Loading...
HomeMy WebLinkAboutSTORM SEWER IMPROVEMENTS/2014STORM SEWER IMPROVEMENTS/ 2014 rt- - 14,`'1 i LI — pe�7-C. c -/C XI Y 1 —I I r Yl p- d� _ LI as� ♦ n /� � ,_c51r�..�� �i_f_�� � c�--�vl �_pS�'.�--I.}�-) L��l C��c.^.0—�-,-� _ _ Z OCA �w _[.f, zl s i cam' _0?7—� IL[L 1 S S / �-�.3�_; / ��c�•�;�-�na/Ir� !r �,,-- -� r- r ........... z VI 7 Lf -1y e� ILL -Zq 4 Ji —AAV -4 pe- C.,-? j ljri -I 020 �ell(f. zl s i cam' _0?7—� IL[L 1 S S / �-�.3�_; / ��c�•�;�-�na/Ir� !r �,,-- -� r- VI j Prepared by. Kim Sandberg, Project Coordinator, 410 E. Washington St., Iowa City, IA 52240, (319)356-5139 RESOLUTION NO. 14-111 RESOLUTION SETTING A PUBLIC HEARING ON MAY 6, 2014, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2014 STORM SEWER IMPROVEMENTS PRO- JECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Stormwater Utility account # 77770110S. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 6th day of May, 2014, 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. 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 25th day of April 2014. MAYOR ZP . \" Approved by ATTEST: ���j��� G CITY CLERK ' City Attorney's Office , I pwenglmasterftetph.doc 1/11 Resuktio a No. ]Page 2 It was moved by Mims and seconded by Throgmorton the Resolution be adopted, and upon roll call there were: AYES: KAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRT 9 FOR THE 1� 2014 STORM SEWER IMPROVEMENTS PROJEC, IOWA CITY, IOWA k: f'J 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: :-1'0—F�i '� Filmic —2S' Z°l� Brian A. BoeIk, P.,r=. HBK Engineering, LLC Iowa Reg. No. 16503 My license renewal date is December 31, 2014. SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS NOTE TO BIDDERS FORM OF PROPOSAL FORM OF AGREEMENT PERFORMANCE AND PAYMENT BOND CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS) ................. GENERAL CONDITIONS...................................................... SUPPLEMENTARY CONDITIONS Page Number RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS.......................................................................................... TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Ga -H .......... --SCSRS = 4 - o tis Section 01010 Summary of the Work ......................................................... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ........................... 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ........................ 02050-1 Section 02100 Site Preparation................................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 Section 02270 Slope Protection and Erosion Control ................................. 02270-1 Section 02510 Asphalt Cement Concrete Paving ....................................... 02510-1 Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 Section 02700 Sewers................................................................................. 02700-1 Section 02900 Landscaping.......................................................... .......... 02900-1 NOTICE TO BIDDERS 2014 STORM SEWER IMPROVEMENTS PROJECT AF -1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 27th day of May, 2014. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3rd day of June, 2014, or at special meeting called for that purpose. The Project will involve the following, Removal and replacement of storm sewer pipe, intakes and manholes: removal and replacement of PCC and HMA paving; site restoration and traffic control. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC 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. f The bid security shall be made payable to the `7 TREASURER OF THE CITY OF IOWA CITY, Q IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project. if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred AF -1 percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: June16, 2014 Completion Date: September 15, 2014 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City of Iowa City Engineering Division, Iowa City, Iowa, by bona fide bidders. A $25 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Fonn 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 �3 r., NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal NB -1 s LU CY L -a- N f-rtry -;, _r C� N Bid Bond Form of Proposal NB -1 FORM OF PROPOSAL 2014 STORM SEWER IMPROVEMENTS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work' which may be required to complete the work contemplated, at unit prices or Iump sums to be agreed upon in writing prior to starting such work. FP -1 EST UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Remove Structure EA 15 $ $ 2 Remove Storm Sewer LF 223 3 Abandon Storm Sewer LF 48 4 Remove Pavement SY 946 5 Intake, SW -507 mod EA 1 6 Intake, SW -509 EA a 7 Intake, SW -511 mod EA 2 8 Intake, SW -512 EA 1: 9 Intake, SW -542 EA 1 10 Modify Intake Top EA 2 11 Storm Sewer, 12" RCP LF 20 r 12 Storm Sewer, 15" RCP LF 107= •n..o—� 13 Storm Sewer, 24°" RCP LF 60 14 Storm Sewer, 42° HDPE LF 65 15 4" Subdrain LF 30 16 FES, 42" HDPE w/ guard EA 1 17 Remove/Reinstall FES EA 1 19 Remove and Reset, 15" RCP LF 42 20 Pavement, 6° PCC/3" HMA SY 153 21 Pavement, 7" PCC Street SY 23 22 Pavement, 8" PCC Street SY 56 FP -1 23 Pavement, 9` PCC Street SY 31 24 Pavement. 10" PCC Street SY 30 25 Pavement, 6" PCC Drive SY 17 26 Pavement, Full Depth HMA SY 646 27 Curb and Gutter. 6" PCC LF 30 28 PCC Sidewalk, 4" SY 15 29 Revetment, Class D TONS 616 30 Revetment, Class E TONS 208 31 Bedding, Earth Fill TONS 619 32 Clearing and Grubbing LS 1 33 Site Restoration LS 1 34 Erosion Control LS 1 35 Traffic Control LS 1 36 Mobilization LS 1 TOTAL EXTENDED AMOUNT = The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made In good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that. in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City. the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: PP -2 r� Firm: Signature: Printed Name: Title: Address: Phone: Contact: PP -2 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($_ to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this = day of I A.D., 20 >-- ra :::i C-) w Gfi a (Sea1j Witness Principal By n (Title) Witness Ma Surety By— Attach y— Attach Power -of -Attorney (Seal) (Attorney-in-fact) FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of 20, for the 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 30 "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; Plans: Specifications and Supplementary Conditions; Notice to Bidders; Note to Bidders; Performance and Payment Bond; Restriction on Non -Resident Bidding on Non -Federal -Aid Projects: 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 C. — _-d. co L'+ f. P3 g. r h. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; Plans: Specifications and Supplementary Conditions; Notice to Bidders; Note to Bidders; Performance and Payment Bond; Restriction on Non -Resident Bidding on Non -Federal -Aid Projects: Contract Compliance Program (Anti -Discrimination Requirements); J . Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of 120 City ATTEST: Contractor Mayor ATTEST: (Title) City Clerk (Company OfficialL -� c:,>_a Approved By: *c- ,> _r C'7-< N �® � ... L� F M City Attorney's Office; Vis. gym. y Mt AG -2 PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and nsert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner. in the amount of for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS. Contractor has, as of entered into a (date) written Agreement with Owner for 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 r- promptly remedy the default. or shall promptly: 1. , , ,dComplete the Project in accordance with the terms and conditions of the :Agreement. or LU _.r7m- `..2. �rr'Obtain a bid or bids for submission to Owner for completing the Project in cv .-ems .accordance with the terms and conditions of the Agreement; and upon determina- �_tii d c� T citron by Owner and Surety of the lowest responsible bidder, arrange for a contract �4 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 fUNli funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of () years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF ►3i� IN THE PRESENCE OF: Witness Witness FaM (Principal) v� F , $ (Title) "":7 i (Surety) (Title) C,� (Street) (City, State, Zip) (Phone) Contract Compliance Program s s .Tw■� s�� ^R r �Mw.l I ow„ CITY OF 'IOWA !TY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any sister Cigna iq which are sexist in nature, such as those which state "Men Working" or "I'l n Mead,4mid instead use gender neutral signs. ~' 7. All contractors, vendors, and consultants must assure that their subcontrt5 abide bye City's Human Rights Ordinance, The City's protected classes are listed at Eprn^CiFq City de section 2-3-1. y' Q c .a m g r\asst\contmctcom p I! ance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race; color, creed, religion, national originr sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include; but not be limited to the following: employment. promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training. including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 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 Th'o ufrd0rgigned agrees to display, in conspicuous places at the work site, all posters required r t E-fede 4-eind state law for the duration of the contract. NOTE: The City can provide assistance in obtaie' the necessary posters. k3 t n N mgr\assticontractcompliance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date N G� mgrVassticcntrac[compliance.doc CC -3 1 4+y 1 g Cn C0 mgrVassticcntrac[compliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done. for example, through the use of letters to all recruitment sources and subcontractors, personal contacts. employee meetings; web page postings. employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are 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) r 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 eq CiiYements for successful job performance. LU (f) c RQIIe� the job application to insure that only job related questions are asked. Ask yourself "Is Cl) t[T—doormation necessary to judge an applicant's ability to perform the job applied for?" Only cv u�e tg` b -related tests which do not adversely affect any particular group of people. (g) rr Monster interviews carefully. Prepare interview questions in advance to assure that they are only jo'�r��'e�iated. Train your interviewers on discrimination laws. Biased and subjective judgments in r 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. 12(01 mprlasshcontractcompliance.doc CC -4 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 a c� CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire.. accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member. or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation_ (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall he governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency. labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services. that a person with a condition related to acquired immune deficiency syndrome poses -a significant risk of transmission of the human immunodeficiency virus to other persons in a spmifiG occupation. o'a c @ ° Lai Tht.4olkunilrg are exempted from the provisions of this section i - L Ix - CC -6 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95- 3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03- 4105,12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals- For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 ti CD r., 7 Jt7'-G ro Lo perp�' C'> 9 I °N o C"') CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability. national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination: rates of pay or other forms of compensation: and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. C, E!R r - _jtb= M e..; r - C'l ?- E': C:�: — * N CC -8 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N CJ' rf 0 GC -1 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 2012, 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 2012, 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 SUPPLEMENTARY CONDITIONS ._ ARTICLES WITHIN THIS SECTION Lu C_ i�j - _- r-. 1*1 _ efinitions -S=2 Ljmitations of Operations 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 an 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 2012, 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 2012, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $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. SC -2 C7 ` 1V r ry SC -2 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits. identified in the policy and on the Certificate of Insurance, must, under the policy. be available to pay damages for which the insured Contractor becomes liable; or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work. Contractor agrees to immediately notify the City of such event, 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. 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 w wLt the requirements herein provided; and on that basis to either award the contract to M o- Next low bidder, or declare a default and pursue any and all remedies available to die City. cu >_ C,-) N SC -3 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shat--#urnish documentation of all efforts to recruit MBE's.' C:> SC -4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors. shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms. conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex. race, color, religion, national origin, sexual orientation. gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25.000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all py items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S 1 QUA _IE�.= Conpactors.aemd approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase!bailding materials, supplies, or equipment in the performance of the contract. The Contractor shah=subrfrili information necessary for the certificates to be issued, c,: S-1�ONSTRUCTION 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 SC -5 of $75 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these requirements involve only highway projects not funded with Federal monies. SC -6 x_ s. cam, t� .c - SC -6 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state; and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 4/14 data on cltynVEngfMasterSpe2sl9'onteno doe R-1 Cr% s fV "5-C® T � R-1 SECTION 01010 SUMMARY OF THE WORK PART1-GENERAL General description, not all inclusive. A. Base Bid Work: 1. Remove and replace Portland Cement Concrete and HMA roadways, driveways, curbs and gutters, sidewalks and other miscellaneous items. 2. Remove existing storm intakes, sewer pipes and manholes. 3. Furnish, install and construct storm intakes, sewer pipes and manholes. 4. Provide traffic and pedestrian traffic control as needed. 5. Backfill, final grade, and stabilize disturbed areas. 6. Install erosion stone and other erosion control measures. 7. Other work associated with storm sewer construction. 01010-1 0 CD r r— �r� 'v C:) 1;7- 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values. applications for payment, and unit prices. 1.02 STAA7i4RDOFMEASUREMENTS. 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 carious classes of tcork specified unless noted in Pare 3 of this Section. The Contractor will be given an oppotuunity to be present during measurement. 1.03 SCOPE OF P_d YMENT: 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 htmp sum or as itemized NN�ork, which kill 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 pa�inent be made. PART2-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 ror materia(` and _ _:i:.equipment stared or furnishings fabricated offsite. 7, The 5°ro retainage will he released 31 da}s after the project is accepted by the City Council, c\; >_ E3provided no claims against the project have been tiled within 30 days of p ojcct acceptance. 4 t —� Chapter 573 of the Code of lots -a will eovern the release of retainage and resolution of r U claims. CD .D c., 010_5-1 3. 02 BID ITEMS: A. GENERAL o The following subsections describe the measurement of and payment far:le iv(Rj to be done under the items listed in the FORM OF PROPOSAL. c.a . N , Each unit or lump sum price slated shall constitute full payment as hercircsl5crfic for car.,);i„,� item of work completed in accordance with the drawings and specifr�tans ti,�ir3cludi� clean up. cD 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 au item in the FORM OF PROPOSAL... Fxisting items damaged or unsuitable for relocation or reinstallation will be replaced iwith 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 "RENIOVF" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. fhe Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCRIPTIONS Remove Intake The unit prices for these items will be paid based on the number of each type of designated structure which is removed and includes excavation, demolition, removal, disposal of debris and Supply, placement and compaction of specified backfill. 2. Remove Storm See°er The unit price for this item will be paid based on the number of linear feet of designated pipe which is removed as measured along the pipe centerline and includes excavation, saw Cut of structures, demolition, removal, including flared -end sections, disposal of debris, and supply, placement and compaction of specified backfill. 3. Abandon Storm Sewer The unit price for sewer abandonrncnt will be paid based on the number of linear feet of abandoned sewers which are filled with non-sIrrink tlowable mortar, including bulk -heading with concrete and modiMric, inverts in existing manholes and intakes which remain in service. 4. Remove Pavement Removal quantities shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, and/or brick roadtva} s, driveways. parking lots, curbs and gutters, and sidewalks. Removal of compacted granular and chip seal surfaces, including asphalt patches, shall be considered as Class 10 Roadway & Bon-ocv Excavation and will not be measured and paid under this item. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 5-9. Intakes The unit prices for these items will be paid based on the number of each type of intake constructed and includes excavation, forming, reinforcing steel, dowels, supply, �- placement, compaction and finishing of concrete, supply, placement and compaction of specified backfill, providing stubs for drainage tiles and the frame and casting. != Construction of larger than standard intakes to fit over large storm sewers and intake e-- throats shall be considered incidental. Stoppers for stub connections are incidental. r > F-10. lvlodifi Intake To P "Z The unit prices for these items will be paid based on the number of each type of intake ca lid top removed and replaced. This work includes all saw cutting, excavation, a forming, reinforcing steel, dowels, 'supply. placement, compaction and finishing of concrete, suppl%, placement and compaction of specified backfill, providing stubs for drainage tiles and the frame and casting. Construction of larger than standard intakes to fit over large storm sewers and intake throats shall be considered incidental. 01025-1 I1-14. Storm Sewer The unit prices for these items will be paid based on the number of linear feet installed. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends or flared end sections. Nfeasurement shall exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessatT equipment. C. Trench boxes required for safety and to minimize disturbance to features to be saved. d Exploratory digging required to determine location of existing structures or potential conflicts. e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and ranular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing ptnnps, piping, well points, etc., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. 1. Temporary support of existing utility mains and service lines. d in. Temporary fencing required to contain livestock.t n. Repair or replacement of utility services damaged by the Cot nor. po W o. Permanent connections and stubs with caps for sump pump, k4ftftage—'6nd fi tiles of various sizes, including Uackfill as specified by the Er deer. K w 15. Flared End Sections with Guards ea The unit prices for these items will be paid based on the number installed for each size and type and includes excavation, shaping of subgrade and hardware. The last two pipe joints before the flared end section shall be tied and is incidental to this item. Guards are to be included and considered incidental where denoted on plans. 01025-4 16-18. Pavement The tmit prices for PCC items will be paid based on the number of square yards of Portland Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thicknesses and mix designs, including 5 -foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place fortes 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, drbeway edges and parking lot edges. Aggregate durability class for all P.C. Concrete paving shall be Class 3. If weather conditions prohibit the rise of Class M. P.C. Concrete, a deduct will be negotiated for the reduced cement content in Class C, P.C. Concrete. The unit prices for HNIA items will be paid based on the square yards of Asphalt Cement Concrete pavements, driveways, bases and overlays constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade compaction and preparation, subgrade treatments, suppl}, placement and compaction of aggregate base, supply, placement and compaction of asphalt, and backfntling at curb lines. 19. Portland Cement Concrete Sidewalk and Curb Ramps. The unit price for these items will be paid based on the number of square feet of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. hncluded with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, cm b ramp coloring per Section 03350, curing, jointing and joint sealing, and backfilling at forte lines. 23. Final Grade and Seeding The unit price for this item will be paid as a lump sum. This item includes final grading necessary to clean up the project and preparation for matting, seeding, or sod 01025-5 20-21. Revetment The unit price for this item will be paid based on the number of tons of specific(] stone NA placed as shown on the plans and directed by the Engineer. Stone shall be placed on engineering fabric which is incidental to this item. .Also included is sub -rade 6 - � I- preparation and shaping, supply and placement of engineering fabric and rock, and c — provisions to keep rock from being contaminated with soil during subsequent r,. t—" construction activities. LL f�. Bedding, Earth Fill i� The unit prices for these items will be paid based on the number of tons of earth fill placed. Material, hauling and labor are all considered as incidental to this item. Such work pertains to Old Highway 218 location. 23. Final Grade and Seeding The unit price for this item will be paid as a lump sum. This item includes final grading necessary to clean up the project and preparation for matting, seeding, or sod 01025-5 installation. Such items include mulch, dormant seeding, erosion control mat, and others. Only disturbed areas not replaced with pavement shall be stabilized unless noted on the plans or directed by the Engineer. 24. Erosion Control The lump sum price for this item will be paid based on percent complete for famishing, installing, maintaining, moving, relocating, and removing erosion control best management practices such as wood excelsior mat, filter socks, and silt fence. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense and not assumed extra. 25. Traffic Control The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 26. Mobilization The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. 01025-6 ca F a 3- 01025-6 SECTION 01310 PROGRESS AND SCHEDULES PART1-GENERAL 1.01 SUMMARY. A. Prepare. submit and update as necessary a schedule of the work. B. Weather is of the essence. Drainage, pavement and site restoration activities shall be closely monitored to accommodate for current and upcoming weather. C. Minimizing inconvenience, disruption and duration of disruption to the property owners invoked in the respective projects is a high priority. Scheduling of work shall be planted with this in mind, and communication shall be open and fluent with the property owners at all times. PART2-PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Construction meeting will be held prior to beginning work. Connnuuications shall be open with property owners for those locations involving private property. 3.02 PROGRESS OF WORK. A. The 2014 Storm Sewer Improvements Project will be a Completion Date Contract. The early start date is June 16', 2014; however. proper notice must tie given to property owners or the City prior to if affected by the construction. B. Completion date is September 15"' 2014. Liquidated damages incentive = $500 per calendar day. Weekend work is allowed kith prior approval from the City. C. 