CAD\WATER\Newton Road\Plan Set Sheets\09 Details.dwg, 3/20/2007 2:33:16 PM, \\citynt\ENG_CANON --< ;u )> 0 CD--< '" ,I ;u 0;0 oe ;; AlIl ;u --< '" "-6 MIN, ~ lIlO;o '1J,)>lN_ I )>fTlOI -< "'U 0)>);0 0 "';u, ;u () )> Z ~ --< r ~CD J~- ~ I co.)> .0 -< )>^ ~ 0 CD:CI 0' ~ ::II <' ~ ~ ~'- ~ "'::;: CD--< o ,;u CD"- x ;u )>;u -l "'-; f) Z 0", -Po, '" 0'" -I 0 ^z .. '" --< . d ;u --< 0 -.,0 --< ~ S20 00 0 j=I ;:;0 ~ ;:;0 Z , C)> < 0 UlO Al 0, Al --<'" fTl ~ -.,)> '" ;u , < I;u --< g::~ 0 --< '" 0 fTl -<C'> o;:'g A ;u m 0'" '1J )> ;: AlAl CD )> Z , Z ~ )>0 0 "'--< fTl )> en z, m< '" , --<'" ')> -.,Al 0 en )> C'>' os:: CD lIlZ )>;'ii 0- 0 m --< --<Z X ~ )>C'> --< )> C fTlCD ~, ZAl <0 O~ OJ 0)> ;gE;;d~~ -CD 0 '1JZ )>x ~o )> ~ ",)>0)>0 -< _C ;1~O~6 , )>x , '1J, <)> ~o Cl 0 ",)> sg~~~~ "'z I Al 0 -<)> --< m :CI 8,;-,zo~ C'>""1 ""1-< CD ~ , ........ q-; CD--< Al- ;uC )>Z 0 , ~ ",--< ,I O~ oC'> C (j)'-"'rr1'" O;U ;:I r --< ::;:lIl '" oc '" --< 0 <;;)>0 ^lIl ICD "'<ZAl --< -<0 ,,,,0 Ox , Al~ --< )> '" Z '" --< -l I ::II C en -I OJ r o () ^ o m ~ r UlllllllO--< --<I--<-.,I Al)>Al '" f'TlrfTlN Z,Zo)> C'> C'>OCD --<CD--<oO Irr1:r: < . _ lJ fTl ZU;lIl)> o -";u fgMOrrl )>Ul""1)> (!1Ul Ul 8--<~)> IOAl rnl>i/)rrl Gize'CD ",N;oGi 000l'" 0"'0 000 Z'1J C )>Ul~'1J 0-.,_0 --i. r- z c--< )> )>I_ rrrl'l{/) lIl--<)><2 OIO' -;0--< 'CCCD CDlIl)>'" rrl-lr)> )> ;0 ;uCDUlz zS;<2C'> C'>;U' _ 0 zCD)> Cl"'-o )>)> )>AlO ;:'g~~ )> -I ::II ~ () m ::II ~ ::II m o ~ r ei) I -I o m ~ r (fJ ::r (Om $!l. O-Po 0' ;:C -olll f;'" ::!'" ZX C'>--< 'Al '" ;: '" o )> C --< <5 Z Z o --< --< o o )> ;: )> Cl '" --< ;u )> o '" ;0 ::;: ;0 '" ::;: I , '" CD )> o ^ :CI , c:: Z C'> )> Z o :2: ::!1 )> ro f'0 '*" f'0 (X) ;:0::;: )>U;)> z-;-1 ;ufTl iIi;u 5'-6" ~\ 0 MIN, 0 0 Z e '1J ;u '1J '" CD fTl ::;:--< -< ;u Ul'1JUl o~",fTl", Al)>;o^Al ,~ ~ ~'~8~ ;UCD ~ ~"']2il]2 Al~'1J"'-o ~ . :rrl::::O"'" m ~OUl ::II "-Z'" ", ;u 0 en ''1J~ 0 Ul m )><0 ;0 -0 --< ::II zO", 0 0 < O;:lIl ;0 '1J ",)>)> )> \ CD () 'z8 ::! 0 0 x m --<)>, Z :roz~ 0 0 lIlOUl 0 Ol 0 C 0 m 0 ~ C Al C ..~ )>;u 0 ;0 CD ;0 ~ ^ 0 CD '", ^ CD ~ '0 CD -c III Ul 0 CD 0 r C --< x 0 '" ;u -0 0 X ::;: '" -0 -0 Al )> 0 0 , 0 0 ^ ;u --< PROPERTY LINE )>Ul --i R~ I ;0 I< C 0'" (j) ;0' -0 --i --i0 , CD Ul::;:::;:Z)>lIllll)>--< ",;0 , fT1 0 ~~~O~;;jt--<~ n C'> ^ )> "'"'0 CDZfT'lr C --< )>'1J--<OUlZ, Ul '" ~rr1I~-l~CIJ~-1 < --< Y1D""'Y')>.I""'EJ~ 0 MAIN )> I ::;:0 '1J 0 < ;u =iOo~)>OI'l() m c :r:~zC:~~~~ )> fT1 III --< )>Al--<OZ"'lIl 0 I CD C'1 lIl. - O. )> m --i , -OMoC~I)>;o Z I 0 ~--<;u~;:z~'" ;0 0 0 C A lIlI - I ;u :::J;oO{/)OlJ:::r>"'" (f) CD oc;ue'-"s;:--<o I --< '" Ul~;O e -< Ol )> ~--<ZCDo;~:CI;o Al 0 , ~rn:r:8-()~8 0 -0 (j) * Z ::II n ,IZ Cl -15~fTlRO:r:l> )> ^ )>00 )> )>O"'OI1"S-<--< Z n::;:--< Al --<^Ul~GJ;o~'1J 8 Z~ C'1 -I )> --<)>(f) "')>'ij ~-., IZIO--<MZ- 0 I .0--< f'T10)>..,I -12 -< .." ;0 ;0 ,,' r ON(/)() m 0 n-ll-;^- . ~ ;Onf; "' OIO;U- 0 0 ;0 .D zC'10'" 0--<;0 )> 0,,,, c Q]2;:1"S~0~8 Z ;:)>;0 0 r --i ;0 ~ rTJ"'DfTlIO:-OC:j I::;::;: (l) -;fTl_ tf}{/)(f)O d;-<;U C; "'Ul~bI:---<Z ;0 '" ~ g:::;;OAl~;:~o )> --< )> )>,OCD'zOI Z ;0 z ~'~~CD~R~ 0 --< )> 0 ;0 n ZOJ-I::::orrlc(/)GJ "'CD C'>"'fjZO;: GJ ;0 ;00 --<0;;:; . 0 CDX --< 0 OZ 0 fT1 XO 0 ---< (j) ()> ... ... '" '" N N VllJ ..., "', "{ ~ q ..., q ~ "{ q ~ rn, ..., N1J 0101 ~ " <C U; '" 001 rn '" N ;0)> N N m m 0 '" -.J -.J 0 -.J ... N 0 0 m .. '" '" u, 00 '" '" 00 00 .. -< - 0101 O1Z 0 N N a; ~ N crJ", -.J '" ()> '" - ()> ()> N ()> ()> '" ()> ... 0 rn ... - ~~ m 0 0 '" '" u, "' '" u, '" 00 0 "' " :;: - '" rn ... '" ~ crJ... -.J rn "' rn rn 0 '" -.J ()> '" N ~ 01()> 0 '" '" '" 0 0 m "' 00 0 Z. - -.J ~ 0 - I -.J ()> ... '" N ~ "- ... "' ()> '" '" ()> " -.J ... N ~ ~ "' '" U, '-.J U, '" -.J 0 0 00 "' ~ 0 ... crJ 01 Z 0 N N I ~ N N ~ - '- '" N rn - '" ()> '" N - - - m 00 "' "' 00 '-.J .. U, 0 .. 0 0 i:> N crJ '" Z 0 '''IN x. ~Q ~~ --<Z ;u0 fj;;j ~f; ~~ ~::;: r:(~ ZlN ~o o. "'CD ofTl -"3 <z )>0 , <--< "'0 CD'1J 00 x-., "'< x)> --<, "'< z'" Ul <5gs Zx ~Q 0--< C'1 ~Qj --<0 ~Z , C'1J ~s;: o '" ~ I~ '" Z --< Al )> o '" Al ~ ;0 '" --< o ::;: )> --< '" ;u ;: ~ Z ::;:~--< ~;;~ C'1l1l0 Al--<C'1 "';u s::Z )>--<::;: zO;:U ~ C'1 !" < )> , < '" CD o X '" X --< '" Z III <5 Z III I )> , , ::;: )> --< '" ;: )> z Z o --< (f) =i ~ III 6 '" ~ '" ::;: <2 ;u '" o --< , -< o Z --< o -0 o -., CDO '0 Oz 00 ^;U '" --< '" ::;:::;:00 --0)> ;:'g::t;:;:'g , ~ j2 2 --<0, --<, <2)>-< ~25~ Ceo ;UZA ~O"TJ Z - C'>::;::= )> --<--<)> ;UC'1z ~:J~ 0 ;o~ Z 'Tl C -l C ::III m-< ~O ~::II --l~ mz ::D-I $:0 )>m --I z~ mr X'Tl -10 m::D Z en o z '1J s;: Z ~ '" ::;: I -< o ;0 )> Z --< f" o. , o o )> --< (5 Z -0 <2 Z --< \ ::;: )> --< '" ;0 ;: ~ Z ~ ::;:~--< ~;;~ ",lIlo ;u--<", C'1;o ;:Z )>--<::E zO;:U '" CITY OF 10 WA CITY ENGINEERING DIVISION C'> ;0 o c Z o Designed' SRO Fieldbook X H Scale: '" ~ 30' CAD Folder NEWTON ROAD V Scale N ,A CAD File WATER MAIN Date 2/22/07 Project: Drawn SRG NEWTON RD WATER MAIN REPLACEMENT Checked RRK (f) ::;: <: '" , '" x --< C'1 --<Z 00 '1 ;0............ < N ~8~~~ -l C :: < _)>"'0 ~fgz,," 00-0 -0)> ;0- 'ij8S;:""1~ ~::!~C:t> ~Sd~~ )> ;u'" ,;:"'Al :l( '" x --< C'1 --<z 00 ",--< zAl 0)> o 0'" -.,;0 ]2;; -0;0 "'''' ;:OI ",;UO C'> , )>;uo ,8z COCl C'>"'lIl 0-0 00 ;up ",--< zAl 0)> CD 0 rO'" O'lAl Q,,;; 1-0 ;u "'''' o ;u )> Z o --<I ",0 C'1;o CD , o o A ~ , < '" -0 III * S;:IZ 000 ",::;:M Oz. --., -0--< ;UAl -., )> ;000 ~s;:~ Al ~~M 0' Al ;u ;: )> --< Z ZC'1)> --< ;u, ~CD Zo ~x CDZ o Sr-,' x r, CD , o o ^ --<0 IO ;oz Co lIl;o --<", --< CD'" , o o ^ --.J o ;u Al .....0 G -<:.-...,., -,:~O ).::: _.:. C~,_':.~) ~-.... -<, I ! "', C) Vi ---, ':::---<........ I I '.~.., -0 ;!~~ ~ *, Sheet Title' )> (..) DETAIlS S:\Eng\CADlWATER\Newton Road\Plan Set Sheets\10 Details.dwg, 3/20/2007 2:33:31 PM, \\citynt\ENG_CANON (f) -->. ::y offi ::2: ::!1 )> CD rv '*" rv <Xl CITY OF 10 WA CITY ENGINEERING DIVISION CY-'l I I I :~ I <- ~ ~z c I ,(J) C'l- ~ -< <-I _I xZ 0 C'l~ ~z -(J) r::: AJ , (J)-; , I'\.}: 1\:). ='~ )> ~ -;(J) ;0 Z Z o '!; C'l-l Z' -< -I C'l =0 ~ ~ 0' ::;: <' -. < .l-- /~~ - ~ ~ '" Z , <C'l ,~ < C'l::;: 'DO m C'l <C'l ~ '" O(J) 0 -l c 0 0 Z -;x;o CD , :0 C'l C'l ~ C'lm'D 0 0 "U , ^ -;~ )> I C'lo (J) 0 )> C'lC'l , ~C'l C'l (J) C'l III -;~ < :J m I(J) C'l 0.. -; (J) - NZ ~ I 0 -; x -I (j) OJ'" ~ 0 I C'lCD- g I ~ x,Z 'D C'l -~(J) 0 ~ (J)o-; -; ~ ^~ ~O- ~Z 0 Ol/l' _I -;l/l 0) C'l-l ,- ~ - C'l - N: N. <' "',~~ 0;:: ~' 'DC'l0 =oz 'z <~C'l L- <C'l 0-1 (J) C'l::;: -;0 ~, "', 0- IO I I C'l I I 0 I I -; I:: ^ ) 0 - (::>-'1 I I I I / I I ~ :;;z z C I ,l/l l/l -< <-; I -; ~ 0 C'l~ O~ r::: ;0 , ~N ~r= , ~ ~ ' ' -; z ;0 Z Z o '!; C'lz l/l -< -; C'l =c ~ C'l -I ::;: :;;::;: ~ < < .l-- , )> ~ OJ, /'- , , <'" - r < C'l, r C'l 0 ~ ::;: m -; 6 -< C'l C'l )> xAJ l/l < mC'l 0 'D C -;' m "U C'l~ 0 Z C'lO I C'l CD C , )> ~C'l ~ m (J) -;x 0 I- ^ III m l/l :J -=, Ul "'z , 0.. < -I 0 C'l -;X C'l I N:3::..... C'l < (j) o ~ tn. C'lcoil! C'l co, (J) ~ 'U .l- -; I ~ -; , -; ~ 0 , ~ C'lCD- '6 0 ~ x ,z Z I -~l/l ~ C'l C'l UlO-; ::;: 0 0) ~ ^~ _ r- -I o l/l' "; 0 ,- N: N. :;;0 _ C'l - C'l . "',~~ 0;:: ",x ,~ 'Ui =Cz <-; 'DC'l0 L- C'lC'l 'D=' <~C'l <z () ---i V'l 00 -10 ~c I IO I C'l 0 I I -I I:: =^- ) 0 c: z () o r Z )> < m "U Z I C )> m (J) III m ~ < I (j) I ~ ~ 0) -1-1IZ C'l0-<0 l/l 0-; :::!CO;orrl zC'l~" O_Z ~-;~ -;::;:-; )>j=rrl ";:: ~r"""D oz~ ."C'l~ oC'lAJ ;00-< IC'l -<x oUi ;0-1 ~- ZZ -;0 c)v) S:?Fli ~~ co, (~)'- 'I I I I '" I I I I I 'v--</ I I 1 J I I \ I I I'-_{ .L J. =i==l~ cT===T~ LJL____-"___tJ I ~ rx~ I ---.!uL----J{---'.1ULl : cl.