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 sate cutting freshl} poured concrete. D. Nighi work will be required for the stonn sewer repair located along Highway 6 treat- Newton earNewton Road. Night work shall be considered incidental to all bid items acrd schedule is to be approved by the Engineer prior to. P. Rork 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. E Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. 0110-1 3.03 COORDINATION WITH UTILITIES: A. It is anticipated that utility conflicts will occur which cannot he 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. No sheet closings should be required to perform the work as specified in the plans and specifications; however, closure to the al ley off of Dodge Street and north of Iowa Avenue may be needed All communication and accommodations shall be made in advance of such closing. The Weeber Street project location may necessitate a road closure and shall be coordinated with the Engineer prior to proceeding. Notify the Engineer four days in advance of traffic control changes and any possible closings so that a press release can be issued if needed. No street may be closed without the Engineer's approval and said notification. C. Traffic control shall be considered for all project repair locations. See plan sheets 22 and 23 for specific traffic control related to MOT roadways. All local streets shall meet n41 JTCD standards and follow detail 11 on plan sheet 6. 01310-2 ry 0 CZ �rrt M T? Q 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1-GENERAL 1.01 SUMMARY.• A. Furnish, install and maintain traffic control mid construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications, B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and highways," 2009 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically- addressed by the project plans. PART2-PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications_ B. AH 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 iNvellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 "TECIIAtIQUES. r-� -Txcept as amended in this document, the work in this section will conform with the f G e � following divisions and sections of the ID07 Standard Specifications: t ---.Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. C c- ry 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.03 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES. A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer if needed. Proper advance notice shall be given to and approved by the Engineer if a driveway necessitates closure. 3.04 EXCAVATIONS: A. It is important and priority that all excavations shall be fenced. Please note this is near and within University of Iowa residence halls as well as local residents. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 01570-2 2> `; :-J J p 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART I - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials. tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. 1DOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable low 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 tyaste or debris resultinv from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART 2 -PRODUCTS 2.01 MATERMLS: A. Granular backfill material shall consist of Class A Crushed Stone, MOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 -.EXECUTION 3.01 ::TEC11NIQUES. ixeept as amended in this document, the tt�ork in this section will conform with the llowing divisions and sections of the MOT Standard Specifications: R t� q p_ r, :-vision 24_ Structures. Section 2401. Removal of Existing Structures. C 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Stops. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. r 3.03 PROCEDURES: rk A. Utilities Cl ro 1. Notify all corporations, companies, individuals and state or &cailauih rities�� .� owning pipelines, water lines, gas mains, buried and overhead eiZenie facilities,' telephone, cable television, fiber optic, and other public or privat6lylilities.4own on the drawings or otherwise known or discovered to be in the project area.. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. if active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 2. Warning devices shall be kept operational during all non -working and non-active periods. C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the bngincer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITI0,YAAD REMOVALS. A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick. P.C. Concrete. and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seat or aggregate surfaces is not considered pavement removal. 3, Sawcuts shall be approved by the Enginccr. 4. Removal operations shall conform to consn'uction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and wk ithin 5 feet of pa<ed surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall he backfilled with ;citable excavated material, compacted to 90"0 Standard Proctor Density. 02050-3 3. Sewcrs to be abandoned. but not removed. shall be filled with an approved non - shrink Ilowable mortar and bullheaded at tach end with concrete. c ra 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton W Street as directed by the Enginccr, c._C. T= to G:t ' _r v C, 02050-3 SECTION 02100 SITE PREPARATION PART1-GENERAL 1.01 SUMMARY.• A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. r- PART2-PRODUCTS - r} r. • 37 7; 3 None. s f -a w PART 3 -EXECUTION .<s-"" -,, 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBSAND VEGETATION. A. All tees, 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 EMSTIN6 STRUCTURESAND PROPERTY. A. Remove existing signs and posts within the construction area as directed by the E'ngincer. All permanent traffic signs will be removed, stored, and replaced by the City of low,a City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent sighs 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 offence 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 urility representative to verify the presence and location of buried util ities in the construction area. B. Utiliiy pole coordination is the responsibility of the contractor and shall be coordinated with Mid -American Energy if needed. 3.06 EROSIONCO.NTROL: Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. I i/00 ,Iiaotm.e lams.A=,"ilA02101,doe 02100-2 LL E3 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART1-GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: r -a A. IDOT Standard Specifications. 1.03 QUALITYASSi7RANCE: w A. Whenever a percentage of compaction is indicated or specified, use perca'nija&ma tnum' density atoptimununoisture as determined by ASTM D698-91, un less noted:oYh�rwis,e. i B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: - A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections 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 landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGEANDDEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for inunediate use in case of breakdowns) to intercept andor 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 properq Provide suitable temporary pipes, flumes, or channels for water that may clow 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 envy be overland or by grounel pater. 3.09 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 machincn to suborade 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. nue to grade, so that pipe will have a uniform and continuous 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. _. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Uxcavation in Fill 02220-2 .n bearing. Support on firm and undisturbed material between joints, except for - limited areas where use of pipe slings have disturbed bottom. g •. s �B. i.:.;Trotection CO cv 5 Barricade and fence open excavations or depressions resulting from vNotk during r". t c , non-workinghours and when not working in immediate area. .. Tench Width N 1. Make pipe trenches as nurow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. _. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Uxcavation in Fill 02220-2 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratmy pits when location of pipe or other underground structure is necessary for doing work properly_ F. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb; and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. �'w �. €y 4. Excavators and loaders used on brick surfaces shall be limited ie'4TWse�urith rubberized tracks or rubber tires. � —C ry b� w 5. Do not use or operate tractors, bulldozers, or other equipment .— on �ai�r� suces when treads or wheels can cut or damage such surfaces. 02220-3 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work conunenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for revieto and approval. All utility repairs shall be made prior to back-FIIingtire 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. �.r ' L 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 c._ 1Pr I cL LU galvanized piping with new 1 -inch or larger copper water service pipe from the Wit_ water main to the curb box. The Contractor will be paid per the applicable bid --i _e item. If there is no bid item, the unit price for the replacement of the water service " c shall be negotiated prior to commencement of the work. 9. \N lien 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 I[ ATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Lxplosives shall not be used for rock excavation. 02220-4 3.06 BACKFILLING.- A. ACKFILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. if excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION.• A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95%Mandard Proctor Density. ."3 1/00 t- -�' 9 t 9 -r, r 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL 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. MOT Standard Specifications. B. Iowa Department of Transportation flighwa} Division "Standard Road Plans Manual". latest edition. 1.03 01WITPASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotcxtile) shall be of a non -woven material and conform to the requirements of 1DOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall tie stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and �Nith 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 4373. PART2-PRODUCTS 2.01 MATERIALS: A: Except as amended in this document, the materials in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. `°*fh Section 4169. Erosion Control l'Iaterials. C1� t >� 4 �Section 4196. Engineering Eabrics. , c.s 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES.- A. ECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. N and the following IDOT Standard Road Plans: — F T' EC -101 Wood F,xcelsiorMat c EC -103 Wood Excelsior Mat _ =C�`r -a M EC -201 Silt Fencea c 71" 3.02 SCHEDULE: c-) A. Silt fence or filter socks shall be installed at locations if site is to be unattended for an extended length and sediment is susceptible to leaving site. Matting shall be placed and staked in graded areas immediately following final grading. 3.03 GEOTEXTILE. A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals 02270-2 not to exceed 12 feet unless otherwise specified. Additional pins %N ill be installed as necessary and where appropriate, to present slippage or movement of the geotextile. The use of securing pins Gvill be held to the minimum necessary. Pins are to be left in place unless otherwise specified. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion. the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same tope 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 uttraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 02270-3 ,®. CV � r`^PT ggem N 02270-3 SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT, AND MILLING. PART 1 -GENERAL 1.01 SUMMARY.- A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Clot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. N G 1.02 REFERENCES: A. MOT Standard Specifications. B. [DOT Supplement Specification 0 10 14. �r a i 1.03 QUALITYASSURANCE. y- p CA A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. PART 3 - EXECUTION 02510-1 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses 3.02 OPENING TO TRAFFIC. A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COAIPLETIONOFfVORK.* A. \\ hen traffic is allowed upon the pavement. the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 CLEANING AN'U PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by broonring or air blowing. The City's street sweeping cress and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one-time basis only. Any subsequent s wceping required will be at the Contractor's expense. 3.05 AGGREGATES A. Type. 1. Type B aggregates shall housed in base mixtures. 2. Tyre A agegatcs shall be used in intermediate and surface mixtures. B. Gradation. 02510-2 Section 2203. Hot n-lix Asphalt Bases. Section 2212, Base Repair. c Section 221J. Base AWidening. "k U? Division 23. Surface Coarses. F t SS -01014 Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness .max Division 25. Miscellaneous Construction 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 permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COAIPLETIONOFfVORK.* A. \\ hen traffic is allowed upon the pavement. the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 CLEANING AN'U PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by broonring or air blowing. The City's street sweeping cress and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one-time basis only. Any subsequent s wceping required will be at the Contractor's expense. 3.05 AGGREGATES A. Type. 1. Type B aggregates shall housed in base mixtures. 2. Tyre A agegatcs shall be used in intermediate and surface mixtures. B. Gradation. 02510-2 1. A/2 -inch mix shall be used on all streets and all divisions of this project. 3.06 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. 'This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full -depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to ''%" below the final finished grade. The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjtutment rings to the Contractor at no charge to adjust valve boxes. 3.07 ASPHALTRINDER A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. 3.08 EXISTINGSTREETSURF,ACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. ' 3.09 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or anv other material, and any unsuitable subbase, replacing subbase as necessary; compacting subbase; placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Nlultiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.10 HOTMIXASPFIALTPLACEMENT A. Lifts 1. Division 1 -A 1'/x" depth intermediate course followed by a 1'/z" depth surfad�fourse. 2. Division 2—A 2" depth base course followed by a 2" depth surface c'_2 '_U-� i 3. Division 3 - A 3" depth surface course. �r w 'o B. Compaction C T; 1. Class 113 compaction shall be used on all streets and divisions of this r'ft6ject. — crt 3.11 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK. 02510-3 A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be '/s" Gradation 21. Bituminous material shall be MC -3000. Prirner shall be MC -70. 03510-4 d 03510-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUAIMARY. 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. 1DOT Standard Specifications. 1.03 QUALITYASSURANCE. A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. N O B. Quality testing: >� I_ Compressive Strength Tests. 2. Entrained Air. r'. I ? Ga 1 [ 3. Slump. .-r--• -- 4. Density Tests of Base and Subarade. ` PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the folloeving 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 I 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDO'r Standard Specifications: Division 21. Earthwork, Subd ades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base A'idening. 3.02 CURINGANDPROTECTION OFPAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENT4L REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35`F, the following requirements must be met for concrete loss than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum3l25`F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Cold weather protection shall be considered incidental to the paving bid items. 02520 kr Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. ;i r ;1,t Section 231 D. Bonded Portland Cement Concrete Overlay. —1 >: Section 2316. Pavement Smoothness. B tv ^C� ez�: r— 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 CURINGANDPROTECTION OFPAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENT4L REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35`F, the following requirements must be met for concrete loss than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum3l25`F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Cold weather protection shall be considered incidental to the paving bid items. 02520 D. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. E. Maximum allowable concrete temperature shall be 90° F. R if concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC. A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is atleast 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. 0 N 5..8.. q ac)w M -U M L�1 02520-3 SECTION 02700 SEWERS PARTI- GENERAL 1.01 SUMMARY: A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers AS"IM C76, latest edition, Standard Specification for Reinforced Concrete Culver[, Storm Drain and Sewer Pipe. 2. ASTM 0443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low - C. Manholes ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections, D. Intake Structures 1. IDOT Standard Specifications. 02700-1 Head Pressure Pipe. �. Ductile Iron Pipe 4- ANSFA W WA-A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in C- ...9,r- Metal Molds or Sand -Lined Molds, for Water or Odrer Liquids. c`+ , ANSI/AWWA- A21.50/050, latest edition, Thickness Design of Ductile -Iron o0z3�_ Pipe. s �_ 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI!AWWA-A21.11 0111, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 5. ANSI/AWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile -iron Pipe and Fittings for Water. C. Manholes ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections, D. Intake Structures 1. IDOT Standard Specifications. 02700-1 2.Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 3. Add Statewide Urban Design and Specifications (SUDAS) 1.03 QUALITYASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation andjoint assembly are sublet( to acceptance by the Pngincer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transporlation certification. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART 2 -PRODUCTS `? 2.01 MATERIALS, i A. Reinforced Concrete Pipe -For Sanitary and Storm Sewers C"') 1. Joints: Alljoints will be confined O-ring gasket meeting ASTIQ Ctu7 3 ojh-AST C361, as specified. All pipe 36 -inch diameter and smaller will haiM:�11 a� spig T. joints. Pipe larger than 36 -inch diameter may have tongue and gran'- joints:- us 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Cass 111 as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 02700-2 6. Minimum Bedding—Type B per ASTM C 12 with cotnpacted granular material to the springline of the pipe. B. Reinforced Concrete Pipe - For Storm Sewers Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove j oints. b. Arch pipe: All joints will be sealed with mastic but}d rubber -based sealant meeting the requirements of AASIITO M198-75, Typc "B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conformine to ANSI A21.4. b. Outside of pipe and fittings: Standard bltn11141OUS coating conforming to 02700-3 a. Circular pipe: Minimum wall thickness will be 13 -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, s ; the minimum pipe strength shall be Class IIIA as defined in ASTtiI C506. ._J fl as f -�'1`4- Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM 0 °i1 >-C.:� class. if quadrant reinforcement is used, the top shall be marked on the outside of Ll'— €€ ::L L `'� G.3 the pipe. ac o - . Lift holes are not allowed. 6. A'linimmn Bedding— Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Ductile hon Pipe Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conformine to ANSI A21.4. b. Outside of pipe and fittings: Standard bltn11141OUS coating conforming to 02700-3 appropriate ANSI. 2. Minimum Bedding - Type 5 per ANSUAWWA C150/A21.50 with compacted granular material to the springline of the pipe. D. Corrugated Plastic Pipe for Subsurface Drainage 1. Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated IIDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding -Drainable stone encasement to F above pipe. E. Manholes Joints: All joints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place invests must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All Junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole fame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved arca, casting shall also be non -rocking. 7. Manholes in paving shall have an interior Cretex chinmey seal (or approved equal) that spans from the casting to the cone section. E. Bedding: 1. Granular bedding material shall consist of porous backfill material,lDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. o PART 3 - EXECUTION -o 3.01 1NSTALL4TI0N OE PIPE: A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade csi 1. hvstall to line and grade indicated on plans using laser and check elevation as required to maintain grade. 02700-4 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade %with wood, stones or other materials is not allowed. C. Bedding Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives hearing pressure. D. Connections A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the En-ineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using MOT standard intake outlet detail RF -19C. CMP outlet shall he used unless approved by the Engineer. E. Jointing 1. Clean and lubricate all joints prior to assembly. -�R Join per manufacturer's recommendations. -- tom. Suitable couplings shall be used forjointing dissimilar materials. ci 1 >: r _ CID. t �ckfill as specified in Section 02220. _� cv 9' c�, L,y�Vean pipeline upon completion. c Tolerances Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly.. as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade %vill be allowod only if the sewer is designed at a slope sufficient to prevent backfall %%hen its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole map be wholly visible to the eye at the level of the sewer at the next manhole. 02700-5 3.02 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. TESTING OF PIPE. A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. if groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum -mile for sewers) and before connection to buildings. Low-pressurd_�4iir tests performed on manhole -to -manhole sections of pipeline. F CD d. Low-pressure air test: — a. Equipment t (1) Designed for testing sewers using low-pressure at :�4 'Y (2) Provide air regulator or safety valve so air pressure &k§ not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig Beater than maximum pressure exerted by groundwater above pipe invert. 02700-6 c 6. 7, (4) Limit internal pressure in seated Hue below S psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect Iow-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter in inches Time in Minutes 4 2.0 6 3.0 s 4.0 10 5.0 12 5.5 15 7.5 is S.5 21 10.0 24 11 5 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period. the test shall be considered to have failed. Locate and repair leaks and retest as required. Infiltration fest a. Dewater and conduct test for at least 24 hours. It. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. Exttltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream maidioles, (2) filling sewer and upstream manhole with clean ta,ater until the tN-ater elevation in the manhole is two feet above top of sewer, or mo feet above the existing ground water in the trench, whichever is the higher elevation. 02700-7 b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5% for each additioV foot of head. � s e. Modification to this test only as approved by the Engineiir —1 C-) –< rQ W I f. Locate and repair leaks and retest as required_ ...i C. Deflection Tests: Perform deflection tests on all PVC truss sewers as folhs;� 1. The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads. poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of ±.001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short -tern (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and 02700-8 match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. F. Lay grading rings in frill bed and joint of mortar ieithout subsequent grouting, flushing or filling: bond thoroughly. Set frames with top confonning to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NCK or equal to fill and make wateniglit space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 MAINTENANCE OF FLOW.• A. Storm Sewers: At the end of each working day. the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary server system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by plump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible Person may be reached 24 hours a day to make hrunediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm savers or waterways is not allowed. 3.0.5 CONFLICT.4 A. Provide temporan support for existing water, gas, telephone, power or other utilities or services that cross the trench. �ajnpact backfill under the existing utility crossing as specified in Section 03200. a— parate gravity sewers from water mains by horizontal distance of at least ] 0 feet unless: L c'` Rf ;`_,]Z Top of sewer is at least 18 inches below the. Uortom of the water main. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 fest of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a 02700-9 linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the followut.- requirements shall apply: 1. The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -Coot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have wa ertightjoints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 06/03 xhved,engineerispecs-ii1029fH1dU 02700-10 N G V ;7EC. .r- .♦'> 4 70 r+.r i7—% ry M 'a Q� _r SECTION 02900 LANDSCAPING PART1-GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 OUALITYASSURANCE: A. The fitness of at] plantings shall be determined by the Engineer and/or the City Forester with the follonn ing requirements: L Somenetaturc: Scientific and common names shall be in conformity with U.SDA. listings and those of established nursery supplies. ? Standards: Ali trees must conform to the standards established by the American Association of l�urserynren. B. The Contractor shall repair or replace all plantings \which, in the judgment of the Engineer and/or Cin• Forester, have not survived and grown in a satisfacton. manner for a period of one year after City Council acceptance ofthe 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, gcrrninating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGEANO HANDLING. A. Protect all plantings in transit to site to prevent wind burning offoliage. Set all balled and btulapped trees and shrubs, which cannot be planted immediately, on gcpund and protect with soil, wet peat moss or other acceptable material, and water as x A - E fquired by weather conditions. LLJ C,) c-7JJJep container grown trees and shrubs, which carmot be planted immediately, moist by cv >-9equatc watering. water before planting. ® = t- < N 02900-1 PART 2 -PRODUCTS 2. 01 SEED: Mix Minimum Proportion by Weight Lbs./ Acre Lbs./ 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 M IX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 BirdsfcotTrefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.02 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.03 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - IS%� _ a *At least 50 percent of nitrogen derived from natural organic sources oforr„ K17 PART 3 - EXECUTION n-< r") •--1 c-> ca 3.01 SEED, FERTILIZE, LIMEAND MULCH: ' �M �_ rn e A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. (J) C. Seed Areas: 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 02900-2 scm ing seed. This work will beat the Contractor's expense. 2. Sow seed at rate of I75 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 ''/4 -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 evemN and tmiformlc distributed and anchored into the soil. The application rate for reasonably clry material shall be approximateh, I'/, tons of dry cereal straw, two tuns of wood excelsior, or two tons of prairie hay per acre, or other approved material- depending on the type of material fiutushed. All accessible mulched areas shall he 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. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. J-42 mon. cs N ��tall sod not more than 48 hours after cutting. Stake all sod as necessary to prevent CC t,.,,, erpsion before establishment. amply lime by mechanical means at a rate of 3,000 pounds per acre. 0 C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. 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 - 02900 -3 year maintenance period. 02900-4 na 4� t7 r �' `seal' qi. C7i 2014 Storm Sewer Improvements Site Locations: 1. Court St. & Capitol St. 2. Rundell St. & Muscatine Ave. 3. Iowa Ave. RR Bridge by river 4. S. Dubuque between Benton St. & Ralston Creek 5. Alley behind UICCU on Iowa Ave. 6. Weeber St. & Edingale Dr. 7. William St. & Muscatine Ave. 8. Oakes Dr. 9. 5th Ave. & Court St. 10. Peterson St. 11. Old Highway 218 12. Riverside Dr. 13. Newton Rd. & S. Riverside Dr. 14. N. Dodge St. & Bloomington St. 15. Hutchinson Ave. m Location Ma CITY OF IOWA CITY a; a c Park Rd 0 U O a, x a td Newton Rd. W. Benton St r J e=tet P e. off' $0 SHEETINDEX PAGE NO. TITLE 1 GENERALNOTES 2 TABULATIONS 3 DETAILS 4-6 STORMWATER PLANS 7-21 TRAFFIC CONTROL PLANS 22-23 R Bloomington St. Rochester Ave. Jefferson St. l _ ' k Iowa Ave. � 11 T'—� 1�f �i� N y c 6 .`^. p > /tr co Court St m _ Court St, o. oo Court St ti t c h c O fn N V) > c w CITY OF IOWA CITY ENGINEERING DIVISION I APPROVED Z3-10 CITY ENGINEER DATE Kirkwood Ave. y 0 Muscatine Ave. UTILITY INFRASTRUCTURE SOLUTiONS hbk ENGINEERING Legend Q Site Location Water Street Centerline —�— Railroad I here b: c -tlFY shot thlc enga—,'In0 tl s prepared by n ptl�ln�....!y p Y 4—t4 1 uPery 11a, I u a 21, y OF EC�10^p sia. 1 E S antler tF3�f the stote of Is— AN A FL ;ws r6r1s � I aa yam:. r3 tm2' n i.............'ra q� c He9 s.o\n M1o. •.E545 qq//��1 `h �ouV•`C _ WI+� MY Li nnma renerat aoCe Is Oemnber a „ge� r 11111s r .:red by thlr etas. d.1 2014 Storm Sewer Improve me nu Project 04/22/14 J GENERAL NOTES: 1. WHERE PUBLIC AND/OR PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED DURING CONSTRUCTION, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO PROCEEDING. THE CONTRACTOR SHALL AFFORD ACCESS TO THESE UTILITIES FOR NECESSARY ',. MODIFICATIONS AND/OR RELOCATIONS. UNDERGROUND FIXTURES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS: THEREFORE, THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. ITIS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TO AVOID DAMAGE TO THEM. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 2. ALL WORK INVOLVED IN THIS PROJECT SHALL BE CONSTRUCTED ON CITY OWNED RIGHT-OF-WAY OR WITHIN EXISTING EASEMENTS. NO MATERIALS, EXCAVATED MATERIAL, OR EQUIPMENT SHALL BE STORED ON, PARKED ON, DEPOSITED ON, OR DRIVEN OVER ANY OTHER PRIVATE PROPERTY UNLESS WRITTEN AUTHORIZATION IS OBTAINED FROM THE PROPERTY OWNER BY THE CONTRACTOR. A COPY OF SUCH WRITTEN AGREEMENT SHALL BE MADE AVAILABLE TO THE CITY AND THE ENGINEER. 3. IOWA CODE 480, UNDERGOUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILITIES OUTSIDE THE CONSTRUCTION LIMITS RESULTING FROM NEGUGENCE. 5. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS "REMOVE" OR "CLEAR AND GRUB" ON THE PROJECT PLANS AND AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT INJURY OR DAMAGE TO SAID TREE OR SHRUB OR ROOT SYSTEM. 6. THE CONTRACTOR SHALL PREPARE A DETAILED SCHEDULE OF WORK WHICH SHALL BE SUBMITTED AT THE PRE -CONSTRUCTION CONFERENCE THE SCHEDULE SHALL SHOW ANTICIPATED EQUIPMENT AND MATERIAL DELIVERIES AND COMPLETION OF MAJOR TASKS IN THE PROJECT. 7. ALL CONSTRUCTION SHALL BE IN ACCORDANCE 'NTH THE IDOT STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION (2012) AND THE CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS. SITE PREPARATION AND REMOVAL 1. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIALS (EXCAVATED MATERIALS) WHICH ARE NOT DESIRABLE TO BE INCORPORATED INTO THE WORK INCLUDED IN THIS PROJECT. NO PAYMENT FOR OVERHAUL WILL BE ALLOWED FOR MATERIAL HAULED TO THESE SITES. NO MATERIAL SHALL BE PLACED WITHIN THE RIGHT-OF-WAY UNLESS SPECIFICALLY STATED IN THE PLANS OR APPROVED BY THE ENGINEER. 2. SAWCUT EDGES OF PAVEMENTS, SIDEWALKS, AND DRIVES FULL DEPTH PRIOR TO REMOVAL TO PREVENT DAMAGE TO ADJACENT SLABS AND FIXTURES. SAWCUT SHALL BE INCIDENTAL TO PAVEMENT REMOVAL 3. DURING REMOVAL AND CONSTRUCTION, CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS OR APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 4. THE CONTRACTOR IS EXPECTED TO HAVE MATERIALS, EQUIPMENT, AND LABOR AVAILABLE ON A DAILY BASIS TO INSTALL AND MAINTAIN EROSION CONTROL FEATURES ON THE PROJECT. THIS MAY INVOLVE MATTING, SILT FENCE, AND INTAKE PROTECTION, STORM SEWER NOTES: 1, THE CONTRACTOR SHALL TAKE SPECIAL CARE TO MAINTAIN POSITIVE DRAINAGE WHERE INTAKES ARE LOCATED. 2. ALL STORM SEWERS SHALL BE CLASS 3 RCP UNLESS NOTED OTHERWISE IN THE PLANS. ALL PIPE SHALL BE ASTM CERTIFIED. 3. ALL STORM SEWERS SHALL HAVE PROFILE GASKETS. STORM SEWER SHALL HAVE BELL AND SPIGOT JOINTS. LIFT HOLES IN STORM SEWER WILL NOT BE ALLOWED. 4. ALL STORM INTAKES SHALL BE A MINIMUM OF 48 INCHES FROM TOP OF CURB/RIM TO SUBGRADE, UNLESS OTHERWISE APPROVED, IF INVERT ELEVATIONS ARE INSUFFICIENT TO PROVIDE THIS REQUIRED DEPTH, THE CONTRACTOR TO PROVIDE DEEPER STRUCTURE AND POUR CONCRETE FILLET IN INTAKE TO MAKE INTAKE PIPES DRAIN AT INVERT ELEVATIONS LISTED. 5. NO EXTRA PAYMENT WILL BE ALLOWED FOR DEWATERING IF NECESSARY, DURING CONSTRUCTION. 6. CONSTRUCTION SCHEDULING SHALL CONSIDER THE EXISTING PIPE AND FINISH EACH DAY IN A MANNER THAT DRAINAGE STILL EXISTS IN A RAIN EVENT. MEASURES SHALL BE TAKEN TO INSURE SEDIMENT SHALL NOT WASH DOWN FROM OPEN EXCAVATION. 7. OPEN TRENCHES FOR STORM SEWER INSTALLATION SHALL BE BUTTONED UP AND SECURED EVERY NIGHT WITH CONSTRUCTION FENCE. 8. ALL INTAKES SEAMS SHALL BE WRAPPED IN GATOR WRAP ON EXTERIOR. 9. ALL CASTINGS AND LIDS SHALL MEET AND MATCH CITY OF IOWA CITY STANDARDS AND REQUIREMENTS (CITY OF IOWA CITY) LOGO. PAVEMENT CONSTRUCTION: 1. MATERIALS AND CONSTRUCTION FOR PORTLAND CEMENT CONCRETE PAVEMENT SHALL MEET THE REQUIREMENT OF IOWA DEPARTMENT OF TRANSPORTATION (IOWA DOT) STANDARD SPECIFICATION LATEST REVISED, SECTION 2301. 3. COMPACT SUBGRADE BENEATH PAVEMENTS IN ACCORDANCE WITH CITY OF IOWA CITY SPECIFICATIONS. 4. SUBBASE FOR PAVEMENTS SHALL BE SPECIAL BACKFILL MEETING THE LIMITS OF GRADATION NO. 12 OR 14, [DOT SPECIFICATION SECTION 4109. SPECIAL BACKFILL, IF NEEDED, SHALL BE CONSTRUCTED IN ACCORDANCE WITH IDOT SUPPLEMENTAL SPECIRCATON 2115. 5. JOINT SEALER SHALL CONFORM TO IDOT SPECIFICATION SECTION 4136 FOR HOT POURED JOINT SEALER. 6. PREFORMED EXPANSION JOINT MATERIALS SHALL BE PLACED IN CURB LINES AT THE END OF RADII, BOXOUTS, DAY END JOINTS, AND OTHER LOCATIONS AS DETERMINED BY THE ENGINEER. JOINTS SHALL BE FORMED WITH A SINGLE PIECE OF 1" THICK MATERIAL, AND SHALL BE SEALED WITH AN IDOT APPROVED BITUMINOUS SEALER. 7. ALL ROADWAY PAVEMENTS ON THIS PROJECT SHALL BE CONSTRUCTED WITH AN ASTRO-TURF DRAG FINISH ACCORDING TO IDOT SPECIFICATION 2301.16, UNLESS OTHERWISE NOTED, 8. CONCRETE FOR PAVING WORK ON THIS PROJECT SHALL BE OBTAINED FROM AN IDOT CERTIFIED BATCH PLANT OR READY -MIX PLANTS, 9. CONCRETE TRUCK WASHOUT IS PROHIBITED INTO OR NEAR THE STORM SEWER SYSTEM. PROPER PRECAUTONS SHALL BE MADE TO PREVENT WASHOUT TO ENTER THE STORM SEWER SYSTEM. 10. ALL PCC PAVEMENT REPLACEMENT SHALL BE M -MIX. SITE RESTORATION: 1. ALL AREAS DISTURBED BY CONSTRUCTION AND NOT TO RECEIVE PCC PAVING SHALL RECEIVE 6' TOPSOIL (AS NEEDED) AND MATTING. ALL STONES, WOOD, AND OTHER DEBRIS LARGER THAN 1-1/2" SHALL BE REMOVED FROM AREAS TO RECEIVE TOPSOIL AND BE CONSIDERED AS INCIDENTAL. DO NO COMPACT TOPSOIL. IF SOIL IS COMPACTED, DEEP TINING OR TILUNG SHALL TAKE PLACE PRIOR TO SEEDING. 2. WHERE ADEQUATE EXISTING TOPSOIL IS PRESENT, ADDITIONAL PLACEMENT MAY REQUIRED AS DETERMINED BY THE ENGINEER. 3. TREE ROOTS 1' AND LARGER SHALL BE CUT/PRUNED WITH A CLEAN EDGE USING A SAW OR CHAINSAW. 4. ALL UMB DAMAGE TO EXISTING TREES REQUIRES CLEAN TRIMMING AFTER WORK IS COMPLETED IN THE AREA. DISPOSE OF ALL DEBRIS OFF SITE. TRAFFIC CONTROL: 1. SEE DETAILS PROVIDED ON SHEET 6 FOR TYPICAL LANE CLOSURE AND ROAD CLOSURE DETAILS. 2. TRAFFIC CONTROL PLANS RELATED TO HIGHWAY 1 (DODGE STREET) AND HIGHWAY 6 (RIVERSIDE DRIVE) ARE SHOWN SEPARATELY ON SHEETS 22 AND 23. 3, SIDEWALK CLOSURES SHALL BE INCLUDED IN AND CONSIDERED PART OF THE THE TRAFFIC CONTROL BID ITEM FOR ALL LOCATIONS WHERE NECESSARY. 4. SIDEWALK CLOSURE SIGNS SHALL MEET MUTCD STANDARDS AND BE PLACED AT THE NEAREST INTERSECTIONS IN ALL LOCATIONS WHERE THE SIDEWALK WILL BE CLOSED TO PEDESTRIAN TRAFFIC DURING CONSTRUCTION. 5. ALL MISSING OR DAMAGED TRAFFIC CONTROL DEVICES SHALL BE REPLACED PER THE CONTRACTORS EXPENSE. 6. ALL CONSTRUCTION FENCE SHALL BE INCLUDED ON TRAFFIC CONTROL BID ITEM. Kilarrat��. THE FOLLOWING UTUTY COMPANIES MAY HAVE FACILITES IN PROXIMITY TO THE PROJECT: GAS & ELECTRIC MID AMERICAN ENERGY CO 1630 LOWER MUSCATINE RD. IOWA CITY, IOWA 52240 GAS ATTN: DON MASTON OFFICE: 319/341-4461 MOBILE: 319/330-8747 ELECTRIC ATTN: DICK BOCK OFFICE: 319/341-4468 MOBILE: 319/330-0543 TELEPHONE CENTURY -NK COMMUNICATION ATTN: TOM STURMER 1550 BLAIRS FERRY RD, NE CEDAR RAPIDS, IA 52402 PHONE: 303/664-8090 CABLE TELEVISION MEDIACOM ATTN: TIM EAGEN 546 SOUTHGATE AVENUE IOWA CITY, IOWA 52240 PHONE: 319/351-0408 X234 CELL: 319/350-3679 FIBER OPTICS AT&T ATTN: JAM GOEKE 5261 NW 114TH ST., SUITE B GRIMES, IA 50111 PHONE: 515/986-9413 CITY OF IOWA CITY: WATER DIVISION PHONE: 319/356-5162 UNIV. OF IOWA ATTN: GEORGE STUMPF PHONE: 319/335-2814 UTUTY LOCATING CREW CITY WATER DEPARTMENT IDOT RIGHT-OF-WAY CITY WASTEWATER DIVISION CITY TRAFFIC ENGINEERING CITY PARKS & FORESTRY ONE CALL PHONE 1-800/292-8989 ATTN: LEON SCHLUETER PHONE: 319/631-1169 ATTN: JOEL KEIM PHONE: 319/365-3558 ATTN: ROGER OVERTON PHONE: 319/631-1144 ATTN: GUY IRVIN PHONE: 319/356-5192 ATTN: RAE LYNN STOCKMAN PHONE: 319/356-2068 1 1 S RM-WFR IASPTi N. SYROMRCf hbk EFGNt I:RC;G YA6R'WRYUWi&5VIl'CI ]omn ueewiwcvruri.nnoe 2 OF: 23 N 1014 STORM SEIVER IMPROVEMENTS PROJECT e a s :7 C7 J ^L 7i i Y hbk ENGINEERING CIF IDP4 —Cli c¢va�c�ax, ac QUANTITIES, TARULA11ONS, AND LEGEND ININ 1'2ISCR YION ItY aes1 em no fcuS EhTs nae „ n.L. Rnu�. neo •, EROSION CONTROL LS 1 13-07 2014 SS IMP 03-26-2014 NTS 3 OF: 23 TABULATION OF QUANTITIES SITE LOCATION PLAN SHEET DESCRIPTION UNITS QUANTITY 1 17 luwalJaSrTwn STORM SEWER, RCP, 12" LF 8 GUF2B+GUTTER, PCC, 2.0' LF B RMV STORM SEWER, 12' LF 8 SITE RESTORATION LS 1 EftO610N CONTROL LS 1 2 fa couruc rot INTAKE, SW -509 EA 1 RMVL OF EXIST STRUCT EA 1 PATCH, FULL -DEPTH,, 0` PCG SY 31 SIDEWALK, PCC, 4" SY 6 SITE RESTORATION LS 1 EROSION CONTROL LS f 3 20 fAuscadneJRundetl RMVL OF EXIST STRUCT EA 1 PATCH, FULL-DEPTH;6`.PCC, 3" HMA SY 67 CURB+GUTTER, PCC, 20' LF 8 STORM SEWER ABANDON, FELL+PWG LF 46 SITE RESTORATION LS 1 EROSION CONTROL LS 1 A 21 lowalRR Bridge INTAKE, SWb09 EA 1 PATCH, FULL -DEPTH, 6- PCC, 3" HMA SV 19 RMVL OF EXIST STRU GT EA 7 SITE RESTORATION LS 1 EROSION CONTROL LS 1 5 22 S. Dubuque Street INTAKE, SW -509 EA 2 PATCH, FULL -DEPTH, -DEPTH, 9" HMA SY 8 CURB+GUTTER, PCG, 1.5' LF 14 RMVL OF EXIST STRUCT EA 2 SITE RESTORATION LS__ 1 EROSION CONTROL LS f 6 98 bwalJefhrson Alley (behind UtCCU) INTAKE; SW 511, MOD EA. 1 PATCH, FULL -DEPTH, T'POO SY 23 RMVL OF EXIST STRUCT EA1 SITE RESTORATION LS M1 EROSION CONTROL LS 1 7 11 Weeber/Ediagafa INTAKE, SW -507, TOP ONLY EA 2 PATCH, FULL-0DEPTH, B" PGC SY 48 RMVL OF EXIST STRUCT EA 2 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 B 12, WilliamINTAKE; SW -61 i, MOD EA 1 PATCH, FULL -DEPTH, 7" AMA SY 330 RM VL OF EXIST STRU CT EA 2 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 9 7 Oakes RMV STORM SEWER, 15" LF B STORM SEWER, RCP, 15" LF 12 RMV+REINSTALL STORM SEWER, 15" LF 42 RMV+REINSTALL FES EA f SUBDRAIN, TILE, 4" LF 30 CLASS E REVETMENT TON 15 SITE 13-407 INTAKE, SW -500 EA 2 EARTH FILL TON 55 TABULATION OF QUANTITIES ITEM ITEM DESCRIPTION UNITS QUANTITY 9 12 5th Avenue STORM SEWER, RCP, 12" LF 12 INTAKE, SW -507, MOD EA 1 RMV STORM SEWER, 12" LF 8 RMVL OF EXIST STRUCT EA 2 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 10 14 Peterson Street STORM SEWER, RCP, 15" LF 75 INTAKE, SW -512 EA 1 PATCH, FULL -DEPTH, 7" PCC SY 48 _ DRIVEWAY, PCC, 6" SY 17 RMVL OF PAVED DRIVEWAY SY 7 RMV STORM SEWER, 15" LF 75 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 11 9 Old Highway 218 STORM SEWER, HDPE, 42" LF 65 FES, HDPE, 42" EA 1 RMV STORM SEWER, 42" LF 50 RMVL OF EXIST STRUCT EA 1 CLASS E REVETMENT TON 178 CLASS D REVETMENT TON 616 EARTH FILL TON 564 SITE RESTORATION LS 1 EROSION CONTROL LS 1 12 8 S. Riverside STORM SEWER, RCP, 24" LF 60 RMV STORM SEWER, 24" LF 60 PATCH, FULL -DEPTH, T' HMA SY 208 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 13 7 & 22 Newton &Riverside INTAKE, SSW -542 EA 1 PATCH, FULL -DEPTH, 10" PCC SY 30 SIDEWALK, PCC, 4" SY 9 RMVL OF EXIST STRUCT EA 1 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 14 15 & 23 Dodge Street INTAKE, SW -509 EA 2 STORM SEWER, RCP, 15" LF 20 PATCH, FULL -DEPTH, 6" PCC, 3" HMA SY 67 RMVL OF EXIST STRUCT EA 1 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 15 13 Hutchinson Street RMV STORM SEWER, 8" LF 10 CLEARING &GRUBBING LS 1 CLASS E REVETMENT TON 15 SITE RESTORATION LS _ 1 EROSION CONTROL LS 1 RESTORA714N LS i 13-407 INTAKE, SW -500 EA 2 EARTH FILL TON 55 TABULATION OF QUANTITIES ITEM ITEM DESCRIPTION UNITS QUANTITY 9 12 5th Avenue STORM SEWER, RCP, 12" LF 12 INTAKE, SW -507, MOD EA 1 RMV STORM SEWER, 12" LF 8 RMVL OF EXIST STRUCT EA 2 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 10 14 Peterson Street STORM SEWER, RCP, 15" LF 75 INTAKE, SW -512 EA 1 PATCH, FULL -DEPTH, 7" PCC SY 48 _ DRIVEWAY, PCC, 6" SY 17 RMVL OF PAVED DRIVEWAY SY 7 RMV STORM SEWER, 15" LF 75 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 11 9 Old Highway 218 STORM SEWER, HDPE, 42" LF 65 FES, HDPE, 42" EA 1 RMV STORM SEWER, 42" LF 50 RMVL OF EXIST STRUCT EA 1 CLASS E REVETMENT TON 178 CLASS D REVETMENT TON 616 EARTH FILL TON 564 SITE RESTORATION LS 1 EROSION CONTROL LS 1 12 8 S. Riverside STORM SEWER, RCP, 24" LF 60 RMV STORM SEWER, 24" LF 60 PATCH, FULL -DEPTH, T' HMA SY 208 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 13 7 & 22 Newton &Riverside INTAKE, SSW -542 EA 1 PATCH, FULL -DEPTH, 10" PCC SY 30 SIDEWALK, PCC, 4" SY 9 RMVL OF EXIST STRUCT EA 1 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 14 15 & 23 Dodge Street INTAKE, SW -509 EA 2 STORM SEWER, RCP, 15" LF 20 PATCH, FULL -DEPTH, 6" PCC, 3" HMA SY 67 RMVL OF EXIST STRUCT EA 1 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 15 13 Hutchinson Street RMV STORM SEWER, 8" LF 10 CLEARING &GRUBBING LS 1 CLASS E REVETMENT TON 15 SITE RESTORATION LS _ 1 EROSION CONTROL LS 1 B-wyrvml gar ftm.) MAXIMUM PIPE DIAMETERS Mel M. Ma. t—� 30•' t 4M2 2af 3 30" 4 48' Refar W SW -514 far D m4^, lktur . QI 36 men P, may be usual Olen .,If Mrrom n is mmrmoama PLAN to 4 feet. Inseall rear #4 cicgonal bars At moral ops e one et all ,is, openings. 03 Cast -In-place bas shown If hese 6 preaowt Is undo wl, the foetp,at of brseis not required W rate -d bcyaorl the ager sm, of IM1w Ovalle. U 12 Inoh nz.l wet height above CII pipes. BON: of Curb Farm Rade - a" Baaoml B (15Y) �n.ert FllaflZe -4t2 411 40 anal R en nge Opuand �cmhanqwu Last, Statin (bad of Sam) 11 SECTION A -A STORM SEWER INTAKE. SW -506 II 1 / SCALE: NTS \/ Refer to SW -514 Nr boanut leak ^t metal lour µ does of `ars at Alll ppm .,..,,a C Caa' arab AnIf y. Itry1 'h be6s ibe tamp the mer ", na4 w,.ed m melena nd the aoler edge or the sall SN -6a3 iylne R Crom, Q 12 In minimum wap height above all all Aaf: t Rlny L m da'a: Pr t Hem. P. REINFORCING BAR LIST Pot Mad 41 so, A .at am To Shope Count —_... 4 Lengm 7'-A' Spaeie; Be, Detat 412 4t3 4 4 To To 4 4 C• -B'• 2'-B. See Cl See froal 414 4 to B 3-B'• 1Y' 415 4 -T 6 4•_2•• 10•• 401 4 Bou ---- 4 ]-1C' 12' ...462 4 Bua' 4 3-2• I1" 463 4 Bose 5 7'-2" 12' ...464 ... 4 8 -ii 4 V-2•• 11•• 4w1 ''. 4 All, 29 'ARI He:. ht minus 4 12" 4.2 4 Wall 2 V ... a 3' 8'• 12" 4x3 4 Wal!s 1 and -3 VOnee C-8, 12" 4.4 j 4 wall 4 1- Vades ]-0." 12" 40 4 WCII 5 Varies i'I; _ 16''-1 STORM SEWER INTAKE. SW -506 II 1 / SCALE: NTS \/ Refer to SW -514 Nr boanut leak ^t metal lour µ does of `ars at Alll ppm .,..,,a C Caa' arab AnIf y. Itry1 'h be6s ibe tamp the mer ", na4 w,.ed m melena nd the aoler edge or the sall SN -6a3 iylne R Crom, Q 12 In minimum wap height above all all Aaf: t Rlny L m da'a: PLAN Back of Curb SW -602 Type F Casthg Adinuumork Ross 444 Ef 4t5 441-�f 2/ wtisa Q f4 1.4mstrL'ction ff i JCht itWJ 4rv2 11 ttPICAL SECTION Pr t Hem. P. R04 iCINe BAR 115[ Pot 1 so TV,h(l3) Shrga Cl L th Dir 4w2 4 Be Short Wall 2-0 we 461 4 Saxe Height 7-10• I[" �i I'I 4 9nee. B S-2•' - R" man. 4w] 4 Ji 2I � 4b1 Short Wall 4w2 4 Lon wall 2._0..—� 6., P 4` I2" DA%WDD Poe PIPE ]IAMEIfRS h t C t n- oc e 3'-p' L Don W W SDacWre SECT04 A -A st rd Ova(_ is 1P" Nog Woll EO fib" PLAN Back of Curb SW -602 Type F Casthg Adinuumork Ross 444 Ef 4t5 441-�f 2/ wtisa Q f4 1.4mstrL'ction ff i JCht itWJ 4rv2 11 ttPICAL SECTION rx, r I�nu,..r na,ga..... 2 STORM SEWER INTAKE SW -505 SCALE:NTS I Be I SECTION B-6 Fnm Rade - SN 603 type R Casting - LCrest Fowline an Q of matur q:re t b k paA 0 C 6 R q be her, t! d l,aded Hi on, Pal grand erPm 1 , e tl 2 9 , I 6 �'.t y y t-pllv,q and ::=m'.er. slum o.. Qwwl ,nw•e n. mean 3OUDLJI SCALE: NTS � J fT _ T f J, r Ir I �. R04 iCINe BAR 115[ Pot 1 so 'n Shrga Cl L th Dir 4,1 4 Be 4 2-0 4" 461 4 Saxe 4 7-10• I[" 462 4 9nee. B S-2•' - 12" 4w] 4 Walls 2I � Wall H.1 gM mines IY' 4w2 4 Lon wall .,a P 4` I2" rx, r I�nu,..r na,ga..... 2 STORM SEWER INTAKE SW -505 SCALE:NTS I Be I SECTION B-6 Fnm Rade - SN 603 type R Casting - LCrest Fowline an Q of matur q:re t b k paA 0 C 6 R q be her, t! d l,aded Hi on, Pal grand erPm 1 , e tl 2 9 , I 6 �'.t y y t-pllv,q and ::=m'.er. slum o.. Qwwl ,nw•e n. mean 3OUDLJI SCALE: NTS � J fT _ T f J, r Ir I �. r1r1n oo �C1C1 Doo'.. 74•• I- uul� 00o utero I000''' 18'•-1}'4 BARS ON 12• CENTERS (EPDXY COATED) 2—NEENAH R -4670—A W/ FRAME TROWEL SMOOTH AND P.C.C. FILLET PLACE SUBGRADE PAPER TO PREVENT BONDING 4 MODIFIED INTAKE SCALE NTS mines' 2014 STORM SEWER amo aNcmesalNc rt:niaAshim. mal 10R'AC4T5,Ia,t'Ares" smin47are, REGALF� Non mai *..,—rio DICTALLS �8" P.C.C. PAVEMENT �18'•-#4 BARS ON 12' CENTERS REVISIONS (FPDXY COATED) Do'l't;- u1fftooftfun - ee VTgL 4�i11 Dar:1: NP5 DAD —8" F.C.C. 'NALL . —KEYWAY * .. , . rz P.C.C. BASE J'R A. I Ali 13-407 2014 SS IMF — 9 03126.2014 NTS 4 OF: 23 l �PropM�lSMljdp�'A90 Stam sa - MIPImrIWPMR\Y 4t: .da M 3A 3014 - +RS N C mn1—TxpN�� 5 1 tbtaiW mA a Luy O II tl•• ©1 to 41 T. 'I a 911 13-407 \\\\\\ r °'R Edxo IXtavvM evb a cui4 Y SW-88Ri. hftln0 -: 5" —16 IQ" c e' fna _ lbertl ,u enE J"� ma nF .Ix w.bB Bad vl cud YA�YN f6E �,-e min. Fqe Rr 1 t-F-plxe 201461M'ORREWER IMPRO4E6ffiMS PROJECT .a _ T a. � dwp9t ,z" m�P wul mwl :tlb" mm, n Heft Mkll nv�Oh l xe:jlt sasbacniwv (� Owel P® NSM 14) O Yod tl' h 1 tale otl:tt b Y Bw W oro yi k p m M d be tled f yy +qe( yNll:a left Nm JS � p M1e+. I �'mIB-bcn a emmwe Imsaee q : Foe m B �H b.,: 'm' ml BomW L d0 O— ( 11'-0" . M(-tl mox.) PIAN 3 h : nim'vm .pll 1 ¢I i ue oll pio¢s 4] 9RCM1G Wt FwY:g M.wtm - : t -1--'.www ..'n Lmrl 1 1 / Tftiveen 7✓ _I OeiR arc'. 8'mN i / 4R % LE SAM Wd,. sora: A,n e - R ICAL SECTION LI51 � umY clze Im snye ml lea 0 spcmq 7 IA tl 4'-Y Btt avt � 41x 4 1I' P. -- 4iw 6 411 4 lw 41- 4_ 10 - - 4p1 4 B'vfe 5 4=6 IB' tW 4 m, 4 9urzmlm e' s<e iwa 3 ' 4 Wdv _ 14 Wall 4eR 4 Loa9 Wdv ) re 4'$' tR' .. 4,•^^ n p Tw � e 7 •� - = k FNC.INFF RINC (71 STORM SEWER INTAKE, SW -507 l.11..:PARI1111111YLAi . BF�F��x 5 REVETMENT INSTALLATION SCALE: NTS av-.� R o a— �� p�°T� �r smwa - _*�14 1 ' -X A �-- _=--_ _—•_ _,. v _ Q \— tt ` 4-. 4 PATI ®stress Wrydvaxwmrry.NmvamvLY _ IY4/P @r FaWeeAm• +v 1 E tl2 h1 4P . [ppp1711 16 :... —_ � O ®Yrrt[v4agnreeveawdbrrlw� Y+a e� -- tvmrxbw.Fvxntearn Irt m u:rwvlrawq m+M w® W nd ' - ENwi m4sEM:®Yarw,M1elfMMnugPf. 4-µ x0� \ �a LaT,kH-,� -. xvn � b�Palu Ii 1'�mXmYnuj u TlP.C4L81LT FEMW Mwi OiFC"( TYPoGLESi FENCEIN9i ��ILwwsm:mxw.aaae 4uQ Ptl P ,A,+ LaM TITLL: O �+ FM12 Fdwdld.keMNmimafelvAr Yy Rd+engMldaaf Mwgepwgbm1 -- — �-��� 1.Wv Qx fW. V eY'WgKSPtlYelrtmnznaennvesYvr:falNbw+.VrmN.IW+l1ra. �/ F.N . --FWx �31euM Lin, n FmMkc yy, -0� —._ O / ...1 asrulsasaLTFa4loxcmlmxuatwEa a� 1j �—�9�t� rvlltfX �a- VVN am,'11WM (RItEW YmY am --- owaurr 4 mr< _ n ac w �wRingm Mnwa' 9r FM 4l1 4 i - 8 — B'ffi RW eFRrara galuW ewe Cs1 �as—I wle wwvrgwF�ml�mWe.,o'u�,.:'"Iww«Mw+m wex T- L ---- rww wmw.°tlsf..mml:e"9M�m'1nmAaol mAmmbMiwneV'af:Y'bmxb a'd ' �edmeEA1W REVISIONS DATE I uPscnon 7 BY al 1AI n4 i no - _ �— o' ".. w. __ ___ ATrAcxmaxrTwwar Trwrusll.TFAwIxsrAw.Twx mx LorlslmolxuaLmEa rr # vww YWw � �� I�.o-� � Rw.ae+w:adw.. 4vYs � &nein r �- 1 —.. 