--_J." T---T I I I I I I I I I I 1_" ) (->- S2 ~, ~ "- ;0 Z z8~ Oc AJoco C'lC'l C;; AJ X SJ m C'lO xo Uiz -;z zC'l 00 -; -;-; Ro ~,:~) =^ ---.. ,. ... ~-::.- c~ DeSigned SRG Fleldbook, X H Scale 1" ~ 30' Drawn SRG CAD Folder: NEWTON ROAD V Scale N.A Checked RRK CAD File WATER MAIN Date 2/22/07 Project: Sheet Title: co DETAILS NEWTON RD WATER MAIN REPLACEMENT ".__l --.J ~.-,__' -ll f'-) CJ \J :Ti ;'-"} \....,..1 .r- S:\Eng\CAD\WATER\Newton Road\Plan Set Sheets\11 Details,dwg. 3/20/2007 2:33:45 PM. \\citynt\ENG_CANON i5~~~z~. --< -lM~o;tiM ~;:: r rnnmOf'T1n n:t> r'l0 rrl~ =zU)~ ^--< lJZ ~8IiIi:t> Z OCDV"JQI(JJ Zn OCl"" PM~~~M ;:: [;lI ~",(J1 rZf'T1rTJ f\..) S 0 >lJ ~::deDeD.p.,r'l ~::E:Zl'lf'T'l::E 0 r", (l)r'l Or'l 8~ 8~50 C r", lJ o~ Cl 'lJ z:t>:t>o Y.J r nl ::0 eDUl:t> cn N. (1)::000 o{j)o-tU1 .-'. --z;o,):>Z :t> .' 0;:: r'l :t>IZ (1)0 ::oUl ;,j~.; , ~~~5~ ",'. "'> (I))> :j rOzx (J1--l^d;d _::0 0 1 ,;J,. -z o. zz f'T1r;- zUl )>Z )>c " l> Z l> "'C ;:: 0'" :;;:: m;;inn ~~~;::'D Ul"'OOOU1 0 l> ro Cl--< Cl (I) 0 (1)0 '" ~~ ~ 0 --< '" i:$j~~i2 -<r'l l> '" --< ' _::0 ;:: Z ooS2o .,,(1) 00 )> l> ~--< -< '; OeDO ' C lJ-lJ :>CO"'T1 ., -< 1f'T'l-lOr 0-< C r'l' 00 ' z. :;;:: f'T1lQ-I)> ;:: r)>::I:~r rr'l '0 --< 0-0 )> o)>c lJ '0 ;::0 l> ~~ ;; '0 ~ r'l ' 0--< ' ;::. c Z d'T'J--l ~~::o::oo l> o}>a~ ~ l> :I: xc -l -;:0 r"Tl 0 r'l ~ 0--< ~ i/i(l)::< ;-'--1 nCn :;;:: r'l- 0 -<m)>r'l 0 c -n a)> <: "'a 0 ii 0;::0 ~~~eD )> ~ '" 1 --< ~ '" --<r'llJ I , ;::--< ~g~~ cm ~ z rcJ::;: lJr'l ~ rr ",a C ~ ~ ZOrrl r'l ZOZ .., 0 1 0'" ::0 00-)> -I ~=iO~ ~ r'l 0-<0)> >r'l or;:! rr1 I Cl--<m ;::0 g."g -< r::o '" ;0 <:: '" :II rrlIf'T1rn::t> --< ",lJ lJ::;: on 0 00--< '0 ~ z~MU1 r'l 0 -<'" 0 r'l r'l Z C :::0 -I:: CD 0 .., ",a >)> "',: OL' ;::z --< " --< u;Dx 0 )>r'll r --< <::0 nm 0 -I ZO'" _0 I"T1 :f'T1 ~::::!::t>N --i Z roOcnrrl )> ~~ ~M ~ ()Zc- x::o () C)L-I :: eD (l)z s:: r'l )>ZZ.p. --< I)>[;jeD::;: r ~;o~ ~ ::0--<0 0--< mClO , 0 )> -lorrTJ)> r'l >0", X r'l _ Or'l rrlf'T1I:::O (I) l> f'Tl f./l::O -I --<--<Z Zm (I) -I OZ _ Z ::;: U)"U~ ::ecz :l> ~I-I 0 m Z--<::;:Zz )> lJ)> :I: ):> "'0 Z CD Z )> r'l 0)> r"'Dc> r 0 ::0(1) )> )>OCl ::0 "'< ~ ,,0 r'l (f) ~r'l r 0 o ::0 Ul Z Qr'l OJ "'lJ --i r'l )> Z Z C)o " ~0i~ :E --i "U !"1 0, '" '" ::0 - Ul 0 a~ ~ 3:: ):> r'1 }> 0 I 0 ^ Z I _m :-OZUl ;0 o )> z::o a Z (I) )> ~ (I) r (1)0 (I) - 0 ~ r lJ I Z lJI--< lJ::;:--< m C ~^ r> Cl )> ::00)> >r r )>-I (f) ='lJ ~r "'0 fTl 0 o --<n <--<r'l ": ~:;: lJ ^ r'lI ",u am )> < r'l;::)> ;::--<0 "" ~ _'" Z r'lIO ....fTl ~.. ~~ p m ::OXz ;::)>;:: 0::0 =' . ~f'T1R 0 ~~ --- ~~ 'i' :II r'l)>o Z(l))> Z ;:: - MUl"lJ --<::0 _ lJ--< ",Z "'z ~ lJr Z ~ Or'l ;:: IO C ",0 }: -< (j') j'; ~): C)>I :"(1) OSl lJ--< C) ..--< n (1)(1) --< --<)>0 r'l ;::r I )> l> -<c )> ~~f'T1 OeD --<r'l l> ~ f)"'O r o --<~ --< r '(l lJr 'Tl)> r nO )> . '1>~ "'I(I) )> :I: 0 ~~ ::::! --<(I) ---< --< ~ zl Ir'l "'0- 0 0 n'" 0 Oz r'l(l) '^Z ",a Z z0 Z ~ "'> 00 r'lI '" '" :rrrlI x x 01-< OI x)> '2i '2i -UlO -r ;::0- (l)r RU1-l lJO --< Z Z )>, ZeD Cl Cl ZO;:: 00 Clr'l lJ I r'l ::0_ -1~ (I) X 0'" L $> S (I))> --< 0 0::< Or eD n ;:: ZC 0 X --<lJ 0(1) .. r'l z Ir'l ::0 I x n > 0 '" (I) r'l)> r'l '" lJ --< )> -< r'l " < '" I / )> ~ / --< -< ,- r'l r'l '" //1 0 ~ !dC'l. I-I ~)>5~ o ~ , :I: ZZZr'l () CO u>'" 00CllJ C 0 '" (l)r'l",0 :II O(l))>;{ Co- )>0 r x r"'OoX rl"1["'T11 (j) (1)0 0 )> Vi )>0 ,-< S:\Eng\CAD\WATER\Newton Road\Plan Set Sheets\11 Details,dwg. 3/29/20074:40:29 PM. \\citynt\ENG_CANON ~ ~ CD ~ IZ ~~~N~ 2S~b.p.:r1 ~~;::Vl0 3:: 0 VlVlO;d 0 cc'T115 c ;:0;:0;:0 r )> 'T1'T1)>0 Z "" f;f;;::'T1 Vl "'0 ('T1 f'Tl~\J 0 ..... ~", VlVl r'1 )> r..... :t> m..... 3:: r", rrllf) =rr1 " ;::n 0 ::; I I n ", 0..... :t> ~~OJ:~ 0 0)> eal ;oraJ~ 0 rr -f rnr'1r'1 ", ~", :0 2~~::E ..... " ::E ", Z C n > ~ 0 Z -l~O ~ ..... rii"" ..... ~ ::02 () o~""'Z al "'- ..... ZVlI Z r 2 0 ~ .....r'1CJ ", > CJ '" Vl ~::; CD Vl ::E "," 0 m ;:oVl~Vl ~ ,,)> )> "" "'< 0 ",cn I Ql"'1r'" r )>"'~ 2 r'1 ~o~ - 0 O~or 2 :::o-<"r CJ o :< 0 ~;;o~ _al V> Z Z"" c ~ ",n '" ;:O.....~ - Vl ~ m "'ICDZ ..... 8'" > C/) )> -< ii\ , Vl r ~~ 0)> ..... r ZO ~ )> < "'''' <-or ..... "'", "''- r)>rr11 6 ~"" -<.. -O-tf'Tl =' ' CJr'1r'10 2 P ZVl IZO ",2 "> -l-l-l)> CDZ ~..... :"VJ ",0 CD..... .. ..... 00 )> MI r ::0 r'1 > > ..... Vl " 6 I 2 > r -< ~;:: !g ne "'r z> "'::0 Vl Vl" ;;~ ~g ",Vl 8 .....onn~ ;secr'1,",- -1;oZN f'Tl aJ -I = 'T1Vl "0 m U1 r. fTl z~~~ ;:0.....;:0 o ;:oX 0;:Ur'1 ():<r1..... S2;S~~ 3:: 15 I ..... ~"o0(Xl ~~ jE jE o~ -I _ : CDO~n ~~z;:o .....ece ~'T1Vl'" (/}rlTlrrl r'1z;::;:: R-I--l'1J or xCD CD~gfQ ;:u.....~ )>~Vi~ ~n oe;=z 6r::j::U -<VlOO .,Z rr1('T1 r'10~;g zo n' r nZ -<;:: n~ ' eCJ z..... 0;:: c.....Oo ;:u QIVl:7 -0 as80M CD Zrrll- ;:oZ r'1;:oON r'1 () oZn g~;g~ n"O 000 Vl ..... ::!)> C r'1 ~-< OZ :0 ;::.....z ""0 zr'1 r'1"On U1~ r OJ Yl~~ 0 -1-:; 0 z..... -<U1 -o:-lfTl "::;0 :0 r Z 0 )> ;:0 ;:: 0 n)>r'1 )> ..... -0 r'1"00 X ..... " o~o 0 m -< -, C/) Vl 0 "N Vi 0 :0 ~~(T1 CJ )> m r C/) 0 r'1 r'1 ::E 0 r'1 m "0 )> Z r ~ 0 ^ :t> ..... , ..... (') ^ ~;::ZVl 0 C .....)>r'1~ -< ;:0 n::E Vl :0 :2",r'1o 0 n r'1VlC )> OJ ~O~-1 r r'1 -0 ........... aJ :::0 )> -<-<Vl :0 r'10 0 z;:o ::!] CJ z r r'1 0 m r'1 Z ;:0 0 ;:0 Vl Vl~ )> .....x ~ ;:o- n r'1Vl c r'1::! ..... .....z a~ -orE .. ..'T1 1;:0 N,r:;l~ VlO ",2 _.....Z !:l,..... Z I..... o.~ ..... ~ :J)> 03Z n 0 <", )>;:OVl ;;;'0 "0 ..... :0 "0)>;:0 t'T1 ;:0 r'1 < 0;::r'1 n l>z-l m c njEn :E "" I 0 Z CD Cz 0 ~ ;::n ..... 0;:0 ..... 'T1r'1 Z ..... 0 r'1 Vl C/) 0 -f )> :t> r n r'1 r c: ~ "" al 3:: 0 ;= nr Z ...'" 00 .. ..0 I "" Vl "''' ~~ n;:: no =c "0 0)> 0"" "0;:: Z- :J ", ;:o-nZ O~;o-l <0 )>;::r'1~ (ij'::E o c ..... Z t - I;::r'1Vl ..... I 00..... 'T1r'1;:O VJ "Or'1 ..... en ..... r'1 "" : I -I ", ", -'T1 ..... Zo d;:O lJf'T1f'TlZ r"O<o )> 0 r'1 ' nx;:U rrl-<-<..p.. ,",NCD ;:o-l>~ o ,;:0 eOYl r;:1z- onq -r'1 zzr .....0 r'1Z ?J'"' I '"'- N, Z r'1 ::Em 0' ~;:: <- r'1Z ::EjE )>c -<3:: )>n "00 "Oz ;:On O;:u )>r'1 n..... ~ r~ 15.!. n'"'- eN Z r'1 ::Een 0' ~;::: <- r'1~ ::E;:: ~c -<;:: ~n "00 "Oz ;:On 0;:0 )>r'1 C n..... . as I I .~ n;:: ~ :->~Z 0-"0 0 z~"On"'" nc ;:Oor'1 ;:o;::oz~ r'1c~n .....;::n;:o r'1 Ir'1 "OoVlM )>'T1I <en)>'T1 r'1 'ro ;:: r;:O r'1..... ZICDO -I(=) ('T1::Q ;::'" < _ r'1 ?< ~ -< ~ > x >" r::o r", n I " 0;:: "" ::0> ", zz I ~~ ~ Vl> )> on 2 z~ C ::o'T1 ::0 '" )> "'0 n ~~ ~ 0-< "" "'''' on 0 ::o~ n CD 0 ~ M; ~ ~;O~ ~ ~~~ ~ ~"Oz CD r""OC')1 "'0 ", ::0" ~~~ ~ ~~~ ~ . OVl Z "1J~ Z r> Cl >r ~r ""0 OCD )> _'" 2 ~~ P "'- "r Z ~...( (J) Vl Vl ..... -<c )> ?)1J r n25 > 0::0 ..... z-< - n'" 0 ::002 "'> ,:;1-< '" '" \ g~ ~'L-~ n~ . :<", ~'" '" '" > ~',i\ ." ." % "0 I"'" ;:u0)> O.....n "0 ;>; r'1;::)> ;:OXz r'1~0 Mt/1"O ~~): -l)>n 61rrl Z..... ~;;:y: zl Oz nn OI ;:::- "00 ~' nO -1~ ..... 0::< ....."0 Ir'1 r'1~ CDVl)> )>IZ t/1)> r'Tlr:- rO ..... ' OCDO r'1:'" r'1 ~Vi::< .....r'1"o ZOr'1 '"'.....CD nO..... 0<-1 ZO""' OZL ;:0.....0 r'1 - ..........Z !"1I..... r'1 en VlO z~ Cl..... _::0 'C on 0..... :-<..... I r'1 ;::n '0 ;::Z _n x;:u r'1 n..... 0r'1 ZCD n)> ;:OVl ~r'1 !"1 "O::E..... )>-I <.....r'1 r'1I ;::.....n r'1IO ~r'1~ .....;:0 0r'1 "0..... r'1 OCD 'T1~ .....Vl Ir'1 r'1Vl r'1I x~ -r Vlr ..... ZCD CJr'1 n'T1 Or ZC nt/1 ;:0 I r'1 ..... r'1 ..... ~;:: n~ "'..... Zn ~I Vlr'1 O~ ::oVl ::! )> Z ,I "0 if ~ ~I 0~ 0 II nC n :::::1 0;:: 0 II ~O~ :::::1 ;:o'T1;:o ill ~ " ~ =1 r'1 'r'1:ffi .L_,~,41111 r r'10 "Oz 0'"'"" ~,,",U1 CJ o'r:;l N. ~25~~ ~ c -< :;::: CDMno z oo~o :;::: ~lD.M ~ ~ M_';:U 8 ~~~CD ~00;=5; lJ zQMVl (jiOx ~:::j>N 6i~6~, . ;:: ~;:: -t/1~ ~ "0..... ;:: In e )> I ~ ~rr1 n o -i ~ r ~ ;::~ 'T1IVl ,)> N, -..... t/1 (,.In- Vl ..... ,;>;Z r'1Vl zCl )> ~c '" '" :;tf"TlI :t>- x x ;:0 U;~ ~ Vi -VlO 0 -< ~U1--i CD Z Z )> r " " ZO;:: 0 r'1 " C'l ;:0_ Vl I Vl X ..... <- 0 0 Vl)> 0 0 -< Z CD n ;:: r'1 0 x r'1 Z X () > n ::0 Vl '" " )> -< I < '" f? ~ ..... -< r'1 0 n "0 I "0 OI r ;:U;;::): r;:: ~ ~)>n ~~ Vl Vl r'1~r'1 Zv> ;:OZ CDI )> O~ r'1 '"'- ;:o~ ;:0 rnN r'1r 0 r'101 )> )> ~;::z "'CD 0 r'1 Vl ....."On ~ ..... 6)>I .....Vl 0 zn :i~ Z . -l:- .....~ C'l r'1Z 00 <-..... --l~ gO I r'1::< Z- .....Z "0 VlVl C'l C ;:0 )> r'1 )> \-n '..J'l :"0\ 1\1\1 \ ! '~ \ I \n \.cl',.J U}QL r'1 X n '" ~>r~ OVl)> C c:- )>n r x r'1r'1r t/1 VlO 0 )> Vi - 0 .....)>r r'1 89 nz Vl =' ZZZr'1 )>r rn Vl Z CJOCJ"O ;=86 :- ..... r'1;:o " Vlr'1(,.JO ~ .....' )>r'1 )> " ;:u_z 0 0::< Z..... 0 r"Oox IZ..... r'1 ;:0 )>0 ,-< I Vl :.., "-"0 CD 0 n CD X n ~fiv> gr'1 ;:UVl ~ 0 n-<oo ;:: ~~ C'lI 0 z r'1CJz~ nI )>)> Vl n 0)> ;>;r ..... ::0 Z;:On..... ::or ;:: ....., r 0 '" .....0r'1r'1 X )> -< r'1CZO or 0,,", Z '" )>CD .....CD r'1 ::O-i-tco ~r'1 r'1<- ..... r'1 8rr1rr1)> -0 xO It/1 O;:O;:u r'1Vl Viz C'l)> ZlDOVl ~~ .......... <-::E ';:0 (') ZVl gZ Vl -x - r .....z CJI rZrN () I n~ Z..... :l>-Irr1~ ~ .....0 CD 00 , :-Z Or Vl 0 ~O Zr , Z Z Z 0 nCD Vl 0 ;:Or'1 C () ..... C'l ..... ..... ;:u :0 '" r'1 ..... 0 m Vl -l 0 m )> ::0 Vl"O'T1 ;:00 .....;::zn r r'10C r'1Z ;:;~~~ r'1 0 =I;:or ;::r r:::!r 0-< Z;::;:On :t> r'10"O < VlCr'1;:u =+ 0;:: 0 OZ)> r'1'T1 r;i;::~~ OC ;:0)> ~ Z r ~orr'1 ..... ejp r )>n r'1'T10Vl ~ Vl 0 <-I~I ;::~ ;::I ;:0 ;:u ~N, N. ~Q r'1;:: g~=<~ ..... ;::C I ~'T16r r'1Vl :;::: ;::- ~Vl )> ?;!C c~ Z..... r t/1.....ZCD )>- z ;:::Z 'T1 r..... -CD ' I)> r'1 Vl)> :;::: oCJ t/1C'l "0 C'lr;:u CD )> "O<-r'1 r C 'T1"O n;:o Z )>0;:: r'1 :;::: ,,~ ;:Or'1 r'1 Z-O <- 'r;i )>;::: r C'lZ< 0 nO r.....C'l CD ..., "0;:: "'< ;:: )>0 -< ' r'1 r'1r'1 )> C'l lJ Oz 00 -< CDZ..... X 0..... ~oo n 0- CD ~~..... :t> ..... ;:u'T1 C'l f::1 I < I ..... )> (j I Z r'1 ..... '" C'l r'1 Z 0 r'1 Vl V> r'1~ x"-' n' )>Vl <c )>- .......... r'1~ OCD r ;:::r'1 )><- .....0 ~CD ~ r Vl (f) ~ :!1 CITY OF IOWA CITY Designed SRO Fieldbook X H Scale: As Noted Project" Sheet Title" ....... ::r ~ CD NEWTON RD \fJATr;~ ~I~REPLACEMENT ....... Cll '110 Drawn: SRO CAD Folder: NEWTON ROAD V Scale' NA ~ ENGINEERING DIVISION I\) Checked: RRK CAD File: 11 Details Date: Spring 2007 (Xl \.,...."...1 .......-j I o -f s:: X Z)> ~C/) .....-0 oI Vl)> ~~ r r'10 < m :0 );: -< () > e r '" '" o '- o Z -< . . ", . '"'- u: N, ~r'1- Vlx,",- r'1 "0"-' ~ ~ ' MZ-o O~;:o ~0r'1 Z'T1 o <-;:0 0;:: Zr'1 .....0 Vl I o -l s: X Z)> OC/) .....-0 .....I 0)> ~~ )> M-o ~ m s:: m Z -l :;::: Z :;::: C :;::: ~"O ~)> ;::<..... -r'1n ~;:::I ;::r'1 CZr'1 ;::.....~ o.....~ ~I- " -Z (XlRCJ 'z Ir'1 ~Vl :t>Vl o ;:u ..., -< lJ DETAILS S:\Eng\CAD\WATER\Newton Road\Plan Set Sheets\12 Services,dwg, 3/20/20072:34:03 PM, \\citynt\ENG_CANON (f) :::r 1'0ffi. ~ )> N N CO Z o ::E )> -iaJ()()aJaJ CS8 "'S.. ~I'-............ < [Tl :::0 '1 -< )> , , IJ] [Tl :::0 :S () [Tl ~ N IJ] LJ :::0 o :::0 N -i o -i )> LJ ~ )> -l ml :0 0 (f)m m -l ~ )> o ~ m1 -l -< iJ m -i :::0 -< -i o ;>:; fTl fTl LJ IJ] fTl :::0 < ~O :!:;fTl Z'l , :::0 o ~ () :::0 o IJ] ~ Z G) Z [Tl ::E N '" ~ LJ < )> ~ ~ ~ CD )>:::0 < z~ ^ < )> fTl fTl IJ] "f:.r=~-<o , fTl 0)> fTl fTl-<z<LJ -< fTl-i )>;;::2SR>~ ~ f"Tl ---j CD fTl l>J ;:0 o S N Z fTl ::E -i o Z ;:0 o o o ..". Z fTl ::E -i o Z :::0 o CD CD ~o CD CD zz fTlfTl ::E::E -i-i 00 zz ;:0:::0 00 CD o N Z fTl ::E -i o Z :::0 o 00 0 NN CD N en z z z fTl fTl fTl ::E::E ::E -i -i -i 00 0 z z Z ;:0;:0 ;:0 00 0 o ~ o Z fTl ::E -i o Z :::0 o o l>J N Z fTl ::E -i o Z ;:0 o o ..". ..". Z fTl ::E -i o Z :::0 o l>J en < )> , , fTl -< )> < fTl 00 enUl ..".0 ZZ fTl fTl ::E::E -i-i 00 ZZ ~ ~ ~ 2xi < <)> <<<<)>' )>)>)>)>r=r:;; ~:=~:=fTl-< fTl [Tl fTl fTl -< )> -<-<-<-<)>< )>)>)>)><[Tl < < < < fTl fTl [Tl fTl fTl R> ;:0;:0 00 N CD N ~ ~ N N ~ N N N1-; NI___ :: n aJ aJ aJ aJ )>)> )> )> )> )> n )>)> aJ )> )> )> ',~:::o :J!;iiP [Tl;ii -i~ IJ] -i~ ~...,-:,~ ~~~ )> ....~)>~)> IJ] ~~~ -i X ~ [Tl0~ IJ] b o~ I' -0 I'~',,~ < fTl < IJ] 1J]~'xo~lJ]G)x:::OaJ:;;;;:::: LJ;:OaJ ~~fTl ~ n Q :::0 Q fTl IJ]Z-ZzlJ]:::O-O ~z 00 0 ::EfTl o aJ~~ ;:0 )>,G)~ fTl Cl )>c~::E~ r:::0 Z gs ::Ex ""r= 0 'O'-:[=' 0 '" < ;:0 -::E :::OaJz N:::O x '1 ,', u 00 u ,,0 0 -<ClZ IJ] -<aJCl)>o Z 0 )>0 Z'l '1 C xzc ~ fTl ;:oClIJ][Tl Z Zz ClP -i z Zz :::!fTl< -i_Z'l -i ,=1 uC~-i:::OUClIJ]O ~ fTl 'l fTlO fTl fTlr::: -g )> -< - ,;:0 aJ...,~ ~ :S:::o -i u c )> )> 0 IJ] 2:S u fTl 0 "f:. fTl 8 z ~ ~ b ~ ~ ~Q ~ ~ ~ gs : ~ ~ : ~ ~ g)> ~ ~ ~ 1J]0- ~ ~ ~ ~ ~ ~ 5 ~ ~ ~ I 0 ~ :r: '1 ~~ ---1 ["Tl X ---j 0 0 I'l r;1 n W :.t> f"Tl }> GJ fTl rl ClJ (;)> CD on ;2 Z c Z::t>C '1 U10\. R':::O .J>.I:, --oxO U1f"TlGJ 1J]-<~IJ]~..,..,oxfTlxfTlo< 0'.'0 -i )>IJ] -i < ri '\ )> IJ];;:;' )>fTl -iuulJ];:O j;;'-i~ u - fTl x2:S fTl)> '-i )> ,IJ]IJ] -i IJ] :::OolJ]C 0;:0 IJ] IJ]O< o [Tl 0 "f:.:::!-i '\~5b I::E lJ]~zOIJ])>aJ ~~ uZo' -i -i :::! fTl ::;:: ~:::o::;:: r:;; ~z .;,.~u~:=~:;;~~;:g~~~ '~aJ~;:g ~OfTl z-i Z ~gsz -< ~ g aJ"-:zg~:::OIJ];:O~ i:'i ~ <OIJ];:O ~Z~ ~~~ OX )> -1 0 ~f"Tl ~nfTl:if"Tl-o lJl fTl?<fTl~ .f>.1-=,~::::! .t>-I.....rrllf) ~ fTl" ~ < 0 )>:;; fTl)>r::!,;:O ;:OR> "'- Z;:o' z )>'::E:::! o IJ] z 0 fTl Z IJ] ~~ 0 IJ] Z j; :S S IJ] 0 fTl:S :;; IJ] Cl 'l IJ] Z ~ on~ R> u'- :::OuCl;:o~~ fTl, N ::E ~~ -iblJ] -i-iCl )> '1' )> 0 N6 - 0)> z ~ ~ 0 aJ 0 S8 u fTl S8 0 IJ] , '1 C , I IJ] Z:::o Z , ~IJ] IJ] Cl u fTl LJ fTl u;;; :::0 u fTlV ;>:; 0;>:; ::E ~Cl -in ,)>)>fTl I)> lJ]aJ:S IJ];:O :J!z -< aJ OfTl IJ]z IJ] z IJ]z -iOn -i~o -Cl ')> 0' -ifTl 0 -ifTl OXfTl 0 IJ] en fTllJ] fTl::E ::E u ~ UXfTl ~n~~~ / 8 ~ ?i~ ~ IJ] [Tl Cl [Tl :::0 L \ V '\/ l~ II h\, S~ I I \ I ~~ II ~ 0 I rl__ Cf)[Tl [TlX :::0- <Cf) _ -i nz [TlCl I T II 11 f: II II II II 11 11 ~ II ~ II ~ 11/ II 11 II -- I I V II II ~ / ~I ~ 11 I ~ -i I I S8 II II z lV ( ) I II 7~ I:::O co -iLJ 00 'lCf) 'l[Tl o ~ I ~ IJ] [Tl :::0 :S n [Tl Cf) [Tl :::0 :S n [Tl [Tl x IJ] :::! z Cl ( ) '--/\ o u o Cf) [Tl o ~ ~ [Tl x IJ] :::! z Cl [Tl 2:S IJ] :::! z Cl LJ )> ::0; Z o [Tl x Cf) :::! z Cl LJ ~ Z Cl ::E )> -i [Tl :::0 ~ )> Z ~ )> -i [Tl :::0 ~ )> - - ---+- - Z / -l -< -U m q ~ iJ m cg ~ )> -----, I '--/ L-J -----.J ~Cf)::Eu [Tl)>:::O :::O-iO <[TlLJ 0:::00 [Tl IJ] [Tl o .J.o ~$:~LJ )>)>:::0 ZM~ :::00 Cf) [Tl o DeSigned SRO Fieldbook X CAD Folder NEWTON ROAD H Scale Nt A Project :r' 10 '**' CITY OF 10 WA CITY ENGINEERING DIVISION Checked RRK CAD File: Services Drawn SRO VScale NA NEWTON RD WATER MAIN REPLACEMENT Date: Spring 2007 CD CD N N"'" zz fTlfTl ::E::E -i-i 00 zz :::0:::0 00 l>J Ul l>J ~ ~ ~ ~ R> ~ ~ c.: c::.: VJ c.: Z Z Z 0 Z n n n r::: n o 0 0 Z 0 ~ ~ ~ (") ~ o , )> Z < )> fTl < fTl :: r::: Z n o , Z )> < fTl r::: z n o , Z )> < fTl !:: z () o , Z )> < fTl )> )> )> < < < fTlfTlfTl )>)> aJ aJ N ~ N N n aJ aJ aJ () () ~~ ~~ V -Ii -Ii fTl)> fTl)> ;:0 n ;:0 nlst N N (IJ fTl CD fTl~ ..po. ~ :~Z~::~~~ o~bO _bbNN 'l-i gs:::! (J) 'l6~x O~;:O~fTl Z)>J Z)>O:::O;:O :J!"f:.