'u 4N 14 Wrs — v i- m:xwr — ra v bC[CII�O,I6Bh +r+anaw,ar.a.l nwRAH er pe�(.r 0.1Dm �a 101'4" (� 1 SILT FENCE INSTALLATION $ STORM SEWER INTAKE SW -509 zma_ss_lme U SCALE: M8 SCALE: NTS 03262014 NTS 5 or: 23 l �PropM�lSMljdp�'A90 Stam sa - MIPImrIWPMR\Y 4t: .da M 3A 3014 - +RS cef E`o rtlnter uVeecio on, oon-.nen bom IF '-ile A. d rt or 4 0 of Lon P l C 6 I'll e tl bf.s oJp tl of rt p erl Vcdl y be .1 t, ,to mI ays kf n ._ _> I 18 10- (mn.T to 20-0 (mer) -� —.... mo fi EFSU Po -,r (SW -50-2 E%Tt-L30N axe Sw-54t "bon') -ED mmt Plncmg . ne. 1..1o, Z o ord Esfeneian 3 11 R u cec 1 elf, us nzc < wzo f a✓E Y:y sEE Y t I q T y � v r a a is 33 p r Y i d I t J x xc _ of I (t1NiPM ZnxF Wall R rlo ani 6 #4 foB. Lpp'1 war 'n t� � as'ngs 6' fi' Fes— Well W PLAN ;rpA, re Top ��- Top Ie'mion i 12'•mlA \Gpelning Depth (]'-0' max.) ufro Io f r e.1—f ,me or ioW4 too bod of de IAe C Pier i. on Appoc bl f Low+ c, ration / Center Pear �Wnen Applimhle) Dmgoncl 3cr0D tYP) Tp Pe fD pm #4h t o cc Each Hcy 5W-602 Type G Gosling I pt / lel/- crone m InleLv mtlon E S1111N, e 0 I n1 STORM SEWER INTAKE, SW -542 `7 SCALE: NTS Slructore may be but witto op r egs on any or all sides. Provide openings and Drientaloo as s,e,1f,d Io in, mntrcd Adjecent walls moy have cifferool wldlhs based oPon pipe cpn Hgvre6on, bo! structure moat be rerteagdor. V• ooirrot 'le� cpe 3 M 15 -na go epoxy -cooter bars .t 0 ,.hes on ce ,bed bars a minimum of 3 lnebes c wals cord t p of all ope } ode to HIM diectin, o, on eider. G-odo to top elevation or dared IJ o e pe eq be ,cpH,i or 1 ,.I csn, edl, d ell ;aorq vert,edly thr.,,r, er refr1l roo, old too: '5-,,,h #4 b t p c nt t of dv m e cVenl g RI, IerSM of f t S of Et 1 d t r, Icaly Ih engh per reel ore occt[erd 10rct 7r4 bar in pier. Q W,I wldtts o,� oltbf p n e P d P'rbos of wall d h (rnfirrnfror,e,h ode of pipe o g kfinnoron wall d h i, J6 rf,i,o Yo,wrobn ed wdt J) ..hes U Cat -i,-,1... rose t F bom brecoot . tegrel with alts, Ile hnep Is net ...... d 1f, ,Lend beyond t.c o,Ater edge of the walls VJ boll four A4 dist JI ban at all pipe openings. (RD 12 n n imam roll t ql above d1 pipes Le..t Pas 6" Wel Wdtho §4 Pers rl 12 SLUMN A -A oc. Each Way 1 STORM SEWER INTAKE SW -513 7 O SCALE: NTS M lalNel M) nmlMr g oof. - Icce of trttake rcnax 0 r9 11 TRAFFIC CONTROL Krone E -E 1% 1. SEE ADDITIOANL TRAFFIC CONTROL NOTES ON SHEET 2 OF THE PLANS. 2. SHEETS 22 AND 23 PROVIDE SPECIFIC TRAFFIC CONTROL PLAN SHEETS RELATING TO PROJECT LOCATIONS WITHIN IDOT JURISDICTION. >Zi ,a fl z ErzDss er'. sa oatr; nzc < wzo f BLMx SN.CE 1 sEE Y t I q y F0; is 33 p r Y i d I t J x xc _ of I (t1NiPM ZnxF rrm-r wzp-. V-11 o- fl S SIREEI sQ94 Ear 2 s� tn+cm cr uveruav e" ss wmr m t0orpee is, t"tiEL ze 1.1,10un"nrw IX, rc I LEGENDSHIFT- ooll� .11 A u_ - 0 ) nrrru u., °LSF I ' m � �u "e {TnaeE XFGi�EU) r w'� — oe -wa sa x rat- mrmJr �� V1-3 Loner vemta° z to zw¢ rt mxsrn `JeJA-o for,rex wsrtn ffm u•.n au®z PR�J3 w11u wn e[ wtm C� NIIX£ENnS. 11 TRAFFIC CONTROL Krone E -E 1% 1. SEE ADDITIOANL TRAFFIC CONTROL NOTES ON SHEET 2 OF THE PLANS. 2. SHEETS 22 AND 23 PROVIDE SPECIFIC TRAFFIC CONTROL PLAN SHEETS RELATING TO PROJECT LOCATIONS WITHIN IDOT JURISDICTION. >Zi ,a 1RIEDYI 20145'I04M SEVV%A Yid w a,vPofore' l nxnl.YOnreE JLt, aAom wmnAB 13 407 2014 SS IMP 03.26-20.14 "AlL I NTS 6 OF: 23 L L J xl p MIYOP STftEef.,.;a; n„r f � I �„ I <01 y F0; is 33 p r Y 1RIEDYI 20145'I04M SEVV%A Yid w a,vPofore' l nxnl.YOnreE JLt, aAom wmnAB 13 407 2014 SS IMP 03.26-20.14 "AlL I NTS 6 OF: 23 EROSION/CUT EXPOSED TILE AND PIPE NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. SITE ACCESS SHALL BE LIMITED TO ONE LOCATION AND NOT IMPACT EXISTING LANDSCAPING. 3. FIELD VERIFY NUMBER OF ADS DRAIN TILE DISCHARGES NEAR POINT OF CUTTING AND CONNECT OR EXTEND ALL. 4. ALL FENCE AND SIDEWALK SHALL BE PROTECTED. DAMAGE WILL REQUIRE CONTRACTOR REPAIR AT NO COST TO OWNER. 5. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL. LOCATED ADS TILE RESET 12 LF EXISTING 15" RCP (176' TO 186') REMOVE AND REPLACE 12 LF 15" RCP (188' TO 200') RESET 30 LF EXISTING 1S" RCP AND FES (200' TO 230') WRAP AND TIE ALL JOINTS (176' TO 230') PROTECT — EXISTING FENCE 1202 LOCATE EXISTING 4" ADS, EXTEND, AND — DISCHARGE INTO EX. RIP -RAP SLOPE (ASSUMED ALIGNMENT) CLEAN OUT DEBRIS w AND WASTE MATERIAL _ 1 173 SEVERE EROSIC AND SINK HOLES EAE OF EXISTING FE GRADE OVERLAND FLOW ROUTE FILL AND COMPACT MAT AND SEED PROTECT EXISTING 2:y VEGETATION _ Cs� (TYP.) - - -_ - �I VERIFY AND/OR LOCATE ADDITIONAL ADS TILE � 1165 INSTALL PLYWOOD SHEETING B(T STREET AND WORK AREA TO PROTECT GRASS (CONSIDERED INCIDENTAL TO MOBILIZATION) 1157 -t 13-407 2014 SfORM.SFWTR IMPROVEMENI S PROJECT 1�1 wrvw.xxxm,uvrra,«cc,. hbk z:rvcrvceRlxc " umea�9ise.ns� "�c�iPainoa nnwa�ze� 1154 PLAN OAKES DRIVE REVISIONS sd m" P, I "R?sm Oor. I R '!""L RIOOO,w. "T9 RAR -- —t— ueJLlnu cx RARxv. nxr BAB nr Ia 4or 2tl14 5S IMY 03-26-2014 I"=50' 7 OF: 23 A DAMAGED SIDEWALK AND INTAKE m REMOVE AND REPLACE 9 SY 4" PCC SIDEWALK —� REMOVE EXISTING INTAKE INSTALL SW -542 RIM= 656.55' 15" FL IN (SW) = 652.85- 18" FL OUT (E) = 652.85' **VERIFY ELEVATIONS** NEV,TON ROA NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. AREA OF REPAIR IS LOCATED ON STATE HIGHWAY 6 AND WITHIN IDOT RIGHT-OF-WAY. TRAFFIC CONTROL REGULATIONS (MUTCD) SHALL BE FOLLOWED AND IS OF EXTREME IMPORTANCE. 3. SEE TRAFFIC CONTROL PLAN ON SHEET 23. 4. ALL PAVEMENT SHALL BE CLASS M MIX. 5. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND LABOR TO CONNECT EXISTING PIPES. G 0) c� 1 j111 REMOVE AND REPLACE 30 SY 10" PCC PAVEMENT (M -MIX) / i �r I / V 13-407 2014 STORM SEWER MPRO VEMEM1TS PROtEC 4� n, Kn M r3 s hbk F:NCi INh'h[2IN(} 1 IOWA AVENUE PLAN NEWTON ROAD LU 4 REVISIONS E, DATE I DFEMMON HY ... ..A L: ,wR� oanal. RADS. 3.407 2014 SS IMP 03-26.2014 8 on 23 207 11 II 205 w, N IOBKvxoren.a: 13-407 YOIEM: COORDINATE GUY WIRE RELOCATION zola sroam sewea OR POWER POLE BRACING AS NEEDED Imeaovamenrs raomcr MYRTLE DRIVE 201 ifiLel NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. STORM SEWER PIPE BID ITEM SHALL INCLUDE CONNECTIONS TO EXISTING PIPE, INCLUDING BUT NOT LIMITED TO COLLARS. 3. SITE TO BE ACCESSED FROM DRIVE AS SHOWN. 4. CONTRACTOR TO COORDINATE WITH MID -AMERICAN ENERGY IF CONFLICTS EXISTS W( POWER POLE OR GUY WIRE. 5. TRAIL TO REMAIN OPEN AT ALL TIMES. CONSTRUCTION FENCE TO BE INSTALLED TO PROTECT PUBLIC. 1 1 l_ 1 1 Set�xo'.w.4m W W. =4 — IR3 __-al__• I EX. INTAKE RIM = 649.30 FL(N) = 645.10 FL(E) = 645.00 KUM & GO 517 E:1 11 1 C REMOVE AND REPLACE GRAVELIHMA PARKING LOT AS NEEDED L e,oensrnvxx uurvv,eorml 1 r�T 1 1. *�,0)77 PLAN 510 RIVERSIDE DR. •` ' INSTALL FERNCO CONNECTION BIT �1 '•, EXISTING AND PROPOSED PIPE REVISIONS uu5 MW I Nft MMXON BY u i1111L4 aNDOC NIENIS Q. T=7 �•, �JU ltD P DAD' 1140'I 1 2014 SS EAIP 63-M_M14 1^ say g OF: 23 REMOVE EXISTING —60 LF 24" CMP PIPE •', INSTALL -60 LF -. C7 '�"� 24" RCP STORM SEWER \�=1 ..... EX. INTAKE RIM = 650.15 FL(S) = 646.15 \ l 1nr.1 MYRTLE DRIVE 201 ifiLel NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. STORM SEWER PIPE BID ITEM SHALL INCLUDE CONNECTIONS TO EXISTING PIPE, INCLUDING BUT NOT LIMITED TO COLLARS. 3. SITE TO BE ACCESSED FROM DRIVE AS SHOWN. 4. CONTRACTOR TO COORDINATE WITH MID -AMERICAN ENERGY IF CONFLICTS EXISTS W( POWER POLE OR GUY WIRE. 5. TRAIL TO REMAIN OPEN AT ALL TIMES. CONSTRUCTION FENCE TO BE INSTALLED TO PROTECT PUBLIC. 1 1 l_ 1 1 Set�xo'.w.4m W W. =4 — IR3 __-al__• I EX. INTAKE RIM = 649.30 FL(N) = 645.10 FL(E) = 645.00 KUM & GO 517 E:1 11 1 C REMOVE AND REPLACE GRAVELIHMA PARKING LOT AS NEEDED L e,oensrnvxx uurvv,eorml 1 r�T 1 1. *�,0)77 PLAN 510 RIVERSIDE DR. •` ' INSTALL FERNCO CONNECTION BIT �1 '•, EXISTING AND PROPOSED PIPE REVISIONS uu5 MW I Nft MMXON BY u i1111L4 aNDOC NIENIS Q. T=7 �•, �JU ltD P DAD' 1140'I 1 2014 SS EAIP 63-M_M14 1^ say g OF: 23 EXISTING CMP OUTFALL SEPARATION OF EXISTING CMP PIPE I r ly� MAT AND SEED REMOVE -50 L.F. COLLAPSED 42" GMP — STORM SEWER 1 N CONNECT EX. CMP TO PROPOSED CPP W1 FERNCO LARGE DIAMETER SERIES COUPLER OR APPROVED EQUAL EX. INTAKE RIM = 649.42 FL(W) = 645.82 FL(E) = 636.62 NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. -Z SITE ACCESS SHALL BE LIMITED TO ONE LOCATION WITH MONITORING OF TRACKING. 3. REVETMENT SHALL BE PLACED PER DETAIL 5, SHEET 5. 4. APRON GUARD IS CONSIDERED INCIDENTAL AND SHALL BE INCLUDED WITH FLARED END SECTION. 5. THE FLARED END SECTION AND LAST TWO PIPE JOINTS SHALL BE TIED TOGETHER. 6. SITE RESTORATION TO INCLUDE MATTING. I EX. INTAKE RIM = 643.84 0 15— i , 70 I m m G , 13-407 OB, - FILL AND COMPACT 2014 STORM SEWER INSTALL MATERIAL AS DETAILED IMPROVEMENTS PROTECT FILL MATERIAL: CLASS D BEDDING - 616 TONS s EARTH FILL BEDDING - 564 TONS CLASS E REVETMENT -178 TONS CD /0 i)-� / =4 C-) REMOVE EX. FES FL = 629.20 �' wvuv.ex.rc,x xvmv.mn vs,v�a F.NGINF;F.RING INSTALL 42" CPP ewelsueeux0unu,`sa`x, r'1 FLARED END SECTION*�a INSTALL 65 LF Ld 42" CPP STORM SEWER SITE ACCESS PLAN OLD HWY 218 ------ l VERIFY AND ESTABLISH TORY!CHANNEL SHAPING AND POSITIVE DRAINAGE INSTALL FILL MATERIAL 1854 INCLUDED IN QUANT. ABOVE II REVISIONS 71 f�+ ' DATE iDDID -ONMUNI US �� \ e MIGIB BID IIpI UMLNTS UAU_ �t no o _ t 2i_ \ JGI,6i RID llAU ll -007 A m. 2014 SS MP --- —. 01-M-2014 i 10 OF: 23 Li NW CORNER INTAKE - WEEBERST. j � a5� Ye tr t INSIDE EXISTING INTAKE - WEEBER ST. NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. ALL CONSTRUCTION TO TAKE PLACE WITHIN CITY OF IOWA CITY RIGHT-OF-WAY. 3. ALL STORM SEWER INTAKES SHALL BE WRAPPED IN GATOR WRAP. 4. ALL PGC STREET PAVING TO BE CLASS M MIX. 5. PROPOSED SW -509 INTAKES SHALL INCLUDE DRAINTILE CONNECTIONS ON NORTH WALL. SEE DETAIL 3, SHEET 4. B. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS PER DETAILS ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL OR CLOSURE DETAIL AS NEEDED. 0 ri REMOVE AND REPLACE PCC PAVEMENT AS NEEDED 11454 REMOVE EXISTING /' 1155 INTAKE RA -68 (D 1 123 1135 1200 , i/ 1204 1126 1140 REMOVE EXISTING INTAKE RA40 1 REMOVE AND REPLACE INTAKE TOPILID EX. RA -43 REMOVE AND REPLACE INTAKE TOPILID AND THROAT EX. RA -43 N 13-407 1014 STORM SEWER �V IV Q ^» C-) w �M1FF� hbk ENGINEERING enax�, mv. 1 0�TY �1 / INSTALL SW -509 /" ��' PLAN RIM = 703.06 / FL(NE) = 697.36 WEEBER STREET FL(SW) = 697.56 / i TILE (N) = 700A6 INSTALL SW -5i)9/ - RIM = 702.49 FL(NE) = 696.89 % / / REVIS10N9 FL(SW) = 686.99 j / j % �Dere � orscw�•non RY TILE(N)=699.49 / / j / e ulnw um oo<uarrry onx AT A, / w — � i ji � ILI N9D T A. RAit er 134017 12014 Ss IRIP 03.26.2014 11 OF; 23 1, M1 �Jvl EXISTING INTAKE AND MANHOLE TO BE REMOVED 2460 �J —IT 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. l 2. SITE ACCESS SHALL BE LIMITED TO ONE LOCATION AS SHOWN ON PLANS. ALL PROPERTY SHALL BE PROTECTED UNLESS OTHERWISE NOTED. 3. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND LABOR TO CONNECT EXISTING PIPES. 4. HMA PAVING SHALL BE INSTALLED TO PROPERLY DRAIN STORM WATER TO INTAKE. Siam Snw Y�worm�nYlPlai SaLimowrfin M S3 M4 - IR39on �� irlio ? 0 REMOVE EXISTING MANHOLE RIM = 711.51 FL(E) =706.81 FL(NW) = 706.81 lk __ INSTALL MODIFIED INTAKE SEE DETAIL 4 SHEET 4 RIM = -710.00 (FIELD FIT) 24" RCP FL(E) = 706.81 FL(NW) = 706.81 _ — — — v 14 13-407 - -1 2-010 STOHM1t SP.YY$H L FROVUWNTS PROJECT I �� \ CD x \ �� S C-.) 9 I �.I "� 2621 REMOVE AND REPLACE •'✓n �� i' PI'R p HMA PAVING Ill ROCK SUBGRADE WI CLASS A ROADSTONE ' I `— k NG7NI'LRtNG FILL AGAINST RETAINING WALL TO DRAIN SOUTH AND PROVIDE -"- - REQ. COVER OVER STORM SEWER SITE ACCESS \_ INSTALL 24" RCP TO EXTEND TO NEW INTAKE �I 1011 REMOVE EXISTING INTAKE RIM = -709.75+1- FL(E) _ -706.81 FL(W)=-706.81 _.--._.. F _ — — -- -- 1039 0 a 1 ' y !'-''' Q_r' *OW' PLAN WILLIAM ST. a. nl.,O1e�uo sne ' 11401 2014 SS_IMP 03.26.2014 v=soy 12 OF: 23 r I. r " I (/) �:• m EXISTING SEPARATION B/T ! PIPE AND INTAKE 1 --� I it 2460 �J —IT 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. l 2. SITE ACCESS SHALL BE LIMITED TO ONE LOCATION AS SHOWN ON PLANS. ALL PROPERTY SHALL BE PROTECTED UNLESS OTHERWISE NOTED. 3. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND LABOR TO CONNECT EXISTING PIPES. 4. HMA PAVING SHALL BE INSTALLED TO PROPERLY DRAIN STORM WATER TO INTAKE. Siam Snw Y�worm�nYlPlai SaLimowrfin M S3 M4 - IR39on �� irlio ? 0 REMOVE EXISTING MANHOLE RIM = 711.51 FL(E) =706.81 FL(NW) = 706.81 lk __ INSTALL MODIFIED INTAKE SEE DETAIL 4 SHEET 4 RIM = -710.00 (FIELD FIT) 24" RCP FL(E) = 706.81 FL(NW) = 706.81 _ — — — v 14 13-407 - -1 2-010 STOHM1t SP.YY$H L FROVUWNTS PROJECT I �� \ CD x \ �� S C-.) 9 I �.I "� 2621 REMOVE AND REPLACE •'✓n �� i' PI'R p HMA PAVING Ill ROCK SUBGRADE WI CLASS A ROADSTONE ' I `— k NG7NI'LRtNG FILL AGAINST RETAINING WALL TO DRAIN SOUTH AND PROVIDE -"- - REQ. COVER OVER STORM SEWER SITE ACCESS \_ INSTALL 24" RCP TO EXTEND TO NEW INTAKE �I 1011 REMOVE EXISTING INTAKE RIM = -709.75+1- FL(E) _ -706.81 FL(W)=-706.81 _.--._.. F _ — — -- -- 1039 0 a 1 ' y !'-''' Q_r' *OW' PLAN WILLIAM ST. a. nl.,O1e�uo sne ' 11401 2014 SS_IMP 03.26.2014 v=soy 12 OF: 23 fJ J _ � 416 ' J li � 4 _ I r Li 1821 NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. Z SITE ACCESS SHALL BE LIMITED TO ONE LOCATION AND NOT IMPACT EXISTING LANDSCAPING. 3. SW -507 SHALL BE MODIFIED TO ACCEPT DRAINAGE FROM THE EAST SIDE (BACK OF INTAKE). 4. CONSTRUCTION PROCEDURES SHALL OCCUR TO LIMIT PAVEMENT REMOVAL AND REPLACEMENT ON 5TH AVENUE. 5. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND LABOR TO CONNECT EXISTING PIPES. 6. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL. 1839 I -M 13-407 O`E'�,. 2014 STORM SEWER IMPROVE.NEN7S PROJECT L_J hbk ENGINHERING CEJ ¢A UtlYMTT1E,. R OP I.A VOY NER PIPE OPOSEDINTAKE A II r+r PLAN 5TH AVE. c� TYLE: n \i Y�w,.:arm 13-407 21114 9S IMI' 0326-2014 ^C w / \rn -'0 �- hbk ENGINHERING CEJ ¢A UtlYMTT1E,. R OP I.A VOY NER PIPE OPOSEDINTAKE A II r+r PLAN 5TH AVE. c� TYLE: n \i Y�w,.:arm 13-407 21114 9S IMI' 0326-2014 EROSION IN DRAINAGEWAY t 05 1 At DISPLACE PIPE I APPROXIMATE LOCATION OF FLIT I — REMOVE ASH TREE REMOVE AND DISPOSE OF UNUSED AND DETACHED VCP AND ANY OLD/ABANDONED STRUCTURES INSTALL -15 TONS OF 6" SPECIAL REVETMENT REMOVE j SEPARATED VCP % REMOVE EXISTING ASH TREE -- NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. REVETMENT SHALL BE PLACED PER DETAIL 5, SHEET 5. 3. AREA SHALL BE REGRADED AFTER REMOVAL OF EXISTING VCP AND PRIOR TO PLACING RIPRAP AT END OF OUTLET. 4. EXISTING ASH TREE SHALL BE REMOVED (INCLUDING STUMP) AND HAULED OFF SITE OR CHIPPED. I 3 =4 — 1.' 4r 410 HOU 201YS11M SEWER x VGFWEe: hbk ENGINEERING 404 l MCLEAN STREET Y, 358 '1111 F: -� PLAN HUTCHINSON REVISIONS f_ r,.; xsrv. ouscemron xx 41M4 BIGOOP k1EN78 PAP 350 J — L _F- _ — 14 (m 23 SINKHOLES FROM BROKEN PIPE a � SINKHOLE BEHIND CURB STREET PANELS AND APRON TO BE REPLACED I� m REMOVE/REPLACE 17 SY OF PCC DRIVE � I 4�4 / .'� �j INSTALL INTAKE SW -507 e\P )..% s+w\�\z 4 ami s rne��r.. M ax ams — Imp REMOVE EXISTING 75 LF RCP STORM SEWER INSTALL 15" RCP REMOVE AND REPLACE 48 SY OF 7" PCC PAVING i COLLAR INTO EXISTING INTAKE WALL N 13-407 2014 STORNI SEWER IMPROVEMENTS PROJECT !c) =1c> m NOTES: --- — I� m 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. m 2. STORM SEWER PIPE BID ITEM SHALL INCLUDE CONNECTIONS TO EXISTING PIPE, INCLUDING BUT NOT LIMITED TO COLLARS. (... 3. COORDINATE EXCAVATION NEAR POLE AND/OR 445 SECURING OF POLE WITH MIDAMERICAN ENERGY. 4. PROPERTY OWNERS TO BE NOTIFIED PRIOR TO DRIVEWAY APRON REPLACEMENT. — 1 5. ALL PCC PAVING SHALL BE M -MIX ---- 6. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS J PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL e\P )..% s+w\�\z 4 ami s rne��r.. M ax ams — Imp REMOVE EXISTING 75 LF RCP STORM SEWER INSTALL 15" RCP REMOVE AND REPLACE 48 SY OF 7" PCC PAVING i COLLAR INTO EXISTING INTAKE WALL N 13-407 2014 STORNI SEWER IMPROVEMENTS PROJECT hbk ENGINEERING IPLAN PETERSON ST. Y,_ RA u-407 2014S 15 or: 23 !c) =1c> m hbk ENGINEERING IPLAN PETERSON ST. Y,_ RA u-407 2014S 15 or: 23 HAST SIDE NT:,_ NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. STORM SEWER PIPE BID ITEM SHALL INCLUDE CONNECTIONS TO EXISTING INTAKE, INCLUDING BUT NOT LIMITED TO COLLARS. 3. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY OF IOWA CITY STORMWATER DIVISION. CONTACT PAUL DRUIVENGA AT 631-1144. 4. AREA OF REPAIR IS LOCATED ON STATE HIGHWAY 1 AND WITHIN ]DOT RIGHT-OF-WAY. TRAFFIC CONTROL REGULATIONS (MUTCD) SHALL BE FOLLOWED AND IS OF EXTREME IMPORTANCE. SEE SHEET 24. i Ll 631 REMOVE AND REPLACE -31 SY OF PAVEMENT ---------- -----{ INSTALL 6" PCC BASE Wl 3" HMA LEX. INTAKE --- --"- RIM = 67168, FL(W) = 668.48 F1 SSE} = 668.28 319 it REMOVE ----309 EX. INTAKE RIM = 672.86 FL(NE) = 663.06 FL(NW) = 665.86 FL(S) = 662.96 J - INSTALL SW -509 RIM = 67Z86 FL(NE) = 663.06 FL(NW)=665.86 .I FL(S) = 662.96 iJ 0 O m m m f 13-407 PROn,, 2184 STORM tiEWER IWROVEMENTSPROJE T 1 C"' 328 Vic, INSTALL SW -509%'-"4 i RIM = MATCH EX. GRADE FL(S) = 663.71 07 ; 9 n rn --�- INSTALL �.4��siS �=1'C-�• 15" RCP STORM SEWER RFGISi0.11lOF'vPNAi]M 316 EXTEND EX. STORM SEWER TO CONNECT TO NEW INTAKE 704 r REMOVE AND REPLACE -36 SY OF PAVEMENT INSTALL 6" PCC BASE WJ 3" HMA I(; E. BLOOMINGTON STREET *i7A'o'-r—iolrA PLAN N. DODGE ST. ..Ill ..... .•. IInl4 \ 11411 TRl-0 SS IMP ol-za.wla n.u.. r 40' 16 OF: 23 ENCI�EBRAC --�- IO\P; DCptAt11LHTOF LiUVY �.4��siS �=1'C-�• RFGISi0.11lOF'vPNAi]M 316 EXTEND EX. STORM SEWER TO CONNECT TO NEW INTAKE 704 r REMOVE AND REPLACE -36 SY OF PAVEMENT INSTALL 6" PCC BASE WJ 3" HMA I(; E. BLOOMINGTON STREET *i7A'o'-r—iolrA PLAN N. DODGE ST. ..Ill ..... .•. IInl4 \ 11411 TRl-0 SS IMP ol-za.wla n.u.. r 40' 16 OF: 23 INTAKE 1 �t \If\` INTAKE 1 I I I I Sloml SRw Mwwvnm%� �b 4E. Z14 - 1&47. Z 03 m z cn m F PARKING LOT ALLEY j I -j 1 REMOVE AND REPLACE 25 SY 7" PCC PAVEMENT IOWA AVENUE 1 _ --sr= — I � I+1 R,Ra: I 13-407 4 A�1. 2014STORMSEWER "PROVEMFM'SPROJFC REMOVE &REPLACE EX. INTAKE I (C -j —Ti INSTALL MODIFIED INTAKE PER DETAIL 4 ON SHEET 4 RIM = 660.50' 12" FL OUT (E) = 658.50' "VERIFY ELEVATIONS*"_f'I'! z REVISIONS NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. w i un1'E OLKR1F11QN BY 2. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND LABOR TO CONNECT EXISTING PIPES. _ — 3. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY • i116/l4 RID DDCtMI+1T9 RAR - OF IOWA CITY STORMWATER DIVISION. CONTACT ---- PAULDRUIVENGAAT631-1144. 4. TRAFFIC CONTROL TO MEET MUTCD REQUIREMENTS �6) BASED ON ROAD CLOSURE FOR ALLEY. SEE DETAIL SHEET 6 FOR LOCAL ROAD TRAFFIC CONTROL AND ROAD CLOSURE. I I I I Sloml SRw Mwwvnm%� �b 4E. Z14 - 1&47. Z 03 m z cn m F PARKING LOT ALLEY j I -j 1 REMOVE AND REPLACE 25 SY 7" PCC PAVEMENT IOWA AVENUE 1 _ --sr= — I � I+1 R,Ra: I 13-407 4 A�1. 2014STORMSEWER "PROVEMFM'SPROJFC REMOVE &REPLACE EX. INTAKE I (C -j —Ti INSTALL MODIFIED INTAKE PER DETAIL 4 ON SHEET 4 RIM = 660.50' 12" FL OUT (E) = 658.50' "VERIFY ELEVATIONS*"_f'I'! — - ._:Sr—. — —S.T.. -- —'ST-- _.— —sr — —sy—. — w hbk ENGINEERING J.- uRAuvunno CITY dM4CT f PLAN IOWA/JEFFERSON 0 I ALLEY z REVISIONS c/) --I m w i un1'E OLKR1F11QN BY — - ._:Sr—. — —S.T.. -- —'ST-- _.— —sr — —sy—. — w hbk ENGINEERING J.- uRAuvunno CITY dM4CT f PLAN IOWA/JEFFERSON 0 I ALLEY REVISIONS w i un1'E OLKR1F11QN BY I • i116/l4 RID DDCtMI+1T9 RAR - 1 4 lM. FM RAR J 1 1 2014 85 MP 1� 03-26-2014 i �ar 17 oE'. 23 G N 4 � - -� J ,M.VR�Ry2 ELIMINATE ROLL CURB [ 13-407 BIT INTAKE AND SIDEWALK 20119YOftM bEWEN 1_ IMPROVEMEWS PRojF IF N f- 1 -.q. r w L- �- r< 1 -v L LOOKING WEST REMOVE EX.INTAKE REMOVE &REPLACE THREE (3) INSTALL SW -5D9 hbk PCC SIDEWALK PANELSENGINEERING (ELIMINATE ROLL CURB) RIM = 669.40' 12" FL IN (S) = 664.40' 18" FL IN (E) = 664.30' 18" FL OUT (NW) = 664.10' _ PROTECT ADA RAMP **VERIFY ELEVATIONS** (D COURT STREET t --- --- ----' ---- _ ---- REMOVE AND REPLACE 31 SY -9" PCC PAVEMENT (MATCH EX. PAV'T THICKNESS) U PLAN I i COURT STREET HI W - WAGVISIONS s°OATL+' U}:SCRIeLon ov ansnr mo oo„u„erx ,un NOTES: 71 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND I J ""-- LABOR TO CONNECT EXISTING PIPES.- 3. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY 0 of OF IOWA CITY STORMWATER DIVISION. CONTACT �rI PAUL DRUIVENGA AT 631-1144. 4. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS ju , Rm,113-07 Wn*I< PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD V TRAFFIC CONTROL. (n �i � 22014014 SS IMP 5. ALL PAVEMENT SHALL BE CLASS M MIX. 03-26-2014 �' U �' iI 18 M 23 I NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. I. IL II 2. HMA PAVING STHALL BE INSTALLED TO PROVIDE PROPER DRAINAGE AND NO PONDING. S. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY OF IOWA CITY STORMWATER DIVISION. CONTACT PAUL "I DRUIVENGA AT 631-1144. 4. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL. 1 3 J REMOVE EXISTING INTAKE ABANDON STORM SEWER 'W1 FLOWABLE FILL -1 I-� s I I I I i i REMOVE AND REPLACE 6" PCC CURB & GUTTER --L-1 I I I (1) REPLACE EX. HMA W( 6" PCC BASE AND 3" HMA OVERLAY GRADEIPAVE TO DRAIN —106 SY PAVING I II L 13-407 2014S'IORMSEWER IMPRONTMEWS PROJECT hbk ENGINF.FRIVC3 elU L�B[I0.`6Y 0 W VT. R9lG i [O�fA US ARI!.IERTD! h&IR 93 PLAN RUNDELL ST. I I 1 a^u 13.409 z014 ss 1Me 0}26.2014 V=40' 19 OF: 23 LOOKING WEST 1\ INSTALL SW -509 j CONNECT EXISTING STORM SEWER f \. \ RIM = 647.50 \, FL (S) = FIELD VERIFY IOWA AVENUE -_� _ -- -- — - -- EXTEND STORM SEWER TO CONNECT TO PROPOSED INTAKE NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND LABOR TO CONNECT EXISTING PIPES. 3. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY OF IOWA CITY STORMWATER DIVISION. CONTACT PAUL DRUIVENGAAT 631-1144. 4. WORK AREA LIMITED IN ORDER TO ALLOW ONE LANE OF TRAFFIC ON WESTBOUND IOWA AVE AT ALL TIMES. 5. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS _ PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL. kVm \1�35 S ImnmwnnbWm �AW U=4 -1k4 — _ A �i 13-407 2014 MP Snv" IMPROWMRMPSPROSRCr u — -15 — 5 REMOVE AND REPLACE 1 99 SY PAVEMENT AS NEEDED INSTALL 6" PCC W13" HMA I �PLAN IOWA AVE. I RE\4SIONS �+ansni, nm c�x_nn�nncs non i 33-0U7 r - auia ss E F7703-26-2014 I rao 20 OF. 23 REMOVE EXISTING CURB —t C-3 {" AND GUTTER INTAKE :'<� -t CO�q .s .•'y ENGINEERING u — -15 — 5 REMOVE AND REPLACE 1 99 SY PAVEMENT AS NEEDED INSTALL 6" PCC W13" HMA I �PLAN IOWA AVE. I RE\4SIONS �+ansni, nm c�x_nn�nncs non i 33-0U7 r - auia ss E F7703-26-2014 I rao 20 OF. 23 N –STS T �jj BENTON STREET 1""b-407 20145TORNISMER IMPROVEMENISPROJECI I L L loo EASTry U) LLJ Fhbk �r '(ITY' , Vrl–O Y—A01 C-) REMOVE & REPLACE ADDITIONAL 8 UP OF CURB & GUTTER NORTH OF PROPOSED -7 WEST SIDE SW-509 BOXOUT REMOVE EX. INTAKE REMOVE EX. INTAKE INSTALL SW-509 INSTALLSW509RIM = 642.21' RIM = 641.99' 15" FL IN (W) = 639.51' 0 PLAN 18" FL IN (W) = 63 18" FL OUT ISE) = 639.41' S DUBUQUE ST. 5" FIL OUT (E) = 63�'�::: **VERIFY ELEVATIONS" NOTES: **VERIFY ELEVATIONS- F REVISIONS L LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. STORM SEWER PIPE BID ITEM SHALL INCLUDE CONNECTIONS TO INTAKES, INCLUDING BUT NOT 3. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY LIMITED TO COLLARS. OF IOWA CITY STORMWATER DIVISION. CONTACT PAUL DRUIVENGA AT 631-1144.E ADDITIONAL I 4, INTAKES SHALL BE CONSTRUCTED ONE AT A TIME TO ADDITIONAL 6 LF OF PROVIDE ONE LANE OF SOUTHBOUND TRAFFIC ON I CURB & GUTTER DUBUQUE STREET AT ALL TIMES. HMA PATCHING SOUTH OF PROPOSED 11.1.407 5. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS AS NEEDED SW-509 BOXOUT 20 SSTmW 03.2(,2014 PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL. 1 V=40' 21 OF: 23 ROAD f WORK AHEAD INSTALL ROAD WORK AHEAD SIGN (PRIOR TO CURVE) Q, I (PRIOR TO CURVE),, 11 1 II II ROAD WORK HMD INSTALL ROAD WORK AHEAD SIGN LANE ENDS INSTALL LANE SHIFT SIGN 50 \t]DEW I INSTALL SIDEWALK CLOSED SIGN SIDEWALK q sm INSTALL SIDEWALK CLOSED SIGN ------------ NEFVVTO N IRO,4r) NOTES: 1 ALL TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS. 2. ALL TRAFFIC CONTROL SIGNS SHALL BE IN PLACE BEFORE PAVEMENT CONSTRUCTION BEGINS. 3. TRAFFIC CONTROL SHALL BE LIMITED TO WORKING HOURS ONLY. 4. SIDEWALK CLOSURE SIGN LOCATIONS SHALL ADJUST AS NEEDED. 5. NIGHT WORK WILL BE REQUIRED BY IDOT AND SHALL BE CONSIDERED INCIDENTAL TO TRAFFIC CONTROL UNIT PRICE BID ITEM. 1-3 Li � CK y INSTALL END ROADWORK SIGN I a u INSTALL LEFT ARROW BOARD INSTALL TUBULAR MARKERS N 13-407 2DW STORM SENVRR EUPROVEME]VISPROJECE TRAFFIC CONTROL RIVERSIDE d3-007 F . 514 SS IMI, 1-1— 03-2 2014 –F– INTS IOWA AVENUE 0 11 w > < F— cl N 13-407 2DW STORM SENVRR EUPROVEME]VISPROJECE TRAFFIC CONTROL RIVERSIDE d3-007 F . 514 SS IMI, 1-1— 03-2 2014 –F– INTS d J Q e C W PK _..J INSTA ROAD WORK AHEAD NOTES: 1. ALL TRAFFIC CONTROL DEVICES SHALL MEET MUTCD (� (BOTH SIDES) STANDARDS. (7 2. ALL TRAFFIC CONTROL SHALL BE IN PLACE PRIOR TO m o WORKSTARTING. u) J — -- 3. 4. ALL TRAFFIC CONTROL TO BE MAINTAINED THROUGHOUT DURATION OF PROJECT. ANY CHANGES TO TRAFFIC CONTROL PLAN SHALL BE m I I APPROVED BY ENGINEER PRIOR TO INSTALLATION. J m I LEFT EANE ENDS 5. ONE LANE OF TRAFFIC SHALL REMAIN OPEN AT ALL TIMES DURING THE PROJECT. I (STALL LANE SHIFT SIGN RDAD WORK AHEAD WORK AHEAD (BOTH SIDES) I II I 1— I LANE ENDS ISTALL LANE SHIFT SIGN :P DAVENPORT STREET 51�J 77 QOSfO -1 S - _.-. _._.. O ---- INSTALL SIDEWALK -.- INSTALL SIDEWALK CLOSED SIGN CLOSED SIGN rX \. INSTALL LEFT — ARROW J ARROW BOARD —IM INSTALL TUBULAR MARKERS INSTAGHT •••• RI �..--- { ARROW BOARD r —� J TYPE 11 ROAD CLOSURE y—" TYPE II ROAD_ _ — CLOSURE—. CL CLOSED SIGN INSTALL SIDEWALK SID WA K CLPSED ) INSTALL SIDEWALK CLOSED SIGN 1 (@ INTERSECTION) 0 INSTALL END ROAD WORK SIGN (BOTH SIDES) V INSTALL .� END ROAD I _ _ WORK SIGN 4_ __. I- _ (BOTH SIDES) — — 1 II I� I o e I DAVENPORT S L INSTALLTUBULAR MARKERS E BLOOMINGTON STREET IRE11bl 1014s OkNI EEwER hbk ENGWEERIhG TRAFFIC CONTROL N. DODGE ST. 23 OFo 23 e C - hbk ENGWEERIhG TRAFFIC CONTROL N. DODGE ST. 23 OFo 23 m7rn-m- 10 Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 14-128 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2014 STORM SEWER IMPROVEMENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Stormwater Utility account # 77770110 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 10:00 a.m. on the 271° day of May, 2014. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3rd day of June, 2014, or at a special meeting called for that purpose. Passed and approved this 6th day of May , 20 14 A, MAYOR AoprovedbJy.- ATTEST�Zo CITY CLERK City Attorney's Office pwenglmastersVes appy&s doc 4114 Resolution No. 14-128 Page 2 Tt was moved by _Payne and seconded by Throgmorton the Resolution be adopted, and upon roll call there were: AYES: NAYS: t4,1 SENT x Botchway x Dickens x Dobyns x Hayek x M ms x Payne x Throgmorton NOTICE TO BIDDERS 2014 STORM SEWER IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 27`" day of May, 2014. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3'd day of June, 2014, or at a special meeting called for that purpose. The Project will involve the following: Removal and replacement of storm sewer pipe, intake and manholes, removal and replacement of PCC and HMA paving; site restoration and traffic control. All work is to be done in strict compliance with the plans and specifications prepared by the 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 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 until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council, The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council, 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 two (2) years from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Early Start Date: June 16, 2014 Specified Completion Date: September 15, 2014 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $25 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. 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. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. 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. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Reciprocal Preference Act applies to the contract with respect to bidders who are not Iowa residents. 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 "Mm- 3d(l) ter® Prepared by. Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 14-163 RESOLUTION REJECTING BIDS RECEIVED ON MAY 27, 2014 FOR THE 2014 STORM SEWER IMPROVEMENTS PROJECT. WHEREAS, four bids were received on May 27, 2014, for the 2014 Storm Sewer Improvements Project and the low base bid exceeded the Engineer's Estimate by 35%, and WHEREAS, the Department of Public Works recommends that the Council reject all bids. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT all bids received on May 27, 2014, for the 2014 Storm Sewer Improvements Project are rejected. Passed and approved this 3rd day of June , 20 14 ATTEST: CITY'CLERK MAYOR Approved by 4`?UV cL, s--2 9-1N City Attorney's Office It was moved by Payne and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT; X Botchway X Dickens X Dobyns X Hayek X Mims X Payne X Throgmorton S,1cNGW W'ResalNlamWrolecl Reaolulions\OOrctlRejegi,g blas Animal care ane AGoplion center to W Projacl on Apnl 1414- updb1.d 04 07 2014 dol 5114 Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 r� I, being duly 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 f time(s), on the following date(s): S-i�lt1 Legal Clerk Subscribed and sworn to M his day oddrfr�� �e Notary Public k RACHEL SHALLA •. o Commission Number 7$11715 My Commission Expires o - ,pww 12I06l2011s OFFICIAL PUBLICATION NOTICE TO BIDDERS 2014 STORM SEWER IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 27th day of May, 2014 Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax rnachine shall not be deemed a "sealed bid" for Purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3rd day of June, 2014, or at a special meeting called for that purpose. The Project will involve the following: Removal and replacernent of storm sewer pipe, intake and manholes; removal and replacement of PCC and HMA paving; site restoration and traffic control. All work is to be done in strict compliance with the plans and specifications prepared by the 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 tha 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 and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) 'calendar days until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract Gf price, said bond to be issued by a responsible surety approved by the City Council, 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 two (2) years from and after its completion and formal acceptance by the City. The fcllowinq limitations shall apply to this Project. Early Start Date: June 16, 2014 Specified Completion Date: September 15, 2014 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clark Copies of said plane and specifications and form of proposal blanks may be ecured at the Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $25 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, roads, payable to the City of Iowa City. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amounho). The Contractor awarded the contract shall submit a list on the Forlm of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. Prospective bidders are advised that the City of Iowa Oily 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. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the Slate of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Reciprocal Preference Act applies to the contract with respect to bidders who are not Iowa residents. The City reserves the right to reject any or all proposals, and also reserves the right to valve technicalities and irreguladtles_ Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ecmomm"12 May 12, 2014 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2014 STORM SEWER IMPROVEMENTS PROJECT IOWA CITY, IOWA c=> Fn Fn n 7 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: /Brian A. Boelk, P.E. HBK Engineering, LLC Iowa Reg. No. 16503 My license renewal date is December 31, 2014. DATE: SPECIFICATIONS TABLE OF CONTENTS Pace Number TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS............................................................................................ AF -1 NOTE TO BIDDERS............................................................................................... NB -1 FORM OF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORM OF AGREEMENT........................................................................................ AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 GENERAL CONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SC -1 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS........................................................................................................ R-1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ........................... 01570-1 MASIQN_2 - SITE WORK Seofl n-02050 Demolitions, Removals and Abandonments ....................... 02050-1 p 'eciio�i-02100 Site Preparation ......................................... ..... !........ ....... .. 02100-1 m ec&ecton":02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 g ` ' , `02270 Slope Protection and Erosion Control ................................. 02270-1 ction 02510 Asphalt Cement Concrete Paving ........................................ 02510-1 Section 02520 Portland Cement Concrete Paving ........................................ 02520-1 Section 02700 Sewers ... ........ .................. ..................... ........................... I.... 02700-1 Section 02900 Landscaping........................................................................ 02900-1 NOTICE TO BIDDERS 2014 STORM SEWER IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 28'" day of October, 2014. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 4th day of November, 2014, or at special meeting called for that purpose. The Project will involve the following: Removal and replacement of storm sewer pipe, intakes and manholes, removal and replacement of PCC and HMA paving; site restoration and traffic control. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred AF -1 l'Y -C- 4,-; c, 3 y, AF -2 percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City. and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: November 10, 2014 Completion Date: May 29, 2015 Liquidated Damages $500 per day The plans. specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City of Iowa City Engineering Division, Iowa City. Iowa, by bona fide bidders. A $25 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 Inspections and Appeals at (515) 281-5796 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 -'C proposed subcontractors, together with quantities, _ unit prices and extended dollar amounts, A By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa. and to W 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 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2, References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal NB -1 N n r "Cl) Ul 1-77 hal �v L FORM OF PROPOSAL 2014 STORM SEWER IMPROVEMENTS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. 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. ITEM DESCRIPTION UNIT EST. QUANTITY UNIT EXTENDED PRICE I AMOUNT 1 REMOVAL OF EXISTING STRUCTURE EA 12 2 REMOVE STORM SEWER, 8" LF 10 3 REMOVE STORM SEWER, 12" LF 8 t REMOVE STORM SEWER, 15" LF 75 q� REMfl.VE STORM SEWER, 42" LF 50 RL'MCWA1 OF PAVEMENT Sy 715 ' .S7©R_MSEWER ABANDON, FILL+PLUG LF 18 INf rE, SW -507 EA 1 e) 8NT4KE; SW -507, MOD EA 1 10 -;;INTAKE, SW -507, TOP ONLY EA 2 11 INTAKE, SW -509 EA 8 j 12 INTAKE, SW -511, MOD EA 1 13 STORM SEWER, RCP, 12" LF 12 14 STORM SEWER, RCP, 15" LF 95 15 STORM SEWER, HDPE, 42" LF 65 16 FES, HDPE, 42" EA 1 17 SIDEWALK, PCC, 4" SY 6 � FP -1 18 CURB + GUTTER, PCC, 1.5' LF 29 19 DRIVEWAY, PCC, 6" SY 17 20 PATCH, FULL -DEPTH, 7" PCC, 3" HMA SY 198 21 PATCH, FULL -DEPTH, 7" PCC SY 96 22 PATCH, FULL -DEPTH, 9" PCC SY 31 23 PATCH, FULL -DEPTH, 7" HMA SY 330 24 PATCH, FULL -DEPTH, 8" HMA SY 8 25 EARTH FILL TON 564 26 CLASS E REVETMENT TON 193 27 CLASS D BEDDING TON 616 28 CLEARING AND GRUBBING LS 1 29 TRAFFIC CONTROL LS 1 30 SITE RESTORATION LS 1 31 EROSION CONTROL LS 1 32 MOBILIZATION LS 1 FP -2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract. are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 f W. C.± F 9 w C FP -3 as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20 Witness Principal Ze + , By Ca Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney RM FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"). and ("Contractor") Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of . 20_, for the 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 2012, Iowa Department of Transportation, as amended, C. Plans; d. Specifications and Supplementary Conditions; 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 e. Notice to Bidders; ra f. Note to Bidders; Performance and Payment Bond; -,)h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects, Contract Compliance Program (Anti -Discrimination Requirements); N j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 20_ Citv ATTEST: Mayor Contractor (Title) ATTEST: City Clerk (Company Official) AG -2 Approved By: City Attorney's Office c� o PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa. as obligee, hereinafter called the Owner, in the amount of 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. `_:)F�Jbtain a bid or bids for submission to Owner for completing the Project in Lr) L. accordance with the terms and conditions of the Agreement: and upon determina- r j' 'tion by Owner and Surety of the lowest responsible bidder, arrange for a contract `Z 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 W-2 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of () years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness 2% (Principal) ti CJ - (Title) (Surety_ �� d� w (Title) w (Street) (City, State, Zip) (Phone) Contract Compliance Program C• v), � tin. 4) Ij1V3 _/ �.r1 G? C'J SECTION 1 - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcon Efbrsr ide by the City's Human Rights Ordinance. The City's protected classes are listed at�l�a silty City ode section 2-3-1. `r CD Co mgr\assticontractcompliance.doc CC -1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed. religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination: rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor. state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sem.) 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 c. 5. C The -;undersigned agrees to display, in t'by fectetal and state law for the duration " m -fn obtagaing the necessary posters. f u� "ry f A Address conspicuous places at the work site, all posters required of the contract. NOTE: The City can provide assistance mgrlasstcontractcompliance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date mg rlassticontractcompIiance.doc CC -3 3. Q SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote. or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 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. a, Review education and experience requirements to make sure they accurately reflect the c•3 requirements for successful job performance. M (f) c'u R6view the job application to insure that only job related questions are asked. Ask yourself "Is (� : thjs� nformation necessary to judge an applicant's ability to perform the job applied for?" Only ° " use�pb-related tests which do not adversely affect any particular group of people. (g) �Mo,pita/ interviews carefully. Prepare interview questions in advance to assure that they are only c_�ob';'felated. Train your interviewers on discrimination laws. Biased and subjective judgments in Lu.. cpersonal interviews can be a major source of discrimination. (h) =Gmprove.m hiring and selection procedures and use non -biased promotion, transfer and training p'ollcies 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. 12101 mgr`,asst`roontractcompllance,doc CC -4 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 s7 (.a.i CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify. promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership. apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color; creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus. is prohibited.The prohibitions of this subsection do not apply if the state epidemiologist deter r irtesrand the director of public health declares through the utilization of guidelines establishe.d'by the center for disease control of the United States department of health and hurn,I ser''"vies, that a person with a condition related to acquired immune deficiency syndrome .,...� poses -a sfg.nificant risk of transmission of the human immunodeficiency virus to other persons "win a ecifLi&'occupation. U, F. The -following are exempted from the provisions of this section: CC -6 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95- 3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03- 4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 D f L 4,kw� tom} CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions Involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officerfcr the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -8 e^ u_ L.�. v: CC -8 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. e U7 GC -1 apm_ i� •ay�� SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non -Resident Bidding on Non -Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, 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. c-, C!'CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" L_ - scsh4Ilemean the CITY. S' LnDOT TANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation c'Sta.,d (d Specifications for Highway and Bridge Construction." Series of 2012, as S-2 A' ITATIONS 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. Q r_i CERTIFICATE OF INSURANCE CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage` Automobile Liability Bodily Injury & Property Damage Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $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. C.t Cj SC -2 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractors Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled 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. yah ,iib City also reserves the right to reject Contractor's insurance if not in compliance ° 3 ;wtVS the requirements herein provided, and on that basis to either award the contract to "tthernext low bidder, or declare a default and pursue any and all remedies available to tthe-City. SC -3 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 bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized documentation of all efforts to recruit MBE's. SC -4 the CONTRACTOR slxall furnish �1-1 s rr7 w tP S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the [DOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex; race, color, religion. national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, ager or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $$25,000 or more. the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025; Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials. supplies, or equipment in the performance of the contract. The Contractor shaL'subrr itthe information necessary for the certificates to be issued. F t r,S-11'tON§tRUCTION STAKES. ::�':Replae tie hast paragraph of 1105.06 of the IDOT Standard Specifications with the following: t .e 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 SC -5 of $75 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these requirements involve only highway projects not funded with Federal monies. SC -6 r -- t Zz cam; .._ ca SC -6 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state. and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: R-1 91x4 data Yn citynVEgpiMas:erSpecs/fronte,�d. do N R-1 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1-GENERAL. 1.01 SUMMARY.• A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Strects and Highways," 2009 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. ATERIALS: A. Tra$ic control devices may be new or used, but must meet the requirements of the MOT 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. r`s _o PART 3 - EXECUTION l _o 3.01 TECHNIQUES: r A. Except as amended in this document, the work in this section will foil-witl following divisions and sections of the IDOT Standard Specifications: co "8 ca Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish 'NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 NI.AINTENANCE 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 if needed. Proper advance notice shall be given to and approved by the Engineer if a driveway necessitates closure. 3.04 EXCAVATIONS: 4. It is important and priority that all excavations shall be fenced. Please note this is near and within University of lova residence halls as well as local residents. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 01570-2 t— a'; q` U4.- G% C-� ca 01570-2 SECTION 01010 SUMMARY OF THE WORK PART 1- GENERAL General description, not all inclusive. A. Base Bid Work: 1. Remove and replace Portland Cement Concrete and HMA roadways, driveways, curbs and gutters, sidewalks and other miscellaneous items. 2. Remove existing stormnrtakes, sewer pipes and manholes. 3. Fumish. install and construct storm intakes, sewer eines and manholes. 4. Provide traffic and pedestrian traffic control as needed 5. Backfill, final grade, and stabilize disturbed areas. 6. histall erosion stone and other erosion control measures. 7. Other work associated with storm sewer constriction. 01010-1 ra R� v - a M _ YTi ra7V .. co 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OFMEASUREMENTS. A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for famishing 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 tip to the time of acceptance. B. Construction items ma_v 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 paymeiLtWill be made. e`-- �:�; rn Z7 t a PART 2 - PRODUCTS Cl) --_- �� cn _. 2.01 NONE PART 3 - EXECUTION ` c' w 3.01 PROCEDURE. A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS. A. GENERAL, The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or Itunp sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "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 ss excavation, borrow and hauling. placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a ter— uniform surface free of rock, broken concrete, tree roots, limbs and other debris is L n -- —'a incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. G <C wa t� The Court -actor must pay for all parking permit fees, meter hoods, lot andrampfees, and -r _ parking tickets. The Contractor must figure these costs into thein bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only, for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCR1PT1ONS 1. Removal of Existing Structure The unit prices for these items will be paid based on the number of each type of designated structure which is removed and includes excavation, demolition, removal, disposal of debris and supply, placement and compaction of specified backfill. 2-5. Remove Storm Sewer The unit price for this item will be paid based on the number of linear feet of designated pipe which is removed as measured along the pipe centerline and includes excavation, saw cut of structures, demolition, removal, including flared -end sections, disposal of debris, and supply, placement and compaction of specified backfill. 6. Remove Pavement Removal quantities shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, and/or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks. Removal of compacted granular and chip seal surfaces, including asphalt patches, shall be considered as Class 10 Roadway & Borrow Excavation and will not be measured and paid under this item. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 7. Abandon Storm Sewer The unit price for sewer abandonment will be paid based on the number of linear feet of abandoned sewers which are filled with non -shrink flowable mortar, including bulk -heading with concrete and modifying inverts in existing manholes and intakes which remain in service. 8-12. Intakes The unit prices for these items will be paid based on the number of each type of intake constructed and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and cawpaction of specified backfill, providing stubs for drainage tiles and the ifxame ai[� casting. Construction of larger than standard intakes to fit over large sto%saer ad intake throats shall be considered incidental. Stoppers for stub connections.Zl� in3 ental. i I The unit prices for modified top only will be paid based on the nllier ojeach the of intake lid/top removed and replaced. This work includes all s&Viy fitting, exea�akpn, forming, reinforcing steel, dowels, supply, placement, eomps'eiion aQifinis}ilfig of concrete, supply, placement and compaction of specified backfill, proQ ing stubs for drainage tiles and the frame and casting. Construction of larger than standard intakes to fit over large storm sewers and intake throats shall be considered incidental. 13-15. Storm Sewer The unit prices for these items will be paid based on the number of linear feet installed. Length will be measured for each size and type of pipe along the pipe center 01025-3 line with no deductions for prefabricated bends or flared end sections. Measurement shall exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessary equipment. G. Trench boxes required for safety and to minimize disturbance to features to be saved. d. Exploratory digging required to determine location of existing structures or potential conflicts. C. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. It. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. 1. Temporary support of existing utility mains and service lines. III. Temporary fencing required to contain livestock. n.' Repair or replacement of utility services damaged by the Contractor. ce) o. Permanent connections and stabs with caps for sump pump, drainage, and field u.t tiles of various sizes, including backfill as specified by the Engineer. Za 1 Flared End Sections with Guards n n � <.:�,r1'he unit prices for these items will be paid based on the number installed for each size -and type and includes excavation, shaping of subgrade and hardware. The last two Y� pipe joints before the flared end section shall be tied and is incidental to this item. Guards are to be included and considered incidental where denoted on plans. 17. Portland Cement Concrete Sidewalk and Curb Ramps. The unit price for these items will be paid based on the number of square feet of 01025-4 Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. hicluded with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, curb ramp coloring per Section 03350, curing, jointing and joint sealing, and backfilling at form lines. 