~'o I'"f:.~Z:S ~ ~- CDfTl~Vio;~8 ~ Q I 0 I aJ ~ 0'''' l>J 0 u I I ""',7 ~,x)> , ;:0 '_ ,_OfTlCl I Z ZU'lI ~p ~P-l0-:j ;:Oc ;:OC :So <0 nZ OZ QCl QCl N ..". en en I :::! -i fTl I ZfTlCf) -iXIJ] OViS8:J! fTl:=l<lf) XZfTl ViClIJ]Vi :::!en)> Z 'u"f:. Cl)>-i(J) (J)(J)~ 0 )>6-i~ IJ]-iIO fTl:::O ZOCZ o fTl -i 0'1<0 ::E fTlZN-I o ,"0 O~ Z Z)>-i:::O Z-O ~1J][Tl )> Z Z -i (J) 0 1J][Tl rl~7 S8 ~ :S~ nZ [TlO / r/I ~~~ ,/ --i1J] ~Z[Tl-i :J--( ,----, :::0 Z Cl ( ) '--/ ~ LJ :::0 o LJ o (J) [Tl o LJ :::0 o LJ o IJ] [Tl o ::E )> -i " [Tl ";:D ~ :J:: Z Sheet Title ~ )> -i [Tl :::0 IJ] [Tl :::0 :": n [Tl - '\ o :2:C: ~I> =" g5'~, .? )> - -f- - L-..J ,-J ::'~_.,.) f',) o -;0:' .r:- (,) CO -----, ---, --"'- en r::: Z () o , Z )> < fTl )> o o :::0 fTl (J) (J) (J) fTl :::0 :S n fTl ~ N fTl ~ )> :::0--1 fTlfTl ~AJ -i)> () =is g If) fTl ~ fTl fTlAJ :=;~ n fTl If) Z o -i fTl (J) L l~ I:::O CO -iLJ 00 'lCf) 'l[Tl o IJ] [Tl :::0 :S n [Tl ~ [Tl 2:S IJ] :::! Z Cl LJ )> ::0; Z Cl ~ "'0 m ~ ~~~.~-, i I -., j SERVICE DETAILS S:\Eng\CAD\WATER\Newton Road\Plan Set Sheets\12 Services,dwg, 3/29/20074:40:34 PM, \\citynt\ENG_CANON (j) -" ::T I\)ffi. ~ ~ I\.) OJ ::2: ~ ml :0 roO m m :0 -t < )> (') U; m1 ~ "U m < fTl Al " -< )> r r VJ (J) < )> r r fTl -< )> < fTl N " ~~:5~ NOO ;; o<zr= < )> fTl fTl ~F~-< r fTl 0)> fTl -< Z < -< fTl )>~eJR> ~fTl Vl fTl Al S o fTl l,!? N fTl Vl 'D Al o Al N < <)> <<<<)>r )> )> )> }>:=M :=:=:=:=rr1-( fTl fTl fTl fTl -<)> -< -< -< -<)>< <fTl fTl R> )> )> )> )> < < < < rr1 f"Tl fTl fTl N to N - ~ f'VI-' = -< o -< )> 'D 'D Z Cl ::E )> -< fTl Al s: ~ Z : N-; : I'JI..... -I' 'D )> 0 0 Al (J) lJl G -I' 0 o Z Z fTl fTl fTl 'D ::E::E ~ 00 s: Z Z fTl "" Al Al 00 fTl DO VJ Al o o -I' -I' Z fTl ::E "" o Z Al o o -I' o Z fTl ::E "" o Z ;:0 o )> < Q o 'D C "" :::! Z o U1 I C "" S:Al )>fTl U1 'D )> ""r < fTl)> Q ;:On 0 aJfTl 00 'D Xz C r"" )> -< :::! o Z 0"" 0 :::::; 0 U1 Os: I Z)> C )> U1 "" r,:;j 0 U1;:O " fTl " ;:0 aJ _ SO z OX rrl. ~ U1 Z ~ on ::E "r)> "6 r ~~ ^ 1I1 ~ N N aJ no aJ aJ n aJaJ aJ aJ)>)> )> )> -i ;:0 -< -i o ^ fTl fTl 'D 1I1 fTl Al < s:n )>fTl Z'l , ;:0 o s: n ;:0 o U1 l,!? Z o Z fTl ::E o '1 '1 z l[J o fTl ::E )> r ^ 11__ II II I I II II II II II II II o II fTl 11/ II II II II II II II II II II II ~ II Z i/ ( ) fTl X U1 :::! Z Cl Vl fTl Al S fTl X U1 :::! Z Cl :;;;: )> -< fTl Al '-..-./ _________ Vl ::E 'D fTl)>Al Al-<O, <fTl'D oAlO fTl Vl fTl o ~S:::E'D )>)>Al --<0 ZfTl'D Alo Vl fTl o ::!1 CD "*' CITY OF 10 WA CITY ENGINEERING DIVISION -i I Vl Vl fTl ;:0 r S o n n fTl )> -i r fTl -0 o Zn -i)> ~ Sb ~ " ~ 0 < n)> )> :::!-i := ~ z fTl fTl -< ::E )> -i < 0 fTl Z R> VlfTl fTlX Al- <Vl - -< nZ fTlO Designed: SRO Drawn SRO Checked: RRK I ::E -< (J) Zn Z U1 rrll f"T1 f"T1 --l--l nfTl -<~n 00 U1 fTl5;fTlOU1fTl fTl 'D -is: U1-X :::! U10XAlaJ )>- U1Z-ZZU1AliJiOO aJZ 5;.C"l~~05;a5:::!::Ex S~ :<OZ U1,-<g;J~)>O Zn ;:oOU1fTl Z Zz Or 'DC_b;:O'D0U10 s: fTl 25 ~"', 'D i"i 25 R> b n ~ ~ C; 5; ;:;:{Z:;;aJfTl-i 'DO<I - o O~fTlU1 Z)> ZZ ~ Mx ~rrn~--l:t>rr1~GJ R>;:O "', S;S~ofTlll1~o C;U1U1~- C;fTl -i'D-oU1Al r-i-i:;;;: S:ZAlOU1C s:00 I - s:U1_fTlOU1)>aJ C'D'D ~ F C~~::E~l,!?~g;J j!fTlaJ^>-ez j!g;J;:OU1Al~' ~ (j) 0 . . rrl C rr1 --l rr1-o )>-iX fTl )>':::'PAl:< ;:OR> U1(ij -<Oll1ZfTlS 0 'D r=~ ii1 Al -0 () 5; ~ s: ,:;j ~ o ;::::jZ fTl 0)> - 0 n 0 U1 zO Z ;2 1I1 U1 Z 'D < -i'D l[Jo;:O -i n l[J .C"l)>fTl )>fTl aJ OfTlaJ lI1Z U1 r}> 0 r -lrrl fTlll1 fTl ::E ~ UJ'D IAl CO ""LJ 00 'lUJ 'l1Tl o U1 fTl Al S o fTl ~ ITI X Vl :::! Z o 'D )> S Z Cl -t -< "U m q Fieldbook: X CAD Folder: NEWTON ROAD CAD File: Services H Scale: N/A V Scale: N,A Date: Spring 2007 o VJ N Z fTl ::E -i o Z ;:0 o 00 0 N N 00 N (J) Z Z Z fTl fTl fTl ::E::E ::E -< -i -i 00 0 Z Z Z ;:0;:0 Al 00 0 o o -I' Z fTl ::E -i o Z ;:0 o ~ N Z fTl ::E -i o Z ;:0 o N N ~ NI-; )> )> n )>)> )> U1 -i b~ ;:OaJ Z gs ~~ o x )>0 ~ ZfTl6Z o U1~ 'D C 61118::2 z;:O Z(f)rr1=!z< -1rT'l 06::EZZ:'; 0;2 )>fTl)>OfTlfTlaJ n U1::E~U1~lJ~Q8 O~ bzAl,iJi 'l^s:lJfTl~ gbfTl VJ oaJ::EfTl () X ~ ~~1I1~ _ ~ 1I1 c..n . rrl-< ~~:E:j '2; ~ ~' )>1I1~ " ::E ns: =1bU1 fTl 0 ~ lJ fTl ~ 'D < ;:0 ~ )>fTl U1aJS Z lI1z -<On o -ifTl OXfTl ::E 'D U1 -i o 'D ~...-~ -i ,'D I' 'D -~8 r ~ro Z =:1 fTl ~8;; r r fTl -< )> < fTl 'D Al o LJ o UJ ITI o 11 'D Al o 'D o U1 fTl o \ \ \ \ \ \ \ \ \ J-l ( ) '\ ::E )> -< fTl Al s: ~ Z fTl X Vl :::! Z () ::E )> -< fTl Al s: ~ Z tOtO -0 0000 zz fTl fTl ::E::E -i-i 00 zz ;:0;:0 DO )>)> ~-~ ~~I= ~ ~ n ::EfTl N1-:> r= " r o " z'l ~~c oz n ;:00 fTlr lJZ r n)> fTl< OfTl Z "" o aJfTl ~~ U1 :::! Z"" OOfTl _zx .::.j.....f"T1 If) )>' :E g =1U1() SribU) 'DfTl lI1aJ;:O -io< S;Sx~ ~ UJ'D IAl CO -< LJ 00 'lVl 'lfTl o U1 fTl Al S o ITI ~ fTl ~ Vl :::! Z () 'D )> S Z () ~ "U m ~ 7 ~'l \J"c\ OS Project L Ui.\?, to o N Z fTl ::E -i o Z ;:0 o aJ 00 OJ N N-I' zz fTlfTl ::E::E -i"" 00 zz ;:oAl 00 )>)> S:Al )>fTl UJ'D -ir fTl)> ;:on fTl aJ 00 xz , r )>-< O-i oQo =:16S: "" Z C; I)>-i -r ITI UJ to ;:0 laJ VJo '---x -1',' .' \ NEWTON ~eYV..8\fE\:! ~IN REPLACEMENT ~ VJ lJl VJ -I' c Z n o r Z )> < fTl c Z n o r Z )> < fTl c Z n o r Z )> < fTl N aJ n aJ U1Z fTln Alr <c -0 n- fTlZ 1I10 S:Al )>fTl 1I1'D -ir ~i=; aJfTl8 OO'D XZ'D rfTl Z )>-<;:0 o 0 aJoQbdN o ,,"" x,,6s:;:o~ Z )> 0 ;:0 'li'~~zs 2?iJi_~n~ 6 'i'aJ~ U1 '<l VJ 0 lJ I ';::-,X)> r ;:0 ,_ 0 fTl 0 Z'D'lI ~p-i00 ;:oc so nz 0jo 11 'D Al o 'D o UJ fTl o ::E )> -i fTl Al s: ~ Z Sheel Tille ~ ~ ~ C C c: Z Z Z nnn 000 r r r Z Z Z )> )> )> < < < fTlfTlfTl - N N aJaJaJ ::E )> -< fTl Al Vl fTl Al S n fTl N -I' R> ~ VJ C o Z C n Z 0 n r o Z r )> Z < )> fTl < fTl (J) c )> Z 0 n 0 o Al r fTl Z U1 U1 )> < fTl (J) en U1 fTl ;:0 S n fTl l,!? N fTl n n ::2: )> ;:0-1 fTll'l ;:9;JJ -i)> n~~UI fTl s: I'l fTl;JJ 3:::; o I'l UI :::!fTl fTlx-< ziJi~ -i:::!Vl OZU1 ~~ OITl-< lJ'D g(J),~~ MM ~c~U) XX ZU1 ~ OZ~)> N mGJ---lC::; 1I1 'D '0 0 ~r;;:c'D'::;OJ sZl[J)>i':5 ~UJ~UJAl UJ ZCZ I ~ S"*' ~ fTlN"" )>0"0 Vl Z z~:::!Al o fTlO -ilJ rrlrz 0)>-< 03';0 Z' Z o -i fTl U1 S:::EfTl )>)>~ Z-<Vl fTl-i Al- Z o ~ (f)'D IAl co -i LJ 00 "Vl '"'lfTl o Vl fTl Al S o fTl ~ fTl ~ Vl :::! Z () 'D )> S Z o ~ "U m ~ SERVICE DETAILS q cj ~ ~ -i ~ ~ I r m ~;s:: "';s:: o~ O;s:: (fl(fl ~5:~~ (') (fl G) Ol- D_ ~~ ::;r- )> -Z 'Z C!Z o Gl I m ~ ~ ~ :E Z ~12. < ""C )> TI )>;s:: ~'25 ='='a:m Z m Z C C C Zc (O(CCO= Z -i s: s: s: ~s: c.(fl ~ ~.;;; m -< 0 ;0 , TI 0 0 0 TI @" ~ a.~)> N m 0 (jj (jj (jj cm n. -i~;C Z Z )> -i :;! -i -0)> 5' ~~~ (') om )> )> -i~ ::> <tl<tl(') Gl m :::EZ Z Z Z 00l ~ ,(') )> 0 00 (') (') (') , ~QO m m m m om iil' N'm < ;0 0 0 0 C! (') <tl 0 I ^ TI TI TI <tl C. m I @ I I I ,.., !" :-' I G) I (flo)><(')mz;s::o;s:: m I I-i;cmI'm)>;c)> )>::cm;c)>!::::E--- Z 'm~-iZO-iZ<z ';C"'OZ-iO-im-i m Ol:::ETI)>moz:!:::::E:!:: I m(jj-i'!:;cTlz~z JJ 5imO~~)>;c':"(flf) )> I m)>;czZ-iO:::E' (') I O-iGlmGl)>S:)> m r 'c;c,O':::E-< (fl Olm-m' -i (fl Z C)>T1<-iO;C -i 'rri~o~~~ 0 0 :!ii;czmmTlTl )> s:' m;S::~)>o r= --i )> :::E)> <)> m ;C --< m, en ^ ~Ol -i0 m Im Oz ;c (fl)> Gl / / / / PVj / / I~ / / / / / / ~ :( I\J C) I ~ / ;0 o )> Om :::Ez 00 ;0 ^ ~-- / ,..-..... r..;::-::'l "_.! C1 I\J C) I I\J P -~-, --;-] -c' -"'I.,.t. ,"-~.-',wl C.':) ~6 ',-J "",--~ .r:- - ~ :t; , ":> GJ 0 (j) ....... :r wffi. :2: " )> CD 1'0 ~ 1'0 CD CITY OF IOWA CITY ENGINEERING DIVISION DeSigned CLS Fieldbook: X CAD Folder: Newton Road H Scale: 1" ~ 30' Project: Sheet Title Drawn CLS Checked' SRO V Scale N,A NEWTON RD WATER MAIN REPLACEMENT NEWTON ROAD PHASE I (A) CAD Frle: WATERMAIN Daie 3/20/07 q r) ~ ~ of ~ I 0 w !" ,.. ~O:l><(") G) ~;::: :l>:t~~I~~~Cl;::: OJ- ~;::: 0;::: r ~m~-I~':'ii ;U:l> m Z -z !:2;::: ~ qZ (f)(f) m Ol~r-J(")z~-I~~Z Z ~ ~ ~~ ~ - cE~"'O--I m1ii21~f!lCl~;:::'ii~ c o Gl (") G) ;::: C :l>- :;; Z ~~: ~ ;3 I (f) m ;::: c Z;::: 5' -0 :l> 55mO-oN;U"Z:J>Z Cl ;::: (")C coO cEc5 a:m :l> " m m:l>;U:l>Z~2l')o'U3:l> :D ~ Cl m;::: CD - Z m 1ii Cl a.(f) ~ :;; = Z -I Z Cl Z :'ii' (") )> 1ii " iij'-I m -< . c!~mGl:l>;::::l> (") :l> -I cm a.;:::+lJJ , Ol~~ii\~:'ii-< 8l r Z :l> ~ -o:l> !1 -I~:l> N " 0 (") Z -IS!l 0' ~cn58 m C-l"<-IO-l (f) m (") Z ;;J Z Z >m>O~O~ -I Z m (") orc e. CD_~O Gl (") 0 m ~, m ;U;:OZmmC;;" 0 0 " 0 0 om iii' >~:l> Cl ;::: m;:::~:l>:!J :l> " q ~ Q Cl ~ -i " " Nom :l> :'ii~ <(") ~ CD CD ;U - m:l> a. 0 ^ ~rc -I' m m ~ Im 00 C/) (f):l> ~ ~ \j ALLEY A \jEN~E. , l! 00 ----- ----- ,', I . -n .~1 i J f ~.._.._.-1 , .. "-_/ 0-:'- (A) m~ CITY OF EN 10 WA CITY GINEERING DIVISION Fieldbook: X CAD Folder: Newlon Road CAD File: WATERMAIN NEWTON RD WATER MAIN REPLACE MENT NEWTON ROAD PHASE I (8) S:\Eng\CAD\WA TER\N ewton Road\PI an Set Sheets\traffic control.dwg, 3/29/2007 4:40'48 , PM, ENG CANON Ledger.pc3 q <i oj ~ ~ ~ I ~ '" !" :-" ~O)><() G) (j};; ~;; )>:i~~:cp:lffi~cn: z 0:S::: s;2:S::: r Fm~~~6:2E-:::!~ m ~ z ClZ UlUl m ;0""- ~z<z Z ~ ~S< ::T - c5~"'O-4 OJ:2E:!l()Z~O~m~ e e ~ ~ ~ ~ -S' a -< () Ul G) ~Ui f::p:lClZ~:2E~ m :s::: )>- :c :s::: e z:S::: ~.~.~~ )> UlmO"CN;U."Z~Z :s::: oj' -0 )> ." m :0 Cl ()e tOO e3)>;U~z~i3~Ulf) Ui Cl m:S::: CD - Z m Ui Cl a.Ul ~ :l; = Z ~ Z . c!~mG))>:S:::)> () )> ~ Ui ." ~.~ m -< )> ~ c..;::+tD )> ~ em ~ ~::T)> r- ." 0 OJm~~F:2E-< ill r Z )> -0)> N (') Z c' ~s.95 !;2 e)>"'<~O~ Ul (') Z ~S!1 ::l Z !;rri!;1'5~O~ ~ Z m (') OOJ m S. CDz ~ () G) () , 0 0 m ~r- )>-)> m ;o;:ozmm~::1 0 0 ." 0 om iii : Q 0 0 :s::: m:s:::!Jl)>- )> ;>.. \IE.N~E. ." ." q n N'm ~ ?O ~~ ~~ F -I \I ;>..LLE.'< CD CD 1'5 m a. ~ ~~ 65 m en Ul)> tj , o --- ~~I~ o CITY OF IOWA ENGI CITY NEERING DIVISION Fleldbook: X CAD Folder Newlon Road CAD File: WATERMAIN \ L / NEWTON R D WATER MAIN REP LACEMENT ~ NEWTON ROAD PHASE I (8) q ~ oj ~ ~ ~ ~ I ,., !" ,.. G) UJO:l><omzs::os:: m I-I;umIrm:l>;U:l> )>Im;U:l>C::::--- Z 0 rm~-IZO-lZ<Z r r;U"'OZ-IO-lm-l m m Cll::::-n)>mOz~::::~ mUi-lrC;u-nZ?<Z :IJ ~s:: 01S: ~s: os: (J)(J) ~s:a~ 0 (J) G) 55mO~!:::!:l>;u':"(J)f) )> 01_ 0_ 0_ 'Z ~~ :;r- :l> -z CO!Z o Gl I m m:l>;UzZ-IO::::' 0 ~ ~ ~ :;; Z ~"'2. < ." :l> -n O-lGlmGl:l>S::l> m r ~~ S. ." ~c5 ~~ Z m Z 'ai~=~:=::::~ ~ c c c Z -I .. s: s: s: Oc <00 '" :;; - -< Z c.(J) m 0 C:l>-n<::!O;U -I -lIB 0 0 0 mS: =;' -I ~g~ r -n !j;:r;g;Os:i2~ 0 0 Ui Ui Ui -n <1> E;! m ~S; n. -I~;U Z ;U;UZmm-n-n :l> (Jl -I -I -I is' ~ ~~ Z 0 s:' mS::~:l>O r ~ 10 :l> :l> :l> Gl 0 -~r Z Z Z -I~ ::J <1> (1) 0 m :l> :::::l> <:l> r m 0 0 0 OCll ~ ~&Ei 0 ;U --< mr m m r m ^ ~Cll -10 (J) m ~m Oi -~. m < 0 0 0 CO! '" <1> 0 m Im Oz -n -n " (1) c. ;U UJ:l> Gl - m @ ~ <: I \- ~ I ,~ 1 m z ~I " 0 <: to ~I ~ I (Jl I 0 I I~-r j t::i _.1 <: ! m I z " I I <8> -r 10 co ~ m I Z ru " p .------ I~ - @ \ - .------ - .------ - . L------t<( \- ,~ " ~i ~I ELLIOI DRIVE. l 0( , I\J I~ ...~~... t- ~ <: ~ ;u 'f' '" co ~ ru p ~ - -C---<<l m z " ": ELLIOl DRIVE co ~ ru p ~' \, \, <: ~ -.,onpz p-.,o<+o n '1 <+ S' Z::S <+ 11) col1)l1):5''' :e "l 11) -I p<+ :5' V1 0 0 V1 -. ::s -., 0: V1 !9- AJ <+ ~ ~. oQ.:5'pCO :e 11)-::S ~ ~ -. ^ <+ Q.::SOo <+::s < ~ 1:> PV1<+11) -11):5' IOn 11) 0 '<~zn 1> 0 r'l P <::s <+ 11) 11) - Q. ...~~- t- ~ <: ~ "! o o Q~ I :B I ~ ~ (j) ---10. OJ' O1ffi :2: Tl )> CD r\) '110 r\) co CITY OF 10 WA CITY ENGINEERING DIVISION DeSigned CLS Fleldbook: X CAD Folder Newton Road H Scale: 1" 50' Project Sheet Title Drawn' CLS Checked SRG CAD File WATER MAIN V Scale: NA Date' 3/20107 NEWTON RD WATER MAIN REPLACEMENT NEWTON ROAD PHASE I (C) q 'i oj ~ ~ ~ @ I r m ~s: U1S: ~s: os: C/lC/l cg:g~~ () C/l G) U1_ D_ O_ ~~ ~Gi I ;I> m .Z .Z QZ g~.a ~ ;I> " :ii: :ii: :ii: :;; Z Z m Z ;l>s: ~';g COCOC'O= -i C C C Zc Z -< s: s: s: ~s: a.C/l Ql:;; - m 0 5.S:~ ,- " 0 0 0 =;' -i N m Ui Ui Ui " Cll -i~;o Z cm n. '< Cll ;0 Z () -i -i -i -0;1> 6' '0 "" _ G) m ;I> ;I> ;I> -is!1 :J CllCll() Z Z Z oto g, ~&Ei 0 () () () ,- m m m m c;m iii' -j;!' m < 0 0 0 Q " Cll fi " " " Cll a. m !J.> rv C/lO;l><()~-oOZOS: I-i;omIO!j;:toO;o;l> ;l>Im;o;l>;o()-i-o<Z r=gJN~~^m~;I>m-i to~,,;I>mOOm~~;e: mUi-i'-!::z"OZ::(Z CmO-o~!::O"G)C/l;l> f{i;l>;o~ZZ;o;oC/l' g O-iG)mG)()-iO- m 'C;o,-OOIS:G) C/l tom-m!Zm-iZ C/l C;l>"< OIC/l -i '-n:l!j;:fi~cms: 0 ;I>;ozmm;o()C ;I> ;0, mS:' ;I>=lC/l ,- s: ;I> ::J-<-i ,- ;I> ~-< O;l>to ;0 Oto zZm f:j -iIm 00 ;0 C/l;l> " o -P>- o (f) ::2: :!1 ~ ::y )> iil <J) (l) $P. f\) 'lj, f\) ()) CITY OF 10 WA CITY ENGINEERING DIVISION ^' '" I P 0 I I :( ru CJ I "" OJ :?: G) m z m :0 )> r Z o -I m en Ie I 1<& =r I 09 v D1-S dO] M"cL DeSigned CLS Fieldbook: X H Scale: 1" ~ 40' Drawn CLS CAD Folder Newton Road V Scale N,A Checked SRG CAD File WATER MAIN Date' 3/20/07 ProJect: NEWTON RD WATER MAIN REPLACEMENT NEWTON ROAD PHASE II (A) , tD ~------ ----------------. ---------- ------ ~ o ;U ^ N o Z fTl ~ II "- J o [ ()S!1 ,-0 om C/l~ m;l> 0'- ^ r I--l Z D n 000 r Z l> < fTl Z C fTl h~ r--'-~, -on ~ .' r,) C) :g ~ \" 'Tj ... '" ;._-;-: ~~~:': )> C,,, C) v "--'1 '..J .r.:- --- Sheet Title - q rj ~ ~ of ~ ~ I '" N ::0 G) )> om ------- (f)O>-<O~-OOZOS:: m ~Z ------- I-;::omIO!j;:alO::O>- Z )>Im::o)>::oo-;-o<z 00 ------- r r::m~::!Z^m~)>m-; m ::0 ::ONOZ Z::o~>- al~-n)>mOOm^ - ^ m mu;-Ir-Cz"oz~Z :D ~ ~s:: 01s:: ~s:: OS:: (f)(j) ~9:~~ 0 (j) G) 55mO~~;;O"Gl(j)f) )> NEVvrON R ------- 01_ 0_ 0_ ~~ 5'Gl I )> m m)>::OzZr-::O::O(j))>O r oi~~, ' 'Z 'Z c!z 3.~' ~ ~ )> -n O-;GlmGlr--;O-Zm ~ ~ ~ :;; Z Z m Z ' e::Or-omIS::GlO(f) e e e >-s:: ~.~ totO CD = Z -; alm_m-<m-;z>-(f) Z Ze -< e>-"<>-OI(j)r--; OAD s:: s:: s:: his:: a.(j) Q):;; - m 0 0 ag:~ r- " r-rri!j;:(5<ems::r:;;o 0 0 0 -n ~. --l E;! m 5J::ozm[Tl~Qe-<)> (ii (ii (ii em U. -I~::O Z ~ '< ct> ::0 Z 0 s::' m~ ::!:!~!Ylr:: td -; -; -; -0)> 6' '0 "" _ Gl m >- >- >- -;S!l :J ct> ct> 0 m >- ~-< O)>al co Z Z Z ~sEi 0 en co 0 0 0 Oal ~ m ::0 Oal zzm r- f;j :tm 00 52 m m m om iil' 4~. m < 0 0 0 C! () ct> (5 ::0 (f)>- " -n -n -n ct> a. m o~ ;:0 rO \.0 om I (J)~ \.0 m)> ------- or ^ ------- ------- ------- ~ ~--- ;:0 \.0 I \.0 ""U I )> en I m ::0 ClI 0 I\J )> ~I om ~Z :;;: 00 .