18. Portland Cement Concrete Curb and Gutter. The unit price for this item will be paid based on the number of linear feet of Portland Cement Concrete curb and gutter constructed at the specified widths and thicknesses and includes excavation required to place forms and curb and gutter at required elevations, forming, supply, placement and finishing of concrete, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines. This item is only for curb and gutter associated with pavement widening and asphalt transitions as shown on the "Tabulation of Curb and Gutter" in the plans. 19-22. Portland Cement Concrete Pavements and Driveways. The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thicknesses and mix designs, including 5 -foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. Aggregate durability class for all P.C. Concrete paving shall be Class 3. If weather conditions prohibit the use of Class M, P.C. Concrete, a deduct will be negotiated for the reduced cement content in Class C, P.C. Concrete. Pavement smoothness shall be evaluated for main line pavement per current IDOT Specifications. N 23-24. Asphalt Cement Concrete Pavements and Driveways. E3 r The unit prices for these items will be paid based on the numbef=fens Asphdll A Cement Concrete pavements, driveways, bases and overlays TT5trlcted at specified widths, thicknesses and mix designs. Included with thewinss su6i�de compaction and preparation, subgrade treatments, supply, placen rfprd is sub gh of a99egate base, supply, placement and compaction of asphal.P-anl bac fill h Ut curb line.'" w c- 25. Bedding, Earth Fill The unit prices for these items will be paid based on the number of tons of earth fill placed. Material, hauling, and labor are all considered as incidental to this item. Such work pertains to Old Highway 218 location. 01025-5 26-27. Revelment The omit price for this item will be paid based on the number of tons of specified stone placed as shown on the plans and directed by the Engineer. Stone shall be placed on engineering fabric which is incidental to this item. Also included is subgrade preparation and shaping, supply and placement of engineering fabric and rock, and provisions to keep rock from being contaminated with soil during subsequent construction activities. 28. Clearing and Grubbing The lump sutra price for this item includes all work required to cut, remove and dispose of trees, stamps, roots, logs, down timber, hedges, brush, shrubs, corn, crops, vegetation, rubbish and field fence within the limits of construction as directed by the Engineer. Also included is removal, salvage, relocation and replacement of mailboxes, decorative fencing, planters, flagpoles, and similar other items as directed by the Engineer. 29. Traffic Control The lump sum price for this item will be paid based on percent complete for furnishing, installing; maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, daggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 30. Site Restoration The unit price for this item will be paid as a lump sum. This item includes final grading necessary to clean up the project and preparation for matting, seeding, or sod installation. " Such items include mulch, dormant seeding, erosion control mat, and others. All disturbed areas not replaced with pavement shall be stabilized unless noted on the plans or directed by the Engineer. 31. Erosion Control The lump sum price for this item will be paid based on percent complete for fin-nishing, installing, maintaining, moving, relocating, and removing erosion control M best management practices such as wood excelsior mat, filter socks, and silt fence. ` W Erosion control for areas disturbed by careless actions of the Contractor shall be at the car Contractor's expense and not assumed extra. a- Mobilization I_ uThe lump sum price for this item will be paid in full upon completion of all work on `" the project required by the Contract. 01025-6 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Weather is of the essence. Drainage, pavement and site restoration activities shall be closely monitored to accommodate for current and upcoming weather. Any pavement installed during winter conditions shall meet all necessary MOT winter specifications. C. Minimizing inconvenience, disruption and duration of disruption to the property owners involved in the respective projects is a high priority. Scheduling of work shall be planned with this in mind, and communication shall be open and fluent with the property owners at all times. PART2-PRODUCTS ru -'. r-0 ` None. .; PART 3 - EXECUTION�� sem; 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Construction meeting will be held prior to beginning work. Communications shall be open with property owners for those locations involving private property. 3.02 PROGRESS OF WORK: A. The 2014 Stonn Sewer Improvements Project will be a Completion Date Contract. The early start date is November 10, 2014; however, proper notice must be given to property owners or the City prior to if affected by the constriction. B. Completion date for the 5b Street improvements is December 12, 2014. Completion date for all other locations is May 29, 2015. Liquidated damages/incentive = $500 per calendar day. Weekend work is allowed with prior approval from the City. C. No work shall be done between the homy 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. D. Night work will be required for the storm sewer repair located along Highway 6 near Newton Road. Night work shall be considered incidental to all bid items and schedule is to be approved by the Engineer prior to. E. 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. 01310-1 F. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. 3.03 COORDINATION WITH UTILITIES: A. It is anticipated that 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. No street closings should be required to perform the work as specified in the plans and specifications; hovnever, closure to the alley off of Dodge Street and north of Iowa Avenue may be needed. All communication and accommodations shall be made in advance of such closing. The Weeber Street project location may necessitate a road closure and shall be coordinated with the Engineer prior to proceeding. B. Notify the Engineer four days in advance of traffic control changes and any possible closings so that a press release can be issued if needed. No street may be closed without the Engineers approval and said notification. C. Traffic control shall be considered for all project repair locations. See plan sheet 18 for specific traffic control related to IDOT roadways. All local streets shall meet MUTC-D standards and follow detail 11 on plan sheet 6. 01310-2 Cr) `' Paoli°"° tP U J C 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1-GENERAL 1.01 SUMMRY.- A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES.- A. EFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: 4 A. Submit a traffic control plan for all activities requiring traffic congf T-ot s,`Acificd addressed by the project plans. =rc cn PART 2 - PRODUCTS 2.01 MATERULS: l A. Traffic control devices may be new or used, but must meet the requirements of the MOT Standard Specifications. B. All constriction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT. - A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 AlAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all threes, 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 if needed. Proper advance notice shall be given to and approved by the Engineer if a driveway necessitates closure. 3.04 EYCAV4TION.S: A. It is important and priority that all excavations shall be fenced. Please note this is near and within University of Iowa residence halls as well as local residents. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. B. All traffic control within Highway 6 and Highway 1 shall be administered by an MOT Use of ROW permit and meet ]DOT traffic control standards. 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1- GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. L03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all -state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. w 1.04 SUBMITTALS: r.. m —N-4 A. Locations of disposal sites. -t c� �M PART 2 - PRODUCTS' 2.01 MATERIALS: 3 e -- A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Strictures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal. and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Litnits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES. A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Barricade and fence open excavations or depressions resulting from work during _ aon-working hours and when not working in immediate area. Provide suitable C) warning devices adjacent to excavations and work areas. 4r.Jr s TI Warning devices shall be kept operational during all non -working and non-active periods. LO Ip Ca-, S e Access Measures IPedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOVALS. A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick; P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 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. B. Sewer Abandonment and Removal Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and wither 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density_ The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S ,Clinton Street as directed by the Engineer. - �(} LfJ t—^ l ca 02050-3 SECTION 02100 SITE PREPARATION PART 1- GENERAL 1.01 SUMMARY. - A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. I.02 REFERENCES: A. ]DOT 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 conform with the following divisions and sections of the MOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing -and Grubbing. Division 25. Miscellaneous Constriction. Section 2519. Pence Construction. 3.02 EXISTING TREES, SHRUBSAND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parka`wif* the" trees' drip line. C. Contractor is responsible for damage outside the limits of construction; -anis fgr,tree '-�', slunbs and vegetation not designated for removal. The Contractor's liaWity'for 4ee an shrub damage will be based on the appraised value, not replacement ,value, aiud shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTINGSTRUCTURESANDPROPERTY.• A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCIVG: 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. Contactappropriate utility representative to verify the presence and location of buried utilities in the consuvction area. B. Utility pole coorduiation is the responsibility of the contractor and shall be coordinated with Mid -American Energy if needed. 3.06 EROSIONCONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 11/00 sherehen eerspeos0,02190. Loc 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1- GENERAL 1.01 SUMMARY.• A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 OUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART2-PRODUCTS 2,01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES.- A. ECHNIQUES. 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: e Division 21. Earthwork, Subgrades and Subbases. nrTl r) r„ All sections �1 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 landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DAAIN,9GEAND DER ATERING.• A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of brcakdowms) 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 chained 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 TRENCHEXC_4V4TION.• A. General Excavate trench by machinery to, or just below, designated subgradc 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. Mand 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. �1 r'C.-`French Width u- 1;1 Make pipe trenches as narrow as practicable and safe. Make every effort to keep Sl %.a sides of trenches firm and undisturbed until backfilling has been completed and yw consolidated. en? Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. r.^ r-+ 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 02220-22 Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DIW) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3_ Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property w ; �n � �t 1. Use excavating machinery and cranes of suitable type and opelaae evith-care t.0 prevent injury to trees, particularly to overhanging brancheZ}rd lirubs aqd, underground root systems. u f 1 "• Cry �. 2. All branch, limb, and root cuttings shall be avoided. When required, theyjhall be performed smoothly and neatly without splitting or crushing. Trin>- injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tacks or rubber tires. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02220-3 6. Restore all surfaces which have been damaged by the Conn -actor'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. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. Thu cost for this work shall be at the Contractor's expense. 2. to any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If 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. [`3 4Water service pipe shall be type k soft copper. S 1lAS X{ICjjkVCAVA HON: clock excavation will be considered Class 12 Excavation as defined hi MOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220-4 3.06 BACKFILLING.- A. ACKFILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. 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 901/c 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. 1<, 3.07 UNAUTHORIZED EXCA NATION: 272 c') A. When the bottom of any excavation is taken out beyond the linins indicafM-or specified, backfill, at Contractor's expense, with Class A crushed stone compacted -C' 75% nudar?. . Proctor Density. x"77 w 11/00 sh¢rcdfersee.kpe s-iiV0220.Aoc 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL 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 QUALITYASSURANCE. 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 conform to the requirements of MOT 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. PART2-PRODUCTS' 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform ),,g the following divisions and sections of the IDOT Standard Specifications: Division4l. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. int Section 4196. Engineering Fabrics. ^ Ya r, 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES.- A. ECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. 'Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following IDO'T Standard Road Plaits: EC -101 Wood Excelsior Mat EC -103 Wood Excelsior Mat EC -201 Silt Fence 3.02 SCHEDULE. A. Silt fence or filter socks shall be installed at locations if site is to be unattended for an extended length and sediment is susceptible to leaving site. Matting shall be placed and staked in graded areas immediately following final grading. 3.03 GEOTEXTILE. A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement 1. Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a s . maturer that it will conform to the surface irregularities when material is placed on c ' or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. �• 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 C.1.: underlying foundation material. Securing pins, approved and provided by the F °= geotextile manufacturer, shall be placed along the edge of the panel or roll material f to adequately hold it n place during installation. Pins will be steel or fiberglass formed as a "U", "L", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped puts. 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 approxiunately 2 inches in from the edge of the placed geotextile at intervals 02270-2 not to exceed 12 feet unless otherwise specified. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. Should the geotextile be 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 gectextile. 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 bedroppedon uncovered geotextile from a height greater than 3 feet. 02270-3 r� u� 02270-3 SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT, AND MILLING. PART1-GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. H2 C. Seal Coat. :ia�i 1.02 REFERENCES: A. MOT Standard Specifications. B. IDOT Supplement Specification 0 101 4. 1.03 QUALITYASSURANCE. A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. PART2-PRODUCTS 2.01 M4TEAMLS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126, Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. PART 3 - EXECUTION 02510-1 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches, Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC.- A. RAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by brooming or air blowing. The City's > 'Atreet sweeping creNN and equipment svill be available to aid the Contractor with sweeping c ppera ions pr or to clean ng each street on a one-tmle bass only. Any subsequent sweeping __----,T�M aired ti711 be at the Contractor's expense. AG:GA��TES - "� 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures. B. Gradation. 02510-2 1. A'/z-inch mix shall be used on all streets and all divisions of this project. 3.06 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full -depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to %" below the final finished grade. The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas Wo water companies will furnish the necessary adjustment rings to the Contractor at n"harge`!Pe, adjust valve boxes. y - `- 3.07 ASPHALT BINDER A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. 3.08 EXISTING STREET SURFACES % •5 A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing Surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.09 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.10 HOTMIXASPHALTPLACEMENT A. Lifts 1. Division 1 - A 1%" depth intermediate course followed by a Ph" depth surface course. 2. Division 2 —A 2" depth base course followed by a_2 " depth surface course. Division 3 - A 3" depth surface course. B. Compaction Class 113 compaction shall be used on all streets and divisions of this project. 3.11 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK. 02510-3 A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be 1/8" Gradation 21. Bituminous material shall be MC -3000. Primer shall be MC -70. r r7 n ca c 02510-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1- GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint 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. EFERENCES. A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE. A. Use adequate numbers of skilled worker who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. R. Quality testing: 1. Compressive Strength Tests. n 2. Entrained Air, -tn cis 3. Slump. 4. Density Tests of Base and Subgrade. . PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this dOemnent, 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. Agb egate durability class for all Portland Coment Concrete pavhrg shall be Class 3 02520-1 PART 3 -EXECUTION 3.01 TECIINIQ UES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURINGANDPROTECTIONOFPAVEMENT. A. Curing- compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 EATIRONMENT.9LREQUIREMENTS. A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: c' 24 Hour Temperature Forecast p =. ' -,Minimum 35-32` F ti..ludiloimum3l25°F Below 25° F Coveriny One layer plastic or burlap. One layer plastic and one layer burlap or two layers burlap. Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Cold weather protection shall be considered incidental to the paving bid items. 02520-2 D. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. E. Maximum allowable concrete temperature shall be 90° F. F. If concrete is placed when the temperature of the concrete could exceed 90° F. the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC.- A. RAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3;000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffio is allowed upon the pavement, the Contractor shall begin remaining work and clean tip. All streets and sidewalks sliall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer ifweather conditions make it difficult to use Class M concrete, when specified. n,> c 02520-3) C� :7<f 02520-3) SECTION 02700 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low - Head Pressure Pipe. B. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C 15 1, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSFAWWA- A21.50/C150, latest edition, Thickness Design of Dnetile-Iron Pipe. 3. ANSUAWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSFAWWA-A21.111CI It, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure -Pipe and Fittings. 5. ANSFAWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. C. Manholes ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. D. Intake Structures IDOT Standard Specifications. 02700-1 N C.� SEWERS PART 1- GENERAL 1.01 SUABL4RY.• - A. Construction of piping and structures for the collection and transmission 6Y waste nater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low - Head Pressure Pipe. B. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C 15 1, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSFAWWA- A21.50/C150, latest edition, Thickness Design of Dnetile-Iron Pipe. 3. ANSUAWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSFAWWA-A21.111CI It, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure -Pipe and Fittings. 5. ANSFAWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. C. Manholes ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. D. Intake Structures IDOT Standard Specifications. 02700-1 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 3. Add Statewide Urban Design and Specifications (SUDAS) 1.03 QUALITYASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. ng cage twist in excess of 30 degrees, as demonstrated by the form seam, will Pipe display be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBd1ITTALSr A. Concrete Pipe: Submit current Iowa Department of Transportation certification. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART2-PRODUCTS 2.01 11.4 TERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers c'? I" Joints: All joints will be confined O-ring gasket meeting ASTM C443 or ASTM 061, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot " Y joints. Pipe larger than 36 -inch diameter may have tongue and groove joints.. V­_�2; Wall Thickness: Minimum wall thickness will be B -A all as defined in AS1M C96 or Class C25 as defined in ASTM C361. LO. - 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class ill as defined in ASTM C76 or as defined in ASTM C361. 4, Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 02700-2 01 C. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. Reinforced Concrete Pipe - For Stonn Sewers 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be scaled with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type 'B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe. Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506- 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM 0506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and AS fM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. ., Ductile Iron Pipe 1. Joints: Use push on joints unless othetivise specified on the plans. un m 2. Thickness: Unless otherwise indicated or specified, use Class 52. 9Mt 3. Lining and Coating: w a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to 02700-3 appropriate ANSI. 2. Minimum Bedding — Type 5 per ANISEAV WA C150/A21.50 with compacted granular material to the springhne of the pipe. D. Corrugated Plastic Pipe for Subsurface Drainage 1. Corrugated PVC. with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1734, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding—Drainable stone encasement to 6" above pipe. E. Manholes 1. Joints: Alljoints will be confined O-ring or profile gasket meeting ASTM 0443. 2. No lift holes through the entire wall. 3. Mark date of inararfacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maxinnnn extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole 'frame and lid to be Neenah R-1670, selfseating, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non -rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. =-_Bidding: %1v Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4 13 1 and Section 4109 Gradation No. 29. PART 3 ;�-EXECUTICI CU 3.01 INSTALLATION OF PIPE: A. inspect before installation. Remove and replace defective sections. B. Alignment and Grade 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 02700-4 C. Id1 E. F. G. 11. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in fart 2 of these specifications. 2. Place bedding material to ensure that there are no voids render or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. Connections 1. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. Jointing >u l . Clean and lubricate all joints prior to assembly. p.p 2. Join per manufacturer's recommendations. c r� 3. Suitable couplings shall be used for jointing dissimilar materials.'