-.... I\J ::0 )> CJ ^ I --- )> 0 ::0 < B CI 0 I\J )> )> CJ om I ~z Z I\J 00 p ::0 () ^ . m ~z td . . 0 o 0 td 3 CO . - :E =r--i CD =r- CD (ii' )> :J (j) I a. -, (Q @I ::u Q,:J -- :Y 00" Z CD = r~ "m CD CD :-' - :;;: C I .j>. (/) I I--l C'l . I td . ~ l> t -< ~ C\Jl f'''~_) "'U I 0 0 )> ~ (~~ B en m LN LN .-.... 0 0 )> --- (f) ~ :!l -'- ~ )> CD <D --..J S8. I\.) * I\.) CXJ CITY OF IOWA CITY ENGINEERING DIVISION DeSigned: CLS Fieldbook: X H Scale 1" ~ 30' Drawn CLS CAD Folder: Newton Road V Scale N.A PrOject Sheet Title NEWTON RD WATER MAIN REPLACEMENT NEWTON ROAD PHASE III (A) Checked SRG CAD File: WATER MAIN Date' 3/20/07 S:\Eng\CAD\WA TER\Newton Road\Plan Set Sheets\traffic control.dwg. 3/29/20074:41 :03 PM. ENG_CANON Ledger.pc3 q ci oj ~ -I ~ @ 1 w '" c" ::0 )> G) om -------- (j)O)><()::i:"Ozos:: m ::i:Z ~ I-i::umIOS;:OlO::O)> Z 00 )>Im::O)>::u()-i,,<:z -------- r :=~N~~^m~)>m-i m ::0 Ol::i:-n)>mOOm~::E;E: ^ -( -------- m mCii-ir-!::z-nOz:!<Z :0 NEWrON R ~s:: U'lS:: ~s:: os:: (j)(j) cg:g.~~ () (j) G) ~mOj;~};O-nGl(j)f) )> U'l_ D_ o- ~~ ::T- I )> m)>::UzZr-::U::U(j))>() -Z -Z "<Z o Gl g~.~~ )> -n m O-iGlmGlr--iO-zm r ;: ;: ;: )>s: :< Z z m Z ' e::ur-omIS:GlO(j) ~ e e e ~';g <Occ CD = Z -I Olm_m-<m-lz)>(j) Z OAD ~--------L- s:: s:: s: Ze OJ:< - m -< 0 e)>-n<)>OI(j)r--I ~~- -( iris:: a.(j) 5.s:~ r- -n r-rriS;:C'i<ems::r;;o 0 ~/_~-~"- 0 0 0 ,"' -I N m Cii Cii Cii -n <1l -I~::U Z ~::uzmfT1~Qe-<)> -; -8 -ttl'--J em ~ '< <1l ::u Z () s::' m~ :j:;!~~:= -i -i -I ,,)> 6' 1J:::!l_ Gl m )> )> )> -I!::Q :J <1l<1l() m )> ::i:-< O)>Ol 0 Z Z Z ;';&13 0 \) 0 () () () OOl ,., m ::u Oco zzm en r- f;\ :rim 00 m m m om '" =~. m < 0 0 0 "< " <1l C'i ::u (j))> -n -n -n -n <1l a. m --~ /1'\ "U I )> en m , tl::J ~ < )> r r m -< ~ m z c m I C11 ~I I I ::0 o )> om ::EZ 00 ::0 ^ ...-... )> ""-"" ;:0 -;:0 1_ rul o ru o +1 )> o < )> Z o m o ~ )> ::0 Z Z G) :( ru C) I :C 8 CI ru C) I ru o ::0 o )> om ::EZ 00 ::0 ^ -------- o~ ;:0 rO \D 0 m I U> ~ \D m)> oS;; ::;'2 o 0 3 CD 5'-1 (l) ::r (l) Cii' 5. f:2, OCO _::1 -- :f en" (l) = If i , tl::J , ~ ttl . I I 01 -------- -------- ~ -------- ----- ~ o~ ;:0 rO 'f g ~ \D m)> o~ \ -------- :( I .j>. "U I )> en m o @ ...-... )> ""-"" LN o 62 :11 \.ld oS lBul en .-.. :::T ---Jffi. ~ :!1 )> CD N "" N CO CITY OF IOWA CITY ENGINEERING DIVISION Designed CLS Fi~d1)6<\k H H Scale: 1" ~ 30' , ---' Drawn" CLS CAD Folder Newlon Road V Scale N.A Checked: SRO CAD File: WATERMAIN Dale' 3/29/07 Project: Sheet Title NEWTON RD WATER MAIN REPLACEMENT NEWTON ROAD PHASE III (A) , . .' .. ~ I 0 q <"j 01 ~ ~ ~ l8l '" :-' G) enO:l><oos: m I-t;omI;O:l> :l>Im;o:l><z Z r ~~~~~m~ m 1ll:;E,,:l>m:;E;1:: m m--trr:l>Z ::D G) eenO-oN-<:l> ~s: "'s: C;~ os: en en ~~~~ :l> 0 en enm -eno )> ~ '" - 0_ ~~ 150 ;0 I :l> m:l>;o~Z:l>O -Z -Z QZ m r 0 ~ ~ ~ :;; Z g~.~~ ;0 :l> " O-tGlmGlzm :l>s: ~';g 0 Z m Z ' e;orOoen e e e Ze (Q(O CO = :;E Z -t III m-m:l> en Z s: s: s: g: ~, 0; m -< 0 e:l>"<r-t ~s: a. en -0 r " rr;:j!;c=q;:;o 0 0 0 0 " =;' -t Q.S:::t> :l> N m /--~- en en en (0 ~...,::u Z Z ~;oZm-<:l> -i em >l. z -t -t -t -o:l> 5' "'C~~ m 0 s:' mS:~F :l> :l> :l> -t~ :J (0(00 r Gl m :l> :;E:l> m Z Z Z o III g, ~&E; 0 ;0 --< en --------- 0 0 0 r m ^ Olll I m m m c;m Q) -F3- m < m -tm / 0 0 0 Q (') (0 (') ;0 175:l> / --------- " " " (0 a. m ;-- I I I -------- ------- / "" I Ul / I 0 / 0 3:: ;0 >-< Cl 0 Z ru )> 0 om I :;:z ru 00 / " ;0 ^ lJ / / I )> / / (f) U1 m 0 I 0 < 3:: C I >-< / <@>L~ z U1 (f) <:> ~ :( lJ / / I .j>. I 1 I - r\J )> / G) (f) / I I m / ~ 8 Ul 0 / 0 < " / BOp Sia (J) / ~ 0"00 / < (/)W 10' "lJUl I / l> , / ~3:: ru / Zl> ~ C'IX U1 /~ 3:: B p :J II :% <+ p :J /~ ()~ rO /& Om / cn~ ;0 m)> / Cl 0 ,/ ~ or / ru )> ^v 0 om I :;:z ~ ru 00 " ;0 ^ U1 7 U1 <:> ~ ~ Z ~ C 3: c (/) \ II "\ \ T ;0 o )> om :;:z 00 ;0 ^ ;u o )> om :;EZ 00 ;u ^ :r: I--l C'l :r: ~ J> -< I "',\ S"w \ Cl ru o I ru C1 r\J C) I r\J o r._.~, c.-:-) C...:J -.J Q:l> ......, -,-,- ~ lit , , r',) o :::! :-Tl .r::- (.,-) (f) ~ :I1 --lo. ::r )> CD <D ex:> 9l. I\) ~ I\) 0::> CITY OF IOWA CITY ENGINEERING DIVISION DeSigned: CLS Fieldbaak: X H Scale: VARIES Drawn CLS CAD Folder: Newlon Road V Scale NA Checked SRO CAD File WATER MAIN Date: 3/20/07 ProJect: Sheet Title NEWTON RD WATER MAIN REPLACEMENT NEWTON ROAD PHASE IV AND V S:\Eng\CAD\W A TER\Newton Road\Plan Set Sheets\traffic control.dwg, 3/29/2007 4:41 :08 PM, ENG _CANON Ledger,pc3 I )> ;0 () <0 OIZ ~ rmo)>zo q <i oj ~ ~ ~ ~ !" ,.. ~~~;':erri G) 0 -I;o;o-l(J).. IZoO:E~ (J)O)><()O;': m mmrc..>Glo I-I;omI;O)> ;oO;,:-oI;o )>J:m;o)><- Z Ibe:S:~^ rm~::!zm~ o (J) )> r r;oI\.)()Z~)> m eZ-I-I-<fg m ~~~~PJ)>z :D ;ooro;E"'D G) e(J)o-oN-<)> ~;om(J)(J)e ~;,: <n;,: ~;,: 0;': (J)(J) ~s:a~ )> () (J) (J)m _(J)() )> ~Airri~~ <n- o- 0_ ~~ :7 - ;0 I )> m m)>;o~z)>() r -Z - Z ~z o Gl g~. 5: ~ ;0 )> -n O-lGlmGlZm r;,:;,:rz ~ ~ ~ :;; Z 0 z m Z ' e;orOO(J) LN oo-orGl :( e e e )>;,: ~'25 (Cecco= ~ Z -I rom-m)>(J) Z 0 ;fl~o;;!; ze -< fL) ;,: ;,: ;,: ~;,: 0.(J) '?5 ;1;, Oi m 0 e>-n<r-l 0 ;oO~~Z Cl -0 r -n r-lroro 0 0 0 " -I a.:;.)> )> N m ~~~m~)> )>)>;0 m I (Jj (Jj (Jj -n (1) -I~;o Z z -I :::!z-<-o;o em n. Z -I -I -I -0)> '<(1);0 m () ;,: m~~:= oO-l!;m 6 '0:0_ r Gl m m Ul )> )> )> -ISQ ::J (1) (1) () )> ~-< Z ~()O Z Z Z oce ~ ~&Ei 0 ;0 Oce (J) o -nm~ 0 () () () r m ^ -1m e -n-n-l 0 m m m ~m a; *~. m < ~ iJ5)> ~ 0256 0 0 0 ~ " (1) 0 -n -n -n (1) 0. m Gl ;,:Z 3: I ---------- I---< I Z / ---------- i-- I :( 0 I I -.............. - _ fL) ~..,.. / -.............. Cl -4.. I / / ~ / Ul 0 ~ / 0 Cl 0 / r\J :l> 0 om I :;;z I 3: -f:::. r\J 00 >--< p ~ I 0 / / Z ^ /""0 <@>,L~ / / I :( ::t> .j:>. I / (f) fL) / / m I Ul / < \JJ> 0 / C J>/O 0 / U1 (f) Z /0 I <:) r'lD 3: ~ r C--,-- om -. ""0 / 3: I Z - I / Z - 0' TO 250' - / 3: G) (/)w ::t> c \JUl 3: I J> , [\)1 en / ~3: m / ~ ZJ> ~ C1X Ul < / " ~ 3: -. ! BOp --I :;0 Z / Sta :::- 01--00 c: - Ul m :;O~~ a / 10 :ZC--I W I ~~j: 3: --J Gl :z -. / ~ m Z ttJ 0 / 0 a / n ---l J> / \J / I rl / I /0 3: 01 a p a / :5 / <+ / p :5 I ()\ I ~ tj ()~ / ') ""'(/)(O / < 10 rO ---l\JO (() '.D Om -<J> ' I (J)~ :Dn3: ::E '.D P m;t> / '-/I---<J> "< or / ~X ^v , ~ W,\t\('",\ \j I 'J \',.,) 1 \ I '\ ~ Cl 0 r\J :l> o om \ , 'JR...," ",',':'.~'~ \ )\., Li'?\; " i .- ., /.....-'-. >( r\J o I / 165 1>( I U1 <:) <:) 3: - z :i e 3: c (I') I ........ C'l I ~ J> ;;0 T a -< CI 0 0 fL) )> (]'I Cl om I ~z 3: fL) 00 ..,.. -. 0 ;;0 (\}> Z ^ CITY OF IOWA CITY ENGINEERING DIVISION -1 " (f) --'- ::T cpffi ~ :!1 )> co I'V '**' I'V (Xl H Scale: VARIES Project Sheet Tille Drawn CLS CAD Folder: Nevvton Road V Scale N.A Checked: SRG CAD File: WATERMAIN Date: 3/29/07 NEWTON RD WATER MAIN REPLACEMENT NEWTON ROAD PHASE IV AND V S:\Eng\CAD\WATER\Newton Road\Plan Set Sheets\Erosion Contrl.dwg. 3/20/20072:34:36 PM, \\citynt\ENG_CANON N O-o::;;:....,)>Cl;:::C-o O;:or=I'l....,;:OCZI'l ZI'l,;:::o)>'-O;:O (/)(/) -0 00)>;::: ""'I'l-oI'lZZI<)> ;:O;:O;:o;:O'=(ClZl'lz c<o)> Clol'l ~1'l;:::~....,U) )>z -<O;:oI (/);:0"'" OI'l""'I'lOOII'l ZClI'l. (/)O)>)>~ ~Cl;:::I'l;:::r=(/)1'l )>I'lo....,-o CDg ::!;:OU)~MCD-<Z 0;:::""'1'l--11'l Cl ZZ~(/)I'lo~)> z~I'lO OI'lZ 6 '1Ul;:::gO "')> -oz :;oZZ-<::::1'Cl-o I'l)>o~o~. ~ Gjzo;:o I'l'lZ or:: ~oSd::! z-o;:::::;;:)>)>--1z or)>I,'1r=Cl --1)>--1I'l'--1- zl'lZ I'lNO Z--1 CD;:OZ'I I'l 0 I'l Cl I'lClO ::'J)> O;:oZ -oz)>r= 1'l00 C;;:)>Z o::;;:=i z'o '1--16 --1 OIZ I'l ;:0 (/) 0 G-JN --1z(/);:::r;:::Ul)>-O)>O--1...., 1'l,r=c)>c--1--1~Z<I'lI ;:::1'l--1,~'6i,ZOI'l;:::1'l -0--1 0 0_ ;:0-0 O(/)'1IOIr::~ZI'lUlOC ;:0 I'l-O-NUlI'l;:O-;:OUl )>)>ZZ zl'l--1ooo)>1'l ;:ozoClZClo (/)z;:o -<Ol'l ~z N(j6 -<0 I'l;:o CD~ 0 '1 )>CUlXCO-< Z~Ul Z(/)I-o 00 I'lI'lUl OI'l)>o~C;;:--1)>O::;:;UlI'lr= -oor=~6--1~U;2 --1S2--1 I'l)> ozSd-o' ;:o80fi'l ;:OUl~)>)> o""'_z ' S2 S;o ;:oo:i~~Z(/)~;:::o Z =i 5i ~ ::! )> ;:0 )>:;d , C _I'l I'lol'l(/):::::z-<)> c-o, ZIO' --1 ;:000 ol'l --1 -<~(/)I'l---10I;:o o '.po.I'l)>(/)-Ozo oIb 1'l(/)20zCl(/) ;:Ol'l 00 Z--1.- )>0;:0 )>ZUl;:O;:o 0 z^ -<ClICD)>OUlZ )>Ul-o (/) )>1'l0,0 Cl;:O ,o::! OUl 1'l)>0 '1~,,,,<UlOO ,--1 ;:0 -""=il'l-O Ool'l 0 CD;:O-<OZ^ =iZ~ ;::: 1'l~_~Cl(/) oCl6 --1 Ull'l)> ~ Z I bZ~6 (/) I'l;:oO 'C:;; --1 ? / ~;:O--1Ul....,O)> -oI'lII'lIO' ,~I'lS2~Zr ~O-O~ ~o I'lz:::gz~oO Z~;:::--1Z--1~ --1CDI'l(/)~--1;:O )>, -I)> ::!I'lO'lN 0 o o;:OI'l~--1 Z'IZOUl;:OO 0--1S:: ;:0 0;:0;:0 1'l0Ul '1 )> , 0;:0 -0"'-- 001'l I'lUl ,0....,)>Ul;:oC 0;:::0:::::6)> CD o-o;:ozz::!o )>, Cl 00 ')>(/) )>Zz zI--1Z ...., OO)>Io-;:O ;:O1'l'1'l z)> g , -0 0 z)>CD-o;:o)>"", )>ZI'l;:OI'lS::o zo 0<",;:0 o LI'l-""Ul I'l I'lZZ (/) O--1ZUl , --1 (/) I'l I , ;:0 )> , , -0 I'l ;:0 s:: )> Z I'l Z --1 (/) ...., )> CD , N )> ::! o Z -0 ;:0 )> o ...., o I'l (/) , . .' .. m :D o (f) o z () o z -; ::D o r "1J s;: Z o ~ ~~;:1ji o OZO o ^O-o _1Tl 0 OITl~ ::::0::::00 S~(f) IOI ITlZ--l ::::0 ~~~ --J CD --1 I'l ;::: -0 o ;:0 )> ;:0 -< (/) --1 )> CD r:: N )> --1 o Z -0 ;:0 )> o ::! o I'l Ul N 0 .po. 0-0)>)>)>00)> Cl 0--1-oUl)> --1;:0-0 'OZZ 0 ,01'lr=--1 IO-oZ';:::, 0 ~CD:::g--1)> Sd~25~;:::;:g-<q 0 ;:O1'l;:::'1;:O o -0.--1 )> I'l I'l '1 I ZCl~I'l~ 1'l--1;:O --1--1Z0 0 ClZI'lR(/) Z(/)-OI'lI'lO:;o C z:;o o )> :;0 C--1 (/) )>_ I'l::;;: ,(/)--1:;O)>--1Cl I'l zZO OII'l~,II::;;: ^ OCl'l~~ Ul)>O;:oUlI'l r= I'l ~r=O'=(UlL-o' I'l ClCl)>)>;:O Z --10;:0 -0 ;:o;:o;:orl'l !'lCD--1 omOm Z C)>I'l';:o 1'l;!::;:::;:O' ol'l Cl mS2Gjmc Z)>1'l C mz I'lz ^I'lZO 0;::: ZCl--1 0 I'l;:OZ --1)> Cl. 0-0'1 -o(/)I'lO UlO I'l ''I --1' ;:0 Z I'l OXCDf) - Ul ;:0...., C'I)>=i I'lo -oOl'll'lo Z ZI'l 0 Sd~oo~ 0-00 CUl )>)>- 1'l0_::;;: ::5...., ::!::!~F:;::: ;:O~Zr= 1'l0 OOCOO )>05--1' o~ ZZ;:oz< (/) mClI'l ,Im --1 ' 0 I'l 25['l~1'l 00 ;:00--10 0;:0 Z I'I J ^ Ul -ol'l'l '1 I'l =i ;:0 ~ 0 -0 I'l 6 --1 --1 .I'l ;:0 ;:0 Z N '1;:::O::;;:....,'1--1CD(/)::;;:O O)>....,)>I;:OII'l-o)>O ;:0-< I (/)I'lOI'lI'lI'l(/)z I'lI ;::: ZOIO OCD;:OOI 0 ::;:;0;:0 --11'l C)>--10-o-CI'l I Z....,;:OIZ;:O~--1--1 I'lmo 01'l01'l, I'l :;O;:oz)>1'l :;o-OrO OI;:OZ(/)I'l)>-<;:O--1 )>^ 1'l1'l=i....,;:O ;:0 -o1'lS;)>Ol'll'll'looC -oZN(/) , Ol'l-O ;:0 )> -0 )> (/)(/)^ OC;:o::;;:;:o Z--1G')O(/) -O-oor=o OOZI :::g 0,0 (/);:::)>5J~ )>)>C C ---1Cl' --1z(/)mo (jZI'lI'l' I'lo 1'l--1 ;:o~O CC~O'l S::N)>Q~ Ul(/)UlU);:O l'l;:Oo 1'l1'l--1-o0 ::;;: I'l )> (/)OI'lOS:: )>O)>~, , Ul --1 ;:;1 0 (/) Ul 5 O;:::I'lI ;:oZ::;;: ::;;: z~ol'l ~IOI'l --11'l 00-00 I;:OOO U)--10Z 1'l)>'10 0 IO...., ')>Z ICD ;:00 (/)(/)(/)0 )>I'lII'l - ;:0 ;:0--1)>--1 ;:;10 I'l Cl::;;:<1'l ;:0 --1 I'll'll'l_ I'l I'l Z Z CIl :2: ::!1 ...... ::r )> ro <1l <D 9a. f\) '*" f\) ex> o o o Z o ;:0 I'l --1 I'l ::;;: )> Ul --1 I'l (/) c U) :r G) :r ~ --< (J) - -----..... --- ----J I / ~ 3nN3^ V JlOOM Project' Sheet Tille CITY OF IOWA CITY ENGINEERING DIVISION DeSigned SRO Fieldbook X H Scale 1" ~ 100' Drawn SRO CAD Folder NEWTON ROAD V Scale N ,A Checked: RRK CAD File WATER MAIN Date: 2/22/07 NEWTON RD WATER MAIN REPLACEMENT EROSION CONTROL PLAN ~ I(- (1 , .......' c;[ Prepared by: Sarah Okerlund, Civil Engineer. 410 E, Washington St., Iowa City, IA 52240. (319)356-5149 RESOLUTION NO. 07-76 RESOLUTION SETTING A PUBLIC HEARING ON APRIL 3, 2007 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NEWTON ROAD WATER MAIN REPLACEMENT PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 3rd day of April, 2007, 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 20th day of March ,20 07 G?-u,J~ ;) ATTEST: ~~..?~~ ~A) CI LERK # Approved by P------ i/.vo? City Attorney's Office pweng\masters\newtonrd ,doc 9/99 Resolution No. Page 2 07-76 It was moved by Bailey and seconded by adopted, and upon roll call there were: Vanderhoef the Resolution be AYES: NAYS: x x x x x x ABSENT: Bailey x Champion Correia Elliott O'Donnell Vanderhoef Wilburn NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE NEWTON RD WATER MAIN REPLACEMENT 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 Newton Rd Water Main Replacement Project in said city at 7 p.m. on the 3rd day of April, 2007, 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 Printer's Fee $~ ~ . '3 ~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID #42-0330670 I, Diana Becicka, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper \ ,time(s), on the following date(s): ffin~A~U 1J.:bJ1 Legal Clerk Subscribed and sworn to before me this ;;L~ day of A.D. 20 () + ';;L~~ - ~otary Publi~ UNDA KROTZ 7' ~ CofMlIs8Ion Number 732619 . . My Commission Expires ,j J8nU8IY 27,' 2008 f' OFFICIAL PUBLICATION NOllCEOF PUBUC HEARING ON PI.ANS, SPECIFlCAllQNS, FORM OF CONTRACT AND ESTIMATED COST FOR THE ~N, , ',' , ,lfUHE , ' Ct1YOF OWA C, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND. TO OTHER INTERESTED PERSONS: Public notice Is hereby, given that the City Council of the City of IOWa City, Iowa. i will con-ducl a publiC hll8ring on plans, specifications, form of contrac:t and esti- mated cost for the ,con-struclion of the , Newton Rd WaterMajn Replacement Project in said city at 7,p~m. on the 3rd c:tay of i\pril, 2007. said meeting to be held in the Emma J. Harvat Hallin the City H!llI,410 E, Washington Street In said. city. or If said meeting Is cancelled, at the next meeting of the City Council thereafter as posted by the City CierI<. Sald plans, speclficattons. form of con- lrac:tand estimated cost ara now on file in the office of the City Clerk In the City Hall in Iowa CIty,I~, and may be inspected by any Inter$st.ed persons. Any IntereSted, persOnl! may appear at said meeting of the City Councll for the purpos~ of making objections to and cotnments concemlng saki plans. speclfl- ca-tions, contrac:t or the cost of making said, improyement. This notice is given by order of the City Coun-clIQf the 'City of Iowa City, Iowa and B$ provicfed by law. MARIAN K. KARR, CITY CLERK 62600 March 26, 2007 ' p(~ ~ Prepared by: Sarah Okerlund, Public Works, 410 E, Washington St., Iowa City, IA 52240 (319) 356-5149 RESOLUTION NO. 07-107 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NEWTON ROAD WATER MAIN REPLACEMENT PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, until 10:00 a.m. on the 24th day of April, 2007, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 1 st day of May, 2007, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 3rd day of cs~u A L MAYOR ATTEST; ~~~,v. ~~ CIT ' ERK