= = ,rte si Backfill as specified in Section 02220. Clean pipeline upon completion. Tolerances Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a marrhole may be wholly visible to the eye at the level of the sewer at the next manhole. 02700-5 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE. A. Q Latnp all pipe to visually inspect for defects and debris. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: 1. Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Burnish test plugs, water pumps, appurtenances, and labor. hnstalf bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If grotmdwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greaterthan 4 psi.-, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch; air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum /-milt for sewers) and before connection to buildings. Low-pressure air tests performed on manhole -to -manhole sections of pipeline. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter. (b) capable of resisting internal test pressure without external brachtg or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 prig greater than maximum pressure exerted by b oundwater above pipe invert. 02700-6 �a C') �. C:) c- T yy1,. P �c? Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter. (b) capable of resisting internal test pressure without external brachtg or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 prig greater than maximum pressure exerted by b oundwater above pipe invert. 02700-6 (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above,�}]t e sewer, air pressure shall be increased 0.43 prig. for caU foot the groundwater is above the flow line oftke,pipe.:,; t r c. If pressure drop exceeds 1.0 psig during the test perics0sd -the test shal= considered to have failed. Locate and repair leaks and reffu aser quire . 6. Infiltration Test CO a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. 7. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. 02700-7 b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial seater elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. if the average head above the section behre tested exceeds two feet above top of pipe, then the allowable extiltration can be increased by 5% for each additional foot of head. C. Modification to this test only as approved by the Engineer. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel distension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of t .00 1 ". Proving rings shall be available. 2, The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the cr entire trench depth. Short-term (tested 30 days after installation) deflection shall c a not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand f" pulled by the Contractor through all sewer lines. Any sections of the sewer not .mac e passing the mandrel test shall be uncovered and the Contractor shall replace and recom act the embedment backfill material to the satisfaction of the Engineer. v Th �1 These repaired sections shall be retested with the go/no-go mandrel until passing. x Y 3,-' The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INST4LLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and 02700-8 match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. Clean manhole upon completion. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 11MMTENANCE OFFLOW.• A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS E2 A. Provide temporary support for existing water, gag, telephone, power oY-".0ther B'glities-or" services that cross the trench. B. Compact backfill under the existing utility crossing as specified in ScctiOR-"42'M0 r C. Separate gravity sewers from water mains by horizontal distance of at leaiA0_fee�nless;`°� ` 1. Top of sewer is at least 18 inches below the bottom of the water main' w 2. Sewer is placed in separate trench or in sante trench on bench of undisturbed earth with at least three feet separation fomu the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a 02700-9 linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water mam or service, the following requirements shall apply: 1. The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main, 06/03 sAuadsp, �s-L^92700_doc 02700-10 SECTION 02900 LANDSCAPING PART 1- GENERAL 1.01 SUA1X RY. A. Plantings (trees, shrubs; seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE. A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and groan 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. a B. Submit certification of seed mixtures, purity, germinating valuei >acnd *p yeaf— identification to the Engineer. -rT1 1.04 DELIVERY, STORAGE AND HL,tNDLING. -� r A. Protect all plantings in transit to site to prevent wind burning of foliage. ci ;;* LJ B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART 2 -PRODUCTS 2. 01 SEED: Mix Minimum Proportion Lbs./ Lbs./ 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 31 Fescue 54% - 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.02 .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 hati7ested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking drying or any other damage. 2.03 LIMEAND FERTILIZER: ,0 c, (�AGround agriculture limestone containing not less than 85 percent oftotal carbonates. Law — tit T . t'1 ertilizer shall contain the following percentages by weight or as approved by Gngineer: Nitrogen* - 15% Phosphorus - 15% Potash -15% -At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: I. 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 02900-2 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 '/a -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 gennination, 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 lY tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.02 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. ca D. Remove weeds or replace loam and reestablish finish grades if there r� any4elays y sodding. ; a �' 8 Cj-< - E. Rake area to be sodded. sem— .. F. Roll sod to establish Smooth, uniform surface. r, --'" Cl) 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 arc 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 - 02900 -3 year maintenance period. 02900-4 c'. n cv 02900-4 Site Locations: 1. Court St. & Capitol St. 2. Rundell St. & Muscatine Ave. 3. Iowa Ave. RR Bridge by river 4. S. Dubuque between Benton St. & Ralston Creek 5. Weeber St. & Edingale Dr. 6. William St. & Muscatine Ave. 7. 5th Ave. & Court St. 8. Peterson St. 9. N. Dodge St. & Bloomington St. 10. Hutchinson Ave. 11. Old Highway 218 Melrosegve. Newton Rd. W. Benton St. N s fn u ? 3 m N v 218 Location Ma CITY OF IOWA CITY Bloomington St. PAGE NO, O Jefferson St. GENERALNOTES 2 Iowa Ave. 3 DETAILS 4-6 STORMWATER PLANS N TRAFFIC CONTROL PLANS 18 . p k P g t lbs N I65N Y tl en L tl, a is ➢ecenbe� a c N � P.1es or 1N - cuveretl hY :111 sentPll OCourt St. x0 p° N y V) N N CITY OF IOWA CITY ENGINEERING DIVISION APPROVED Z --m &11I I-t5-ty CITY ENGINEER DATE Kirkwood Ave. Cakes Or Q -a II Roctjesto' r j Court St. 0 m iJ o M N Muscatine Ave. UTILITY INFRASTRUCTURE SOLUTIONS hbk ENGINEERING 2 SHEET INDEX PAGE NO, TITLE 1 GENERALNOTES 2 TABULATIONS 3 DETAILS 4-6 STORMWATER PLANS 7-17 TRAFFIC CONTROL PLANS 18 Legend 0 Site Location Water Street Centerline — Railroad Date: File # Sheet 2014 Improvements Pr j 09/12!14 1 Improvements Project I Fer'eby c .tiny tM1C t" en91-1n9 '--t s pmpe'etl oy m e �N..nn.byr oa,44, tl Y tl i 1 1111 aR gnat Eli— u tl Fe cxs [,� he 11—IL taf Tarn. Q \ t r ZC f S a Jote� BRIAN A BOELX y s .y 1 16 50 Jj!;1 ,a* *�7 � ill n �� . p k P g t lbs N I65N Y tl en L tl, a is ➢ecenbe� a �t P.1es or 1N - cuveretl hY :111 sentPll Date: File # Sheet 2014 Improvements Pr j 09/12!14 1 Improvements Project GENERAL NOTES: 1. WHERE PUBLIC AND/OR PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED DURING CONSTRUCTION, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO PROCEEDING, THE CONTRACTOR SHALL AFFORD ACCESS TO THESE UTILITIES FOR NECESSARY MODIFICATIONS AND/OR RELOCATIONS. UNDERGROUND FIXTURES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS; THEREFORE, THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TO AVOID DAMAGE TO THEM. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK, 2. ALL WORK INVOLVED IN THIS PROJECT SHALL BE CONSTRUCTED ON CITY OWNED RIGHT-OF-WAY OR WITHIN EXISTING EASEMENTS. NO MATERIALS, EXCAVATED MATERIAL, OR EQUIPMENT SHALL BE STORED ON, PARKED ON, DEPOSITED ON, OR DRIVEN OVER ANY OTHER PRIVATE PROPERTY UNLESS WRITTEN AUTHORIZATION IS OBTAINED FROM THE PROPERTY OWNER BY THE CONTRACTOR. A COPY OF SUCH WRITTEN AGREEMENT SHALL BE MADE AVAILABLE TO THE CITY AND THE ENGINEER. 3. IOWA CODE 480, UNDERGOUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILITIES OUTSIDE THE CONSTRUCTION LIMITS RESULTING FROM NEGLIGENCE. 5. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS "REMOVE" OR "CLEAR AND GRUB" ON THE PROJECT PLANS AND AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REWIRED TO PREVENT INJURY OR DAMAGE TO SAID TREE OR SHRUB OR ROOT SYSTEM. 6. THE CONTRACTOR SHALL PREPARE A DETAILED SCHEDULE OF WORK WHICH SHALL BE SUBMITTED AT THE PRE -CONSTRUCTION CONFERENCE. THE SCHEDULE SHALL SHOW ANTICIPATED EQUIPMENT AND MATERIAL DELIVERIES AND COMPLETION OF MAJOR TASKS IN THE PROJECT. 7. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE IDOT STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION (2012) AND THE CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS. SITE PREPARATION AND REMOVAL 1. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIALS (EXCAVATED MATERIALS) WHICH ARE NOT DESIRABLE TO BE INCORPORATED INTO THE WORK INCLUDED IN THIS PROJECT. NO PAYMENT FOR OVERHAUL WILL BE ALLOWED FOR MATERIAL HAULED TO THESE SITES. NO MATERIAL SHALL BE PLACED WITHIN THE RIGHT-OF-WAY UNLESS SPECIFICALLY STATED IN THE PLANS OR APPROVED BY THE ENGINEER. 2. SAWCUT EDGES OF PAVEMENTS, SIDEWALKS, AND DRIVES FULL DEPTH PRIOR TO REMOVAL TO PREVENT DAMAGE TO ADJACENT SLABS AND FIXTURES. SAWCUT SHALL BE INCIDENTAL TO PAVEMENT REMOVAL 3. DURING REMOVAL AND CONSTRUCTION, CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS OR APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 4. THE CONTRACTOR IS EXPECTED TO HAVE MATERIALS, EQUIPMENT, AND LABOR AVAILABLE ON A DAILY BASIS TO INSTALL AND MAINTAIN EROSION CONTROL FEATURES ON THE PROJECT. THIS MAY INVOLVE MATTING, SILT FENCE, AND INTAKE PROTECTION. STORM SEWER NO 1. THE CONTRACTOR SHALL TAKE SPECIAL CARE TO MAINTAIN POSITIVE DRAINAGE WHERE INTAKES ARE LOCATED. 2. ALL STORM SEWERS SHALL BE CLASS 3 RCP UNLESS NOTED OTHERWISE IN THE PLANS ALL PIPE SHALL BE ASTM CERTIFIED. 3. ALL STORM SEWERS SHALL HAVE PROFILE GASKETS. STORM SEWER SHALL HAVE BELL AND SPIGOT JOINTS. LIFT HOLES IN STORM SEWER WILL NOT BE ALLOWED. 4. ALL STORM INTAKES SHALL BE A MINIMUM OF 48 INCHES FROM TOP OF CURB/RIM TO SUBGRADE, UNLESS OTHERWISE APPROVED. IF INVERT ELEVATIONS ARE INSUFFICIENT TO PROVIDE THIS REQUIRED DEPTH, THE CONTRACTOR TO PROVIDE DEEPER STRUCTURE AND POUR CONCRETE FILLET IN INTAKE TO MAKE INTAKE PIPES DRAIN AT INVERT ELEVATIONS LISTED. 5. NO EXTRA PAYMENT WILL BE ALLOWED FOR DEWATERING IF NECESSARY, DURING CONSTRUCTION. 6. CONSTRUCTION SCHEDULING SHALL CONSIDER THE EXISTING PIPE AND FINISH EACH DAY IN A MANNER THAT DRAINAGE STILL EXISTS IN A RAIN EVENT. MEASURES SHALL BE TAKEN TO INSURE SEDIMENT SHALL NOT WASH DOWN FROM OPEN EXCAVATION, 7. OPEN TRENCHES FOR STORM SEWER INSTALLATION SHALL BE BUTTONED UP AND SECURED EVERY NIGHT WITH CONSTRUCTION FENCE. 8. ALL INTAKES SEAMS SHALL BE WRAPPED IN GATOR WRAP ON EXTERIOR. 9. ALL CASTINGS AND UDS SHALL MEET AND MATCH CITY OF IOWA CITY STANDARDS AND REQUIREMENTS (CITY OF IOWA CITY) LOGO. PAVEMENT CONSTRUCTION: 1. MATERIALS AND CONSTRUCTION FOR PORTLAND CEMENT CONCRETE PAVEMENT SHALL MEET THE REQUIREMENT OF IOWA DEPARTMENT OF TRANSPORTATION (IOWA DOT) STANDARD SPECIFICATION LATEST REVISED, SECTION 2301. 3. COMPACT SUBGRADE BENEATH PAVEMENTS IN ACCORDANCE WITH CITY OF IOWA CITY SPECIFICATIONS. 4. SUBBASE FOR PAVEMENTS SHALL BE SPECIAL BACKFILL MEETING THE LIMITS OF GRADATION NO. 12 OR 14, IDOT SPECIFICATION SECTION 4109. SPECIAL BACKFILL IF NEEDED, SHALL BE CONSTRUCTED IN ACCORDANCE WITH IDOT SUPPLEMENTAL SPECIFICATION 2115. 5. JOINT SEALER SHALL CONFORM TO IDOT SPECIFICATION SECTION 4136 FOR HOT POURED JOINT SEALER. 6. PREFORMED EXPANSION JOINT MATERIALS SHALL BE PLACED IN CURB LINES AT THE END OF RADII, BDXOUTS, DAY END JOINTS, AND OTHER LOCATIONS AS DETERMINED BY THE ENGINEER. JOINTS SHALL BE FORMED WITH A SINGLE PIECE OF 1" THICK MATERIAL, AND SHALL BE SEALED WITH AN IDOT APPROVED BITUMINOUS SEALER. 7. ALL ROADWAY PAVEMENTS ON THIS PROJECT SHALL BE CONSTRUCTED WITH AN ASTRO-TURF DRAG FINISH ACCORDING TO IDOT SPECIFICATION 2301.16, UNLESS OTHERWISE NOTED. 8. CONCRETE FOR PAVING WORK ON THIS PROJECT SHALL BE OBTAINED FROM AN IDOT CERTIFIED BATCH PLANT OR READY -MIX PLANTS. 9. CONCRETE TRUCK WASHOUT IS PROHIBITED INTO OR NEAR THE STORM SEWER SYSTEM. PROPER PRECAUTIONS SHALL BE MADE TO PREVENT WASHOUT TO ENTER THE STORM SEWER SYSTEM. 10. ALL PCC PAVEMENT REPLACEMENT SHALL BE M -MIX. SITE RESTORATION: 1. ALL AREAS DISTURBED BY CONSTRUCTION AND NOT TO RECEIVE PCC PAVING SHALL RECEIVE 6" TOPSOIL (AS NEEDED) AND MATTING. ALL STONES, WOOD, AND OTHER DEBRIS LARGER THAN 1-1/2" SHALL BE REMOVED FROM AREAS TO RECEIVE TOPSOIL AND BE CONSIDERED AS INCIDENTAL DO NO COMPACT TOPSOIL IF SOIL IS COMPACTED, DEEP TINING OR TILLING SHALL TAKE PLACE PRIOR TO SEEDING. 2. WHERE ADEQUATE EXISTING TOPSOIL IS PRESENT, ADDITIONAL PLACEMENT MAY REQUIRED AS DETERMINED BY THE ENGINEER. 3, TREE ROOTS Y AND LARGER SHALL BE CUT/PRUNED 'NTH A CLEAN EDGE USING A SAW OR CHAINSAW. 4. ALL LIMB DAMAGE TO EXISTING TREES REQUIRES CLEAN TRIMMING AFTER WORK IS COMPLETED IN THE AREA. DISPOSE OF ALL DEBRIS OFF SITE. TRAFFIC CONTROL 1. SIDEWALK CLOSURES SHALL BE INCLUDED IN AND CONSIDERED PART OF THE THE TRAFFIC CONTROL BID ITEM FOR ALL LOCATIONS WHERE NECESSARY. 2. SIDEWALK CLOSURE SIGNS SHALL MEET MUTCD STANDARDS AND BE PLACED AT THE NEAREST INTERSECTIONS IN ALL LOCATIONS WHERE THE SIDEWALK WILL BE CLOSED TO PEDESTRIAN TRAFFIC DURING CONSTRUCTION. 3. ALL MISSING OR DAMAGED TRAFFIC CONTROL DEVICES SHALL BE REPLACED PER THE CONTRACTOR'S EXPENSE. 4. ALL CONSTRUCTION FENCE SHALL BE INCLUDED ON TRAFFIC CONTROL BID ITEM. CONTACTS THE FOLLOWING UTIUTY COMPANIES MAY HAVE ONE CALL FACILITIES IN PROXIMITY TO THE PROJECT: GAS & ELECTRIC MID AMERICAN ENERGY 00. 1-800/292-8989 1630 LOWER MUSCATINE RD. CITY WATER DEPARTMENT IOWA CITY, IOWA 52240 Chris Parizek GAS. ATTN: DON MASTON 319/356-5056 OFFICE: 319/341-4461,„; e,:1 MOBILE: 319/330-6747 JOEL KEIM ELECTRIC -, ATTN: DICK BOCK s,.� - OFFICE: 319/341-4468 . `1fn MOBILE: 319/330-0543 CITY WASTEWATER DIVISION TELEPHONE CENTURYUNK COMMUNICATION '- ATTN: TOM STURMER ,. 1550 BLAIRS FERRY RD, NE 319/631-1144 CEDAR RAPIDS, IA 52402 PHONE 303/664-8090 CABLE TELEVISION MEDIACOM CITY TRAFFIC ENGINEERING ATTN: TIM EAGEN GUY IRMN 546 SOUTHGATE AVENUE IOWA CITY, IOWA 52240 319/356-5192 PHONE: 319/351-0408 X234 CITY PARKS & FORESTRY CELL: 319/350-3679 RAE LYNN STOCKMAN FIBER OPTICS AT&T ATTN: JIM GONE 319/356-2068 5261 NW 114TH ST., SUITE B GRIMES, IA 50111 PHONE: 515/986-9413 CITY OF IOWA CITY: WATER DIVISION PHONE 319/356-5162 UNIV OF IOWA ATTN: GEORGE STUMPF PHONE: 319/335-2814 13-407 30145TORMSEWER LMPAOVEMENIS PROJECT n„hk -% ENGINFERING UTIUTY LOCATING CREW ONE CALL PHONE: 1-800/292-8989 TITLE, CITY WATER DEPARTMENT ATTN: Chris Parizek QUANTITIES, TARTTATIONS, PHONE 319/356-5056 ANULEGEND IDOT RIGHT-OF-WAY ATTN; JOEL KEIM PHONE: 319/365-3558 AAVISTON6 CITY WASTEWATER DIVISION ATTN: PAUL DRUIVENGA F. UnreE oexeRnrceos 1 e PHONE 319/631-1144 o, osxi�a �u DUCUMervTe u N MI li RF ISTD 010 DIMS 8 CITY TRAFFIC ENGINEERING ATTN: GUY IRMN - - PHONE: 319/356-5192 CITY PARKS & FORESTRY ATTN: RAE LYNN STOCKMAN PHONE: 319/356-2068 ; .- -- - 13409 x014 SS LMP 0649-2014 NTS 2 DR. 18 N exo,eccva: 13-40'7 }A�NyyTB MSF.WFR E, j'� lMPROt'Y]'S PROJECT ri S pct ehbk ENGINEERING �4x CBYAR'111CNIUYUWIR CPYG�:OFfi a77 ne: QUANTITIES, TARIIIATIONS. AND LEGEND REVISIONS P+.DATT DESCRD,.0, tll' u-u' YY nR. IX: IONS 'Lp m W1L'li� NY:V �F,II6IOOIX All w �'F NS a Rm��n rm8�oe. }407 2019 SS LK 06-09.1AI4 NTS 3 oR: 18 LAflvMV3lYl\Gm�l! Sfgm Sw� �ngew"v:U\ &tl ! 1Y 2A, — ORD. TABULATION OF QUANTITIES SITE LOCATION PLAN SHEET DESCRIPTION UNITS QUANTITY 1 13 Court/Capitot INTAKE, SW-509 EA 1 REMOVAL OF EXISTING STRUCTURE EA 1 PATCH, FULL-DEPTH, 9" PCC Sy 31 REMOVAL OF PAVEMENT BY 37 SIDEWALK, PCC, 4" BY 6 SITE RESTORATION LS 1 EROSION CONTROL LS 1 2 14 MuscaSne/Rundett REMOVAL OF EXISTING STRUCTURE EA 1 PATCH, FULL-DEPTH, 7" PCC, 3" HMA Sy 106 REMOVAL OF PAVEMENT SY 121 CURB+GUTTER, PCC, 1.5' LF 15 STORM SEWER ABANDON, FILL+PLUG LF 18 SITE RESTORATION LS 1 3 15 towalRR Bridge INTAKE, SW-509 EA 1 PATCH, FULL-DEPTH, 7" PCC, 3" HMA Sy 19 REMOVAL OF PAVEMENT BY 19 REMOVAL OF EXISTING STRUCTURE EA 1 SITE RESTORATION LS 1 EROSION CONTROL LS 1 4 16 S. Dubuque Street INTAKE, SW-509 EA 2 PATCH, FULL-DEPTH, 8" HMA BY $ CURB+GUTTER, PCC, 1.5' LF 14 REMOVAL OF PAVEMENT Sy 22 REMOVAL OF EXISTING STRUCTURE EA 2 SITE RESTORATION LS 1 EROSION CONTROL LS 1 5 7 WeeberlEdingate INTAKE, SW-507, TOP ONLY EA 2 INTAKE, SW-509 EA 2 PATCH, FULL-DEPTH, 7" PCC Sy 48 REMOVAL OF PAVEMENT Sy 48 REMOVAL OF EXISTING STRUCTURE EA 2 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 6 8 Witham INTAKE, SW-511, MOD EA 1 PATCH, FULL-DEPTH, 7" HMA BY 330 REMOVAL OF PAVEMENT BY EROSION CONTROL LS 1 TABULATION OF QUANTITIES SITE LOCATION PLAN SHEET DESCRIPTION UNITS QUANTITY 7 9 5th Avenue STORM SEWER, RCP, 12" LF 12 INTAKE, SW -507, MOD EA 1 REMOVE STORM SEWER, 12" LF 8 REMOVAL OF EXISTING STRUCTURE EA 2 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 8 11 Peterson Street STORM SEWER, RCP, 15" LF 75 INTAKE, SW -507 EA 1 PATCH, FULL -DEPTH, 7" PCC BY 48 DRIVEWAY, PCC, 6" BY 17 REMOVAL OF PAVEMENT Sy 65 REMOVE STORM SEWER, 15" LF 75 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 9 12 & 18 Dodge Street INTAKE, SW -509 EA 2 STORM SEWER, RCP, 15" LF 20 PATCH, FULL -DEPTH, 7" PCC, 3" HMA BY 73 REMOVAL OF PAVEMENT SY 73 REMOVAL OF EXISTING STRUCTURE EA 1 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 10 10 Hutchinson Street REMOVE STORM SEWER, 8" LF 10 CLASS E REVETMENT TON 15 SITE RESTORATION LS 1 EROSION CONTROL LS 1 CLEARING 8 GRUBBING LS 1 11 17 Old Highway 298 STORM SEWER, HDPE, 42" LF 65 FES, HDPE, 42" EA 1 REMOVE STORM SEWER, 42" LF 50 CLASS D BEDDING TON 616 CLASS E REVETMENT TON 178 EARTH FILL TON 564 EROSION CONTROL LS 1 330 REMOVAL OF EXISTING STRUCTURE EA 2 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 EROSION CONTROL LS 1 TABULATION OF QUANTITIES SITE LOCATION PLAN SHEET DESCRIPTION UNITS QUANTITY 7 9 5th Avenue STORM SEWER, RCP, 12" LF 12 INTAKE, SW -507, MOD EA 1 REMOVE STORM SEWER, 12" LF 8 REMOVAL OF EXISTING STRUCTURE EA 2 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 8 11 Peterson Street STORM SEWER, RCP, 15" LF 75 INTAKE, SW -507 EA 1 PATCH, FULL -DEPTH, 7" PCC BY 48 DRIVEWAY, PCC, 6" BY 17 REMOVAL OF PAVEMENT Sy 65 REMOVE STORM SEWER, 15" LF 75 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 9 12 & 18 Dodge Street INTAKE, SW -509 EA 2 STORM SEWER, RCP, 15" LF 20 PATCH, FULL -DEPTH, 7" PCC, 3" HMA BY 73 REMOVAL OF PAVEMENT SY 73 REMOVAL OF EXISTING STRUCTURE EA 1 SITE RESTORATION LS 1 EROSION CONTROL LS 1 TRAFFIC CONTROL LS 1 10 10 Hutchinson Street REMOVE STORM SEWER, 8" LF 10 CLASS E REVETMENT TON 15 SITE RESTORATION LS 1 EROSION CONTROL LS 1 CLEARING 8 GRUBBING LS 1 11 17 Old Highway 298 STORM SEWER, HDPE, 42" LF 65 FES, HDPE, 42" EA 1 REMOVE STORM SEWER, 42" LF 50 CLASS D BEDDING TON 616 CLASS E REVETMENT TON 178 EARTH FILL TON 564 EROSION CONTROL LS 1 3 d � l ..e: by J 6gnee 7�,^ oF.raoro. sA O TRENCH BEDDING AND BACKFILL 1r1 SCALE: NTS t RCP AND VCP PIPE D,JDINcTO .- z DO 61 d Cl ASS R-1 CLAS R-2 a D/4 — -- A P 1 Rerf. d( � f I 0 Lo et Ps Sp c -ac j+( 0 0 I --A 00/2 �1. uotaad b. b d CI ASS R-3 1. CLASS R-4 w ete C sale 1 oncreL Arch /, vNZ. IS CLASS R-5 LYass I Bedding Woteral RIGID GRAVITY PIPE TRENCH BEDDING 1 D SCALE: NTS S 4 M�txl S S ,11014- m a l to 4 ev.o al Celong pled Mw Obi Refer to shad 2 lar dray deph resUrclloas, BEDDING CLASSES '\T'W iy TWA k � /ry / 0 RMIe -� { v Ch1 d R I t 1 fi Q� l 0 11 P eeddn� 4_i a2li�A.tr$S BedeinG batelti C_ASS F-1 CLASS F-2 D i dd ii, l R 1 T, R-2 11r,l s s 'ld Q) PI,,,,,.mTindu h -ft, and hcdfII mcteriols a sp,dfied Pit, codrwt Yxxi ats. Ked AD R ol,te�,, d t of II AS s O�tee .,pen of ppe ,. = Tin. .vMP, al top o' Pipa: Mln. a O2+t es 54 x00 91)-1 '2 inches DR 54 b char (t ferer Is greater) c Jepd Pf becdlr, mnterol blow o. 00/8 0 lS fB VR 4 rches (whkh greater, Cl PSS I RCF Pip, O ;s Gos das & R-4 Bedding D ter 5 1 R dens 1 riles Beddln Bid, No Six] A,0,4% As -1.09 14 J' 1 15 15' 27' 15 8' 1„ - i6 19' <] 19 8' 1 18 20 40' 21 8' 1 S' 18 26 40' 24 8' 1 12' 23' 1"11 42 27 10 15 30 40' 40 30 1 15 29 4.' - MJ SS 1' 15 28 40' 40 56 1' to 21 4 40 42 1' 15' 26 38' 40 48 1' 15 26 OR 40 4 ` 1' 15 25 31' 40 60 : 1' 75' 25 33' 40 86 i l' 16' _ 24 32 _ _ 40_ 72 1 1' 15' 24' 1 32' 40' A Arcc of Slad Reinforcing ASF -3 AL CVA9 - 3 JRY DEP--1 Plcw e ulnde of b dJln9 and oackRll n ulel 4ls oe sp d r the contract dens 1 ALLOWABLE REDDING CLASSES HDPF PIP- l dd 9 0,, 2 F -3J Pme 4a el o St S er SoTIM, eev x - '- Pip,IIA ASHTO Docile ror F-1, F-2, F-_` F-1, r-2, F-3 - Th A 284 MOPE F `[ ` 3 cat of ov.ad ''.. 12 8 we 1 24 9 1 Kev 30 5' OD C de dmrn,t r Tf Pie 42 B` T4 reach width Yt tp ce pipe: B' V1, OIL 18t , OR L254,tl2 inches (wt1 Dever is g ter) 60 g 1C FLEXIBLE GRAVITY PIPE TRENCH BEDDING SCALE: WS 6' Y "' - a2%W2 (t Gr ,% wlF[ 61[5!1 6 %6 - Nl2xw2 m �� f8 GAS WIPE MF3H C) lap eruf.. of wc mom., a "... m.ai nr 6 :aches. COVLht 1L CO!. AR (ONN[CTION CSr- TO fFBRIe I v 1[ A TOP Cl PIPE Y � ' NO* FRINC FABRIC/GATOR WRAP = L�i s PIPE JOINT W,A"ING N QI F IT,, Al#lmkg (z mo t t yn �l Wtll 1 e wv. POr ,I � Iwiil elMi1d301 � !r`p�M a puss o -1. 13-407 lees oreano. 13-407 2014STORMSEWER IMPROVEMENTS EROJEC 1' Ivo q•Y 4e i U\ -r7 rn 3 SUBDRAIN CONNECTION = `� SCALE: NTS 01 1� 78'4 BARS ON 12` CENTERS J (EPDXY CCATED) 74" 18 26" .! f i hbk Y\'GINEEk xrsma�r w'AQ1'Y.IO1vA 9L10 t G%Y I b_ Circ' 2-NEENAH R 4670 -AI DETAILS W/ FRAME i8" P.C.C. PAWAGENT TRPWE_ SMOOTH AND 78"-4 BARS ON 12" CENTERS P.C.C. FILLET PLACE SUBGRAD. PAPER (EPDXY COAFD) PIPE CONNECTIONS �1 MODIFIED INTAKE 2 SCALE:NTS -B" P.C.C. WALL K_IWAY P.C.C. BASE 71 13-4U7 4 CF: 18 Ss1biAA .1 �Ic •�`, , LN �r�sii� %1 REVETMENT INSTALLATION SCALE: NTS TPP.LLBIL1 i£NCE IXIGI WEIX TYPICAL SLNI 6!1R;f +w A}. �YMfa,IsaS}aalib�in Ilmmc-i.. i�) m.rtlzMmmmbSmMnima9Fde,eew Wblcmnbewm6awmevume Wiio V+IM1+Y9b@Oawbrm'cmbaWiaeM vnlaMFdbMq+WYt A nPICPLeILTisxc6 irPlcu.av Psucel uunox wloNmwxnLeLOPms SILTFENCE INSTALLATION U SCALE: NT3 ?LAN Fkln.ttNNG P1A LKi Wn Sue L a'b 4.4+x [wnl lmA'S �� _— 5x1m6� eu m6, (rv�w�aal:� 6 4-B _IM mm.t i ,l yl 9 M1 1_ Bme 0 � laxa o!9O Rmdmb .uD MI a Lace 4 Xwu.I Lm51F mtue 0 Sw Vhn M '. ♦ M'Nlx 11 MI !'epH mwa,' - I," MR 4 Wn9 Aklla Vvlu 4u IR fx]- 1 $Fwl Ntlla 6rcY of Cot-� 6 12" Pom am iwlae 6' w'—I Ia' }- RRN A' I iwm pu'e L ,• iz meao. x Ilrol _ INSERT e ai1F (� Ma h 0 � b bole dM >r�6 :aGe-Dn "Mdll .. CM IkIG'lt ( Q Yro Y F i Wla f 1 / 1 i' an IP- y 1 Pmmm FBmletl]aY i M F Ss1biAA .1 �Ic •�`, , LN �r�sii� %1 REVETMENT INSTALLATION SCALE: NTS TPP.LLBIL1 i£NCE IXIGI WEIX TYPICAL SLNI 6!1R;f +w A}. �YMfa,IsaS}aalib�in Ilmmc-i.. i�) m.rtlzMmmmbSmMnima9Fde,eew Wblcmnbewm6awmevume Wiio V+IM1+Y9b@Oawbrm'cmbaWiaeM vnlaMFdbMq+WYt A nPICPLeILTisxc6 irPlcu.av Psucel uunox wloNmwxnLeLOPms SILTFENCE INSTALLATION U SCALE: NT3 ?LAN Fkln.ttNNG P1A LKi Wn Sue L a'b 4.4+x [wnl lmA'S �� _— 4n ♦ lm 6 4-B Sn lnav( — la M1 1_ Bme 0 S-6' 1 I' MI a Lace 4 Xwu.I Lm51F mtue 0 Sw Vhn M '. ♦ M'Nlx 11 MI !'epH mwa,' - I," MR 4 Wn9 Aklla Vvlu 4'-6" IR fx]- 1 $Fwl Ntlla nM ]'-0" 12" STORM SEWER INTAKE. SW -507 NITS k mmmneab fio b. Nxm5 / �rNel e,1¢ W"myl. tFum of on Av a PYPEp fml M-brce' swewf. s wa i SM Wd N" b 13-407 2014 STORM SEWER IMYROVEMENTSPROJECP r n E ine.I,tlM1Y.n4ia¢IN>i3. WAI hbk LN(INEEAING a�, n AmfAN'Y P'niFevrcec.9oe aarawa �� e� FN mnaa�m 1—aa� oaaew I— I , 18 IV 0' µWMM%PEOWIEiFA9 I, 9 WtlF E Wel mOu,P fY � PAay}y.}. MR , tHle mw 4d Aq , WIWi, YSM Yb' tY BaL}ybl. 9o'Eae INbme[I" C�IYWbA#b Sun r—i }S uy,wiattp�Mepw] B ' QISTORM SEWER INTAKE, SW -509 �% SCALE: NTS maaa.l,.m.mma .,u+.aonaa c. mm+m m.m.n�mFm fiamww rs �man.mti, �aueleel.., � aWgaFla ob i rR>gnr�i 5 OF: 18 NOII RN In Vin9 at t2' :. al Way Grade :e Top 0 'I n' slip Been 2 on, N+N,­' I To,,. Ins=rt kEM14..i"I'a si n or 'e U �h' v M^ ern Na a5 NI r inhGlxr. ,n lieo'e orr.odr wra alas un,. u m III oI ais. TT (YJhrn Pyp lga0l e) (ramOnnmsrms slo are N, III,mreWslkn ..m r I 0 k ( 6 Ind 1 el 1 b_ o Pel of om -y' 0 y q — W enl M tors-, rk l be m.. 1. I.mi o l,. ub sM1"Fax I�Y �vJ ir - e, BOa IT None 56E M1 E 1 e 0I �� _-CtlNPo� �I�slnd vd �� Ie,lme Ot MI k ¢P[6 .M1e back of lM1 b M,. c W20-1 w. PxM w rD i'ti Yi E u 2 N 10 In .1 N, .N- I,M1ng Piruama f.omfa `_AN Nin- t LXILNN0N 2t Sr' S41 Nr AK} NOII RN In Vin9 at t2' :. al Way Grade :e Top 0 'I n' slip Been 2 on, N+N,­' I To,,. Ins=rt kEM14..i"I'a fill, .b v M^ ern Na a5 L9u one TT (YJhrn Pyp lga0l e) MINOP SiPEEI'r i 11� a° t� 11➢oww%.E ..m r I 1 T E �_._..