pwenglres\07newtonrd,doc 3/07 A"WJroved by ~ S;;7~7 City Attorney's Office Resolution No. Page 2 07-107 It was moved by Champion and seconded by adopted, and upon roll call there were: Correia the Resolution be AYES: NAYS: x x x x X X X ABSENT: Bailey Champion Correia Elliott O'Donnell Vanderhoef Wilburn ADVERTISEMENT FOR BIDS NEWTON ROAD WATER MAIN REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 24th day of April, 2007, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Pro- posals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 1st day of May, 2007, or at such later time and place as may be scheduled. The Project will involve the following: Bore 2,340 LF 8" water main replacing existing 6" water main, transfer of 34 water services, removal and replacement of 1,190 SF PCC pavement with HMA overlay, removal of 1,500 SF 4" PCC sidewalk, installation of 1,000 SF 4" sidewalk, construction of 11 ADA compliant curb ramps, and other associated work. All work is to be done in strict compliance with the plans and specifications prepared by City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed-envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, lOW A, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish AF-1 a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and atter its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 50 Early Start Date: May 21,2007 Late Start Date: May 29, 2007 Liquidated Damages: $200 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Iowa City Engineering Division Office in Iowa City, Iowa, by bona fide bidders. A $40.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 Yro : o ~ Prepared by: Sarah Okerlund, Civil Engineer, 410 E. Washington St., Iowa City. IA 52240 (319)356-5149 RESOLUTION NO. 07-150 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE NEWTON ROAD WATER MAIN REPLACEMENT PROJECT. WHEREAS, Tschiggfrie Excavating of Dubuque, Iowa has submitted the lowest responsible bid of $429,994.55 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Tschiggfrie Excavating, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 1 s t day of May ,20 07 ATTEST: ~;...,~ ~ ~~ CITY ERK Q ( J J.l---- MAYOR - - ' Approved by /~ ~~'7 City Attorney's Office It was moved by Champion and seconded by Vanderhoef adopted, and upon roll call there were: the Resolution be AYES: NAYS: ABSENT: x X X X X X X Bailey Champion Correia Elliott O'Donnell Vanderhoef Wilburn pwenglmasterslnewtonrd,doc PERFORMANCE AND PAYMENT BOND Bond Number 8855186 Tschiggfrie Excavating Co. .as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Fidelity and Deposit Company of (insert the legal title of the Surety) Maryland I as Surety, hereinafter called the Surety, are held and finnly bound unto the Cit~ of Iowa Citv, IOlV~l as obliaee, hereinafter Four Huriarea Twenty-nl~e ~110usand NIne called the OWner, in the amount of Hundred Ninety-four & 55/l00ths------------Dollars ($ 4291994. 55--------------------~ for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assignsl jointly and severally. WHEREAS, Contractor has, as of m~ \ L\ 1 'd..CCSl t entered into a Newton Roa~atrJter Main written Agreement with Owner for Reolacement Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor. in accordance with plans and specifications prepared by ~, which Agreement 15 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 wi1h the terms and conditions of the Agreement; and upon detennina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract , between such bidder and Ownerl and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB.1 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 wtth 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 20_. DAY OF IN THE PRESENCE OF: Tschiggfrie Excavating Co. ~ ,~ ~Z '111~ (Principal) ---:~~ (Tit! eo' Company of Maryland ~~~ Witness ~~ (/ Witness Nancy D. Schwarz, Attorney-in-Fact (Title) LaMair-Mulock-Condon Co. 4200 University Avenue #200 (Street) - West Des Moines IA 50266 (City, State, Zip) 515-244-0166 (Phone) PB~2 '", Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, . are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date he, des by nominate, constitute and appoint F. Melvyn HRUBETZ, Joyce O. HERBERT, Ma~k E. K A~ . ARZ, Patrick K. DUFF, Stacie D. HUKILL, Jeffrey R. BAKER and Greg~1 S;" ACH its true and lawful agent and Attorney-in-Fact, to make, execute" ~ ' for . s surety, and as its act and deed: any and all bonds and undertakings, ~~~e't f SUXtrfl b mgs in pursuance of these presents, shall be as binding upon_aid Com a~~~1 . ~ urposes, as if they had been duly executed and acknowledged by t e'ldJ~ited1 off e y at its office in Baltimore, Md., in their own proper persons. This power of attor es t. ' of F. Melvyn HRUBETZ, Joyce O. HERBERT, Mark E. KEAIRNES, Nancy D. SCHW A~. , dated February 24, 2005. The said Assistant Sef~ ~s hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 16th day of August, A.D. 2006. A TIEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND ~})/~ By: Assistant Secretary William J. Mills Eric D. Barnes Vice President State of Maryland }ss. City of Baltimore . On this 16th day of August, AD. 2006, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,,\ \~ ~:.t ~~ ~ """ ~t..\;, \ \:t.....~....~~~ '". ~ ~/ Il('l~:"'~f:~ ". : ( 'I, ',1. ~ tt'\ c, if . f".,,,, ,. "';,'t:'.. i', 1(. ....l-.~ "'(.<~""'''''~:' \,' 'ill ''(.In. ,\\" "'"t1\\ ~D 0A-f2 Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 POA-F 088-6895 & ~ 1 -~= -....It ~-_... f~.!!IfN~ ...-;:;:..~_...~ ......:.. CITY OF IOWA CITY ENGINEER'S REPORT 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org October 24,2007 City Clerk City of Iowa City, Iowa Re: Newton Road Water Main Replacement Project Dear City Clerk: I hereby certify that the construction of the Newton Road Water Main Replacement Project has been completed by Tschiggfrie Excavating Co. of Dubuque, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City Staff. The final contract price is $434,073.26. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, -;:::;J 7? .1-- Ronald R. Knoche, P.E. City Engineer PC,,) 1:& Prepared by: Sarah Okerlund, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149 RESOLUTION NO. 07-':\70 RESOLUTION ACCEPTING THE WORK FOR THE NEWTON ROAD WATER MAIN REPLACEMENT PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Newton Road Water Main Replacement Project, as included in a contract between the City of Iowa City and Tschiggfrie Excavating of Dubuque, Iowa, dated March 20, 2007, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the City Clerk's office; and WHEREAS, the final contract price is $434,073.26. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 5th day of November , 20 07 . ~( ..j..Qt- MAYOR - ., Approved by ATTEST:~ ,k'. ~~ CITY ERK A-~..II.~ City Attorney's Office 1~/~o'] It was moved by Bailey and seconded by adopted, and upon roll call there were: Correia the Resolution be AYES: NAYS: ABSENT: x x x X X X X Bailey Champion Correia Elliott O'Donnell Vanderhoef Wilburn pweng/res/acptwrik-newtonrd 11-07 ,doc