� I® 7 1 I 1 ; ir - Fo P IT None 56E M1 E 1 0I �� _-CtlNPo� ZO U Eepth (J'-0of DO, nt, dcrG Top Reirg a at 3" 5 '.+ Wall WIdtF-� 6 '.�+- , Leon Way t 6' 'I AN Top 'll N-602 Type G ]using inlet P rrnrr, rower �' stcn 1l m Int. CPen rg j SECneN A -A ,TO O1 C -C' ( ISTORM SEWER INTAKE, SW -542 Da SCALE III Stm�+are or, be b.11t With OparAce tln any or all slops. N,vide apEningi end adar WIN, 0a Spe,l Had in To ro,t,art da,urrfnt, Adjacent belle may nave difOrent width, based ,,an pipe confle" ion. but e:rudu�a must be reclangc-0ar. 0 Ctrjrtilt 0parrgs I 10 c g4 apo y coats] bars at S "-a eat FI barrrnml, ot31 into wallsone top g al pp,,. y,. lei C t p G ode fa t. wl.vaUna 0 a ed SgC9 Corner wor rIo,losd between gs ut two adtao t w °Ila Uprc wall ter Wang rierti.1, Lf.,h lake, nalall no na,dipand15 1 JT p .40 G n pier 'equired al confer of try I coering will- orngth In- In feet q ok E .end wol nq v,fhadly tl raalt F ar Ir s ttl tr_ cdl rch IA bar I, to, !� Vu dt y Mpg da tc Poto6 Jcett III NI,th sawn p No aI d xdl N a 3 Chas Ma,4I lall wetfi is 72 repro. © C t pl h p nf.grel w th IIs If taotp ns cr base is not r qu sg o e.tard beyond Its eater edge lir he Ills. Q all lour 44 diag. ral acts at A pipe upenhgs, © 12 sI wall Nigh' nbalre all p pool let'st :loWllne 8ase�1 � J p4 linen at 12 $LC➢ON A -A .C. Etch Way � STORM SEWER INTAKE. SW -513 SCALE: NTS Srom sett N1Pr .btwf m Setdl.a so 12 =4 - boon Its Fed cnp ,,Iraos, >tlom pgge e lop m¢ ar'm.aee SEC FY 0 6 xti'� r P'er vl z crosNII a acral �CI Wnrn Applicable,) j F Openings - i L000t On Station - i D' z 6' enter ler j (YJhrn Pyp lga0l e) DO, nt, dcrG Top Reirg a at 3" 5 '.+ Wall WIdtF-� 6 '.�+- , Leon Way t 6' 'I AN Top 'll N-602 Type G ]using inlet P rrnrr, rower �' stcn 1l m Int. CPen rg j SECneN A -A ,TO O1 C -C' ( ISTORM SEWER INTAKE, SW -542 Da SCALE III Stm�+are or, be b.11t With OparAce tln any or all slops. N,vide apEningi end adar WIN, 0a Spe,l Had in To ro,t,art da,urrfnt, Adjacent belle may nave difOrent width, based ,,an pipe confle" ion. but e:rudu�a must be reclangc-0ar. 0 Ctrjrtilt 0parrgs I 10 c g4 apo y coats] bars at S "-a eat FI barrrnml, ot31 into wallsone top g al pp,,. y,. lei C t p G ode fa t. wl.vaUna 0 a ed SgC9 Corner wor rIo,losd between gs ut two adtao t w °Ila Uprc wall ter Wang rierti.1, Lf.,h lake, nalall no na,dipand15 1 JT p .40 G n pier 'equired al confer of try I coering will- orngth In- In feet q ok E .end wol nq v,fhadly tl raalt F ar Ir s ttl tr_ cdl rch IA bar I, to, !� Vu dt y Mpg da tc Poto6 Jcett III NI,th sawn p No aI d xdl N a 3 Chas Ma,4I lall wetfi is 72 repro. © C t pl h p nf.grel w th IIs If taotp ns cr base is not r qu sg o e.tard beyond Its eater edge lir he Ills. Q all lour 44 diag. ral acts at A pipe upenhgs, © 12 sI wall Nigh' nbalre all p pool let'st :loWllne 8ase�1 � J p4 linen at 12 $LC➢ON A -A .C. Etch Way � STORM SEWER INTAKE. SW -513 SCALE: NTS Srom sett N1Pr .btwf m Setdl.a so 12 =4 - boon Its Fed cnp ,,Iraos, >tlom pgge e lop m¢ ar'm.aee SEC FY 0 8[ TRAFFIC CONTROL SCALE: NTS ,f MIGN E -E 1, 11 ,, IUnln(mg. 1. SEE ADDITIOANL TRAFFIC CONTROL NOTES ON SHEET 2 OF THE PLANS. 2. SHEETS 16 PROVIDE 3 SPECIFIC TRAFFIC CONTROL PLAN SHEETS RELATING TO PROJECT LOCATIONS WITHIN [DOT JURISDICTION. L LJ vl z crosNII a acral j f eal W3o-1 allwaE MINOP SiPEEI'r i 11� a° t� 11➢oww%.E 1 T E �_._..� I® 7 1 I 1 ; pph�ii tte�vw.ux _I> Fo P None 56E M1 E 1 0I �� _-CtlNPo� ZO W20-1 w. 'n 1 CNN SIR!!1 SGWC' u 2 11E D' AI Inews 11.1 i/i i nrvuuu L GENq _ I / u.xwuu. P ,.... �a u„.a Ill n a— NOI PU ! C'N F.1 rovuuu ® u p0 a n tea) r --n um ox ..rat VI 3 t so rxaals IN a-oine sn, I. sun w.crn :aro wix scree resew oa ewrm mae sal0 In, 1. seem twoseens"Nmve _.,90.. a; s ase o zx pro- • swL dm M elzcm zclsas mvtuxma 8[ TRAFFIC CONTROL SCALE: NTS ,f MIGN E -E 1, 11 ,, IUnln(mg. 1. SEE ADDITIOANL TRAFFIC CONTROL NOTES ON SHEET 2 OF THE PLANS. 2. SHEETS 16 PROVIDE 3 SPECIFIC TRAFFIC CONTROL PLAN SHEETS RELATING TO PROJECT LOCATIONS WITHIN [DOT JURISDICTION. N 13-407 2010 "ORM SEWL, IMPROVEMENTS PROJRCP r�Y 11"InneenanNIN11141., hbk ENCINEERII .. I 'na"A fAoe:i 1 C W_ma� GIIY m_:0$LC, RBa'ESB, BID COC4 ...I 011T Inv m aSMPf. rmR�,. xvBAB ux 6 OF: 18 L LJ j MINOP SiPEEI'r i 11� a° t� E �_._..� pph�ii tte�vw.ux _I> N 13-407 2010 "ORM SEWL, IMPROVEMENTS PROJRCP r�Y 11"InneenanNIN11141., hbk ENCINEERII .. I 'na"A fAoe:i 1 C W_ma� GIIY m_:0$LC, RBa'ESB, BID COC4 ...I 011T Inv m aSMPf. rmR�,. xvBAB ux 6 OF: 18 NW CORNER INTAKE - WEEBER ST. aw- ;W..lmpff N 4 F 1123 �! 1126 2 1 1106 PBWRR nT 13-407 I' 2014 SRoxm SEWER R REMOVE AND REPLACE 7" PCC PAVEMENT AS NEEDED n REMOVE EXISTING INTAKE RA -68 7 1155 4w.` ire INSIDE EXISTING INTAKE -WEEBER ST. % %• 1200 ; NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. ALL CONSTRUCTION TO TAKE PLACE WITHIN CITY OF IOWA CITY RIGHT-OF-WAY. 1204 / 3. ALL STORM SEWER INTAKES SHALL BE WRAPPED IN GATOR WRAP. 4. ALL PCC STREET PAVING TO BE CLASS M MIX. / !% 5. PROPOSED SW -509 INTAKES SHALL INCLUDE DRAINTILE CONNECTIONS ON NORTH WALL. SEE DETAIL 3, SHEET 4• % 6. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS PER DETAILS ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL OR CLOSURE DETAIL AS NEEDED. --I I 1140 i REMOVE EXISTING f� INTAKE RA40 Y ,\ i IVE AND REPLACE :E TOPILID AND THROAT SW -507 4-43 INSTALL SW -509 RIM=703.06 \— FL(NE) = 697.36 / FL(SW)=697.56 TILE (N) = 700.06 % INSTALL SW -509 RIM =702.49 FL(NE) = 696.89 FL(SW) = 696.99 % ! TILE(N)=699.49 / / N +�FY m oAIC nFFCkmnDn RV aW, ai1 % REMOVE AND REPLACE INTAKE TOP/LID SW -507 �.. `w• EX. RA -43 Ii.aoa IVE AND REPLACE :E TOPILID AND THROAT SW -507 4-43 INSTALL SW -509 RIM=703.06 \— FL(NE) = 697.36 / FL(SW)=697.56 TILE (N) = 700.06 % INSTALL SW -509 RIM =702.49 FL(NE) = 696.89 FL(SW) = 696.99 % ! TILE(N)=699.49 / / N hbk ID'�GINEDRh1'G tw � 19 zrl�a, Cli`r G JwM CI7'P v WEEBER STREET REVISIONS m oAIC nFFCkmnDn RV aW, ai1 % UMDRB) UNIl�14 RRYI4rtD81DIW(v BAB. a¢BAD r e. rc. SNO1 ono Ii.aoa zal4_ss rnm 06.09-2014 , P=s0' wm 7 on 18 % i i % hbk ID'�GINEDRh1'G tw � 19 zrl�a, Cli`r G JwM CI7'P v WEEBER STREET REVISIONS m oAIC nFFCkmnDn RV aW, ai1 unu UMDRB) UNIl�14 RRYI4rtD81DIW(v BAB. a¢BAD r e. rc. SNO1 ono Ii.aoa zal4_ss rnm 06.09-2014 P=s0' wm 7 on 18 s ' S EXISTING INTAKE AND MANHOLE TO BE REMOVED &� Graf' 7,-,4w� t �` �� EXISTING SEPARATION B/T PIPE AND INTAKE i 1 NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. SITE ACCESS SHALL BE LIMITED TO ONE LOCATION AS SHOWN ON PLANS. ALL PROPERTY SHALL BE PROTECTED UNLESS OTHERWISE NOTED. 3. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND LABOR TO CONNECT EXISTING PIPES. 4. NMA PAVING SHALL BE INSTALLED TO PROPERLY DRAIN STORM WATER TO INTAKE. Foo 1 91 MUSCATINE AVENUE "o9 <t- 13-407 2014STORNISEWMM L. ROVEHE+ SPMO.JG 7 l r hbk ENGINEERING CiPY OF .0 A CITY PLAN WILLIAM ST. �:= oeaala� Mens=o emmcs uau Y91RI��BAll v. wRAOm uaor 2014 SS_nip 06-09-2011 v=50, r 8 OF: 18 J 4i "o9 <t- 13-407 2014STORNISEWMM L. ROVEHE+ SPMO.JG 7 l r hbk ENGINEERING CiPY OF .0 A CITY PLAN WILLIAM ST. �:= oeaala� Mens=o emmcs uau Y91RI��BAll v. wRAOm uaor 2014 SS_nip 06-09-2011 v=50, r 8 OF: 18 4i 1008 C n 2621 REMOVE REPLACE �J m HMA PAVING ROCK SUBGRADE W( (`1 CLASS A ROADSTONE -mi ��S\ .� \ FILL AGAINST RETAINING WALLTO DRAIN REMOVE EXISTING MANHOLE i) REO. COVER OVER STORM SEWER RIM=711.51 FL(E) =706.81 _ \' FL(NW) = 706.81 IS SITE ACCESS 1018 L INSTALL 24" RCP I TO EXTEND TO NEW INTAKE i (INCIDENTAL TO INTAKE BID IT 1011 INSTALL MODIFIED INTAKE,SW-511 SEE DETAIL 4 SHEET 4 REMOVE EXISTING INTAKE -_ - RIM = -710.00 (FIELD FIT) _ ( RIM = -709.75+1- � 24" RCP FL(E) = 706.81 FL(E) _ -706.81 FL(NW) = 706.81 ( FL(W) _ -706.81 t "o9 <t- 13-407 2014STORNISEWMM L. ROVEHE+ SPMO.JG 7 l r hbk ENGINEERING CiPY OF .0 A CITY PLAN WILLIAM ST. �:= oeaala� Mens=o emmcs uau Y91RI��BAll v. wRAOm uaor 2014 SS_nip 06-09-2011 v=50, r 8 OF: 18 a=. f 7 'YS 1821 NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. SITE ACCESS SHALL BE LIMITED TO ONE LOCATION AND NOT IMPACT EXISTING LANDSCAPING. r 3. SW -507 SHALL BE MODIFIED TO ACCEPT DRAINAGE FROM THE EAST SIDE (BACK OF INTAKE). 4. CONSTRUCTION PROCEDURES SHALL OCCUR TO LIMIT PAVEMENT REMOVAL AND REPLACEMENT ON 5TH AVENUE. 5. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND LABOR TO CONNECT EXISTING PIPES. 6. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL, Slam S S&. R It =4 - 11:17. D F =I / 1 183 0_; C m _ C m 1 418 IIL�- REMOVE TWO (2) EXISTING INTAKES RIM = 709.02 FL(E) = 706.42 FL(W) = 704.02 _I `L f 420 INSTALL 12" STORM SEWER PIPE TO CONNECT TO PROPOSED INTAKE 1838 f S t•J �i v 428 INSTALL SW -507 MODIFIED - — - "–�– BACK WALL TO BE OPEN i - (SEE SW -513) RIM = 709.02 FL(E) = 706.42 i FL(W)=704.02 1908 1839 Im o c .RR1.1r. 2014 STORM SEWER TMPRONTMEYTS PROJEU hbk ENGE EERINGG 1•F`.`:a C PLAN 5TH AVE. 4M.NM 9 OF: 18 EROSION IN DRAINAGEWAY -4 ar- DISPLACED PIPE APPROXIMATE LOCATION OF FUTURE OUTLET -- — — REMOVE ASH TREE REMOVE SEPARATEDVCP NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. REVETMENT SHALL BE PLACED PER DETAIL 5, SHEET 5. 3. AREA SHALL BE REGRADED AFTER REMOVAL OF EXISTING VCP AND PRIOR TO PLACING RIPRAP AT END OF OUTLET. 4. EXISTING ASH TREE SHALL BE REMOVED (INCLUDING STUMP) AND HAULED OFF SITE OR CHIPPED. MMM - ll; a G 410 0 I I 415 _ 417 REMOVE AND DISPOSE OF �— UNUSED AND DETACHED VCP AND ANY OLD/ABANDONED STRUCTURES 403 INSTALL –15 TONS OF 6" SPECIAL REVETMENT _ — —sF-- - ----._,- -.-----=5l! LLJ z W Q z O z 2 F- rJ I_ -tel rrk 406- -' MCLEAN STREET N 13-407 2014 sroHM SF,WER INffROVEW.WS PROJECC rn Its hbk ENGINEERING aomu�wxe,n s�avx, „ouroui para oe,axuum, PLAN HUTCHINSON REWSIOHS pv RVR' DLSCRIYCIOM llY iLM OGMIti' RI�OOf]ImPiN'I'S B1B oz,p9�1b14 RB"[9EDBID W(5 X11 smm unn Rrtn 13407 2014 SS IMP .........,__ 06-09-2014 1"a0' n.. 10 OF: 18 r— STREETI TO BE RE I PAVEMENT REPAIRS --J e SINKHOLES FROM BROKEN PIPE SINKHOLE BEHIND CURB NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. Z STORM SEWER PIPE BID ITEM SHALL INCLUDE CONNECTIONS TO EXISTING PIPE, INCLUDING BUT NOT LIMITED TO COLLARS. 3. COORDINATE EXCAVATION NEAR POLE AND/OR SECURING OF POLE WITH MIDAMERICAN ENERGY. 4. PROPERTY OWNERS TO BE NOTIFIED PRIOR TO DRIVEWAY APRON REPLACEMENT. 5. ALL PCG PAVING SHALL BE M -MIX. 6. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL. e O E ml 3 STORM SEWER i-507 OVE AND REPLACE Y OF 7' PCC PAVING Ll N 13-407 iG"°7 �,ry lou 3Y�isxwxx esovcm��s vxoaxcr C" hbk ENGINE]?RING n!swann ! C1iY Oi%itJpti i.[IY PLAN PETERSON ST. �SMM nDADm. RADu ..... 13-407 2014 SS IMP �. ft- MH4 r -=s0' �.., 11 M 18 i r r.•rai.-.. .. EAST SIDE INTAKE REMOVE AND REPLACE -31 SY OF PAVEMENT "- - INSTALL 7" PCC BASE WJ 3" HMA I.— EX. INTAKE.._.- - RIM = 673.68 , FL(W) = 668.48 FL(SE) = 668.28 319 1 _ 13-407 701 b614ySCORM 5RN'ER _L X INPRO}lF'�RNTS PROJECT m n-` :[7 _ � 'ir= _ rn m II rr Lj -� m -I 328 —>.... INSTALLSW-509 LA J RIM = MATCH EX. GRADE " FL(S) = 663.71 INSTALL 20 LF I. 15" RCP STORM SEWER `"""'""•°.",.°°°""`"" I , `REMOVE AND REPLACE -42 SY OF PAVEMENT INSTALL 7" PCC BASE REMOVERIM INTAKE 67 316 (Wl 3" HMA FL(NE) = 663.06 FL(NW) - 665.86 30 POWER POLE TO BE SUPPORTED FL(S) = 662.96 �f AS NEEDED. COORDINATE WITH YMIDAMERICAN ENERGY W EST SIDE INTAKE EXTEND EX. STORM SEWER INSTALL SW -509 — TO CONNECT TO NEW INTAKE 1 RIM = 672.86 (INCIDENTAL TO INTAKE) r . IFL(NE) = 663.06 FL(NW) 665.86 FL(S) _ 662.96 � NOTES' / 630 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. STORM SEWER PIPE BID ITEM SHALL INCLUDE 1 CONNECTIONS TO EXISTING INTAKE, INCLUDING BUT � - — :a NOT LIMITED TO COLLARS. _. _.. — -- --- - -1- - --- -- -- - ' 3. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY --— ---- -- - OF IOWA CITY STORMWATER DIVISION. CONTACT ) PAUL DRUIVENGA AT 631-1144. . — -`�_ - c _.-.- - I— --- 4. AREA OF REPAIR IS LOCATED ON STATE HIGHWAY 1 AND WITHIN IDOT RIGHT-OF-WAY. TRAFFIC CONTROL E. BLOOMINGTON STREET REGULATIONS (MUTCD) SHALL BE FOLLOWED AND IS --15---- — --�5— — � X15 1..,— — ----15— — —{.,-- •— —J'S— OF J'SOF EXTREME IMPORTANCE. SEE SHEET 18, T hbk FAC11NEERING v ose: rna.x�.ra CIYOOF10AA rM.' PLAN N DODGE ST. RL4ISIONS e I)ATN I 1)h4(RIPI'ION o M$ 1' RIODOCOM1tItNS9 ] o OY I216� AI;'19LN 00 WC9 1 usmMY: uno .: •"un 13-407 zola_ss_IMr 06-09-2014 V=40' 12 on 18 F n -" ELIMINATE ROLL CURB .r —r BIT INTAKE AND SIDEWALK r r �;s < i LOOKING WEST -.-1-- L. J REMOVE & REPLACE THREE (3) j 4" PCC SIDEWALK PANELS �n (ELIMINATE ROLL CURB) I _ PROTECT ADA RAMP , COURT STREET 5. ALL PAVEMENT SHALL BE CLASS M MIX Siam 4.w 4norawnnb\%n AtAt Sn 12 9014 - 11:JIn, L C REMOVE EX. INTAKE INSTALL SW -509 RIM = 669.40' 12" FL IN (S) = 664.40- 18" FL IN (E) = 664.30' 18" FL OUT (NW) = 664.10' **VERIFY ELEVATIONS - REMOVE AND REPLACE 31 SY ^9" PCC PAVEMENT (MATCH EX. PAV'T THICKNESS) a A" N J/ ®x rnorec>'vo, 13-407 201J STURVf SE}yER :sin— n C ti i�0 �- hb% iEh CIN n eR N ':M9r CITY OF 70X4 CITY PLAN COURT STREET SMM N11Ni\IL 201J_Ss_IMP 06-09-7014 1"=50' 13 OF: 18 W j w NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. U) 2. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND J LABOR TO CONNECT EXISTING PIPES. O 3. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY OF IOWA CITY STORMWATER DIVISION. CONTACT EL PAUL DRUIVENGA AT 631-1144. '''...... Q 4. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS U PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL ''.. .. in 5. ALL PAVEMENT SHALL BE CLASS M MIX Siam 4.w 4norawnnb\%n AtAt Sn 12 9014 - 11:JIn, L C REMOVE EX. INTAKE INSTALL SW -509 RIM = 669.40' 12" FL IN (S) = 664.40- 18" FL IN (E) = 664.30' 18" FL OUT (NW) = 664.10' **VERIFY ELEVATIONS - REMOVE AND REPLACE 31 SY ^9" PCC PAVEMENT (MATCH EX. PAV'T THICKNESS) a A" N J/ ®x rnorec>'vo, 13-407 201J STURVf SE}yER :sin— n C ti i�0 �- hb% iEh CIN n eR N ':M9r CITY OF 70X4 CITY PLAN COURT STREET SMM N11Ni\IL 201J_Ss_IMP 06-09-7014 1"=50' 13 OF: 18 y� I i O INTAKE TO BE ABANDONED � II LL — I L- rl I� I I L� I ir L.—.—.—..—..1 �I II NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. HMA PAVING STHALL BE INSTALLED TO PROVIDE PROPER DRAINAGE AND NO PONDING. 3. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY OF IOWA CITY STORMWATER DIVISION. CONTACT PAUL DRUIVENGA AT 631-1144. 4. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL. C y'IOpOIViw!\Ypymi i[glll 2MY IICp14W110M1V yIT 20lYip. iql 1L'[N'1- I: TORI x 0 m r r 70 Com i REMOVE EXISTING INTAKE ABANDON STORM SEWER W/ FLOWABLE FILL \ �G REMOVE AND REPLACE��.CIjj 6" PCC CURB & GUTTER Y� \\ AGF REPLACE EX. HMA W! 7" PCC BASE AND 3" HMA OVERLAY GRADEIPAVE TO DRAIN —106 SY PAVING Il 13-407 2014 STORM SEWER W,WROVLMENTSPROJECI hbk hv��k RI%WL�1 Y.ltiIO.. 00.¢]AA PLAN RUNDELL ST. r* i i, i 13-407 2014 STORM SEWER W,WROVLMENTSPROJECI hbk hv��k RI%WL�1 Y.ltiIO.. 00.¢]AA PLAN RUNDELL ST. NORTH CURB LINE LOOKING WEST �M i i i i i I l Y I C �v INSTALL SW -509 1 \ CONNECT EXISTING J STORM SEWER �\ RIM = 647.50 \ FL (S) = FIELD VERIFY IOWA AVENUE NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. INTAKE INSTALLATION SHALL INCLUDE MATERIAL AND LABOR TO CONNECT EXISTING PIPES. 3. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY OF IOWA CITY STORMWATER DIVISION. CONTACT PAUL DRUIVENGA AT 631-1144. 4. WORK AREA LIMITED IN ORDER TO ALLOW ONE LANE OF TRAFFIC ON WESTBOUND IOWA AVE AT ALL TIMES. 5. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL. 6W 1Z YON — -- -- -- - EXTEND STORM SEWER_ TO CONNECT. PROPOSED INTAKE REMOVE EXISTING CURB AND GUTTER INTAKE —sr— sr REMOVE AND REPLACE 19 SY PAVEMENT AS NEEDED INSTALL 7" PCC W/ 3" HMA -- N o: 13-407 hbk ENGINEERING C.�PY��CITY PLAN IOWA AVE. : � I : M m uu ^_J J uaur _ — : •^° 2014 SS IMP 06-09.2014 �/ 15 as 18 h, IMP�RO�VEaeWNTS PBOJEC C-)� --4 n 1 r" co f Y`� hbk ENGINEERING C.�PY��CITY PLAN IOWA AVE. : � I : M m uu ^_J J uaur _ — : •^° 2014 SS IMP 06-09.2014 �/ 15 as 18 C 1 EAST SIDE NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. STORM SEWER PIPE BID ITEM SHALL INCLUDE CONNECTIONS TO INTAKES, INCLUDING BUT NOT LIMITED TO COLLARS. 3. SALVAGED INTAKE LIDS TO BE RETURNED TO THE CITY OF IOWA CITY STORMWATER DIVISION. CONTACT PAUL DRUIVENGA AT 631-1144. 4. INTAKES SHALL BE CONSTRUCTED ONE AT A TIME TO PROVIDE ONE LANE OF SOUTHBOUND TRAFFIC ON DUBUQUE STREET AT ALL TIMES. 5. TRAFFIC CONTROL SHALL MEET MUTCD STANDARDS PER DETAIL 11 ON SHEET 6, FOR LOCAL ROAD TRAFFIC CONTROL. eweicl�l.uoa�a.o�rsma smm s,w xw.ew,w,xtPrn vl.avn s.o 12 ml� - n:aean 731--'_'Sf� _ BENTON STREET REMOVE & REPLACE ADDITIONAL 8 LF OF CURB & GUTTER NORTH OF PROPOSED SW -509 BOXOUT WN REMOVE EX. INTAKE INSTALL SW -509 RIM = 641.99' 18" FL IN (W) = 639.69' 15" FL OUT (E) = 639.59' '"VERIFY ELEVATIONS*' �' HMA PATCHING AS NEEDED W IL�L/I LL U) W D a D III D 0 m `} REMOVE EX. INTAKE INSTALL SW -509 RIM = 642.21' 15" FL IN(W)=639.51' 18" FL OUT (SE) = 639.41' ' *"VERIFY ELEVATIONS*" REMOVE & REPLACE ADDITIONAL 6 LF OF CURB & GUTTER SOUTH OF PROPOSED ` SW -509 BOXOUT N� 1 , C� N N 1 eew" �T13-407 RSI%rt: 2014STORNISEWER TNIPROV AVNTS PROJECT )� ni E T ryl * II, rr PLAN ® G'? S DUBUQUE ST. Fig t )� hlb k F.RGPNErRING * II, PLAN ® S DUBUQUE ST. &xM <m.ar r. ie llnll II 13x07 - 2014 SS_IMP 03-26-2014 16 OF: 18 EXISTING CMP OUTFALL M4 – ltx SEPARATION OF EXISTING CMP PIPE r9 Ylt MAT AND SEED EX. INTAKE RIM = 649.42 FL(W) = 645.82 FL(E) = 638.62 1 11 ` REMOVE -50 L.F. COLLAPSED 42" CMP STORM SEWER t t CONNECT EX. CMP TO PROPOSED HDPE Wf FERNCO LARGE DIAMETER — SERIES COUPLER OR APPROVED EQUAL EX. INTAKE RIM = 643.84 \r \IY s IJ l 5') j �rJT— 1 -ST FILL AND COMPACT INSTALL MATERIAL FILL MATERIAL: EARTH FILL - 564 TONS CLASS E REVETMENT - 178 TONS CLASS D BEDDING - 616 TONS _ C'J /O • �; q --1 REMOVE EX. FES FL = 629.20 INSTALL 65 LF 42" HDPE STORM SEWER 0 SITE ACCESS 42" HDPE END SECTION VERIFY AND ESTABLISH CHANNEL SHAPING AND POSITIVE DRAINAGE INSTALL FILL MATERIAL INCLUDED IN QUANT. ABOVE hbklno r �:.vnx PLAN OLD HWY 218 o_nmrou, Rtv4aex!alo iwcs Rne 4.NM1I r. amA�vr �BAO rvv 33-007 2014 SS LY1P - 06-09-2014 r=s0• 17 on 18 NOTES: 1. LOCATE ALL UTILITIES PRIOR TO CONSTRUCTION. 2. SITE ACCESS SHALL BE LIMITED TO ONE LOCATION WITH s..ysomuro-m 13-407 MONITORING OF TRACKING. I, 3. REVETMENT SHALL BE PLACED PER DETAIL 5, SHEET 5. IMPROVEMENTSPROAEC 4. APRON GUARD IS CONSIDERED INCIDENTAL AND SHALL BE INCLUDED WITH FLARED END SECTION. 5. THE FLARED END SECTION AND LAST TWO PIPE JOINTS SHALL BE TIED TOGETHER. a 6. SITE RESTORATION TO INCLUDE MATTING. hbklno r �:.vnx PLAN OLD HWY 218 o_nmrou, Rtv4aex!alo iwcs Rne 4.NM1I r. amA�vr �BAO rvv 33-007 2014 SS LY1P - 06-09-2014 r=s0• 17 on 18 N s..ysomuro-m 13-407 36149TOI $ISRWER IMPROVEMENTSPROAEC a Gra hbklno r �:.vnx PLAN OLD HWY 218 o_nmrou, Rtv4aex!alo iwcs Rne 4.NM1I r. amA�vr �BAO rvv 33-007 2014 SS LY1P - 06-09-2014 r=s0• 17 on 18 _ m DAVENPORT STREET _ �J T L..._. VWAD� INSTALL ROAD WORK AHEAD (BOTH SIDES) LEFl LANE ENDS 0 NOTES: 1. ALL TRAFFIC CONTROL DEVICES SHALL MEET MUTCD STANDARDS. 2. ALL TRAFFIC CONTROL SHALL BE IN PLACE PRIOR TO WORK STARTING. 3. ALL TRAFFIC CONTROL TO BE MAINTAINED THROUGHOUT DURATION OF PROJECT. 4. ANY CHANGES TO TRAFFIC CONTROL PLAN SHALL BE APPROVED BY ENGINEER PRIOR TO INSTALLATION. 5. ONE LANE OF TRAFFIC SHALL REMAIN OPEN AT ALL TIMES DURING THE PROJECT. I �I, I i IANE ENpS INSTALL LANE SHIFT SIGN 'O SIDEWALK — �� O r T INSTALL SIDEWALKO D SN ..�•. — I CLOSE IGo � I .. I o INSTALL LEFT O _i ARROW BOARD O I Lj -- ° O / L T � I O RonD —7w— Z wDEK AHEAD Q I p o INSTALL ROAD I WORKAHEAD G) (BOTH SIDES) m U) 'I m Imi INSTALL LANE -- SHIFT SIGN -- - --- slDewAuc QOSED INSTALL SIDEWALK CLOSED SIGN — INSTALL RIGHT ARROW BOARD INSTALL TUBULAR MARKERS TYPE II ROAD CLOSUREI I hal i —❑+— _y�_ — sT �o z I I� l O I— O J ' O G) m f U) _ I J ,� _ m DAVENPORT STREET _ �J T L..._. VWAD� INSTALL ROAD WORK AHEAD (BOTH SIDES) LEFl LANE ENDS 0 NOTES: 1. ALL TRAFFIC CONTROL DEVICES SHALL MEET MUTCD STANDARDS. 2. ALL TRAFFIC CONTROL SHALL BE IN PLACE PRIOR TO WORK STARTING. 3. ALL TRAFFIC CONTROL TO BE MAINTAINED THROUGHOUT DURATION OF PROJECT. 4. ANY CHANGES TO TRAFFIC CONTROL PLAN SHALL BE APPROVED BY ENGINEER PRIOR TO INSTALLATION. 5. ONE LANE OF TRAFFIC SHALL REMAIN OPEN AT ALL TIMES DURING THE PROJECT. I �I, I i IANE ENpS INSTALL LANE SHIFT SIGN 'O SIDEWALK — �� O r T INSTALL SIDEWALKO D SN ..�•. — I CLOSE IGo � I .. I o INSTALL LEFT O _i ARROW BOARD O I Lj -- ° O / L T � I O RonD —7w— Z wDEK AHEAD Q I p o INSTALL ROAD I WORKAHEAD G) (BOTH SIDES) m U) 'I m Imi INSTALL LANE -- SHIFT SIGN -- - --- slDewAuc QOSED INSTALL SIDEWALK CLOSED SIGN — INSTALL RIGHT ARROW BOARD INSTALL TUBULAR MARKERS TYPE II ROAD CLOSUREI I hal i —❑+— _y�_ — sT �o I� l O O J ' O f _ I J ,� sIDEwALK [ I CIOSEb I—r W# m I I I INSTALL SIDEWALK CLOSED SIGN (@ INTERSECTION) 6wm Sew Mnp'gmlmhWm SrtdK SP INSTALL END ROAD WORK SIGN (BOTH SIDES) .. __ �..N�l f . y1 TYPE II ROAD I JLIN CLOSURE---- CLOSURE----- {,I _ it � slD Iwaur _�— D � INSTALL SIDEWALK � — -- CLOSED SIGN [eRD r ' _._. INSTALL END ROAD - - �,' WORK SIGN (BOTH SIDES) J 0 O O 0 2 DAVENPORT STREET II C tl _1 F1 INSTALL TUBULAR MARKERS 1 i f— — �— E BLOOMINGTON STREET ffc11fly 1014 STORM SEWER IMPROVEMENTS PROJEC IN ENGINEERING 1 a��a.nlw no aoxn. TRAFFIC CONTROL N. DODGE ST. � io WDLR� DALE DBSCRIP[NN DY me mu em DoclmD Drnxu ur vlsL.D elDttrc� nnn 1 I S.N51 a RM nm DSU m. 13:07 zR14 ss 1\4P 06-09.2014 1"=50 18 OF. 18 Prepared by: Kim Sandberg, Project Coordinator, 410 E, Washington St., Iowa City, IA 52240, (319)356-5139 RESOLUTION NO. 14-274 RESOLUTION SETTING A PUBLIC HEARING ON OCTOBER 7, 2014, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2014 STORM SEWER IMPROVEMENTS PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Stormwater Utility account # 77770110S - BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 71h day of October, 2014, 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. 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 16th day of September 20 14 ATTEST:27frtl-(t� CITY CEEERK pwe nglmastersl etph.doc 1111 MAYOR Approved by .0 c L 9. City Attorney's Office )15 11`I Resoludou No. 14-274 Puule 2 It was moved by_ Throgmorton and seconded by Botchway the Resolution be adopted, and upon roll call there were: ,- 79: TvTAYS: BSENT x Botchway x Dickens x Dobyns x Hayek x Minis x Payne x Throgmorton Prepared by: Daniel Scott, Project Engineer, 410 E, Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 14-292 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2014 STORM SEWER IMPROVEMENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Stormwater Utility account # 77770110. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 10:00 a.m. on the 28th day of October, 2014. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 4th day of November, 2014, or at a special meeting called for that purpose. Passed and approved this 7th day of October , 20 14 MAYOR Approved by .� ATTEST: CITY -CLERK City Attorney's Office 71--2 3A_1,- pwenglmastem\resappp&sdoc 9114 Rescluflnn Noe 14-292 Page 2 St was moved by Payne and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton NOTICE TO BIDDERS 2014 STORM SEWER IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3.00 P.M. on the 28" day of October, 2014. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for Purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 4th day of November, 2014, or at special meeting called for that purpose. The Project will involve the following: Removal and replacement of storm sewer pipe, intakes and manholes; removal and replacement of PCC and HMA paving; site restoration and traffic control. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred AF -1 percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: November 10, 2014 Completion Date: May 29, 2015 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City of Iowa City Engineering Division, Iowa City, Iowa, by bona fide bidders. A $25 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 Inspections and Appeals at (515) 281-5795 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, togetherwith 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 I_l07 Publish 9122 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, SPECIAL PROVISIONS AND ESTIMATE OF COST FOR THE 2014 STORM SEWER IMPROVEMENTS PROJECT, IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract, special provisions and estimate of cost for the construction of the 2014 Storm Sewer Improvements Project in said city at 7:00 p.m. on the 7" day of October, 2014, said meeting to be held in the Emma J. Harvat Hall in City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract, special provisions and estimate of cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Printer's Fee $ O�)Q, d) CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITV PRESS -CITIZEN FF.D.ID#42-0330670 I, Sara Crosbvl 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): q•ZZ-14 Itwjw.![�a`1 _*L� Legal Clerk v Subscribed and sworn to before a this Z qday of A.D.20. t Pu tic s ADAM JAMES KAHLEA :e Commission Number 765381 My Commission Expires 08104/2017 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, SPECIAL PROVISIONS AND ESTIMATE OF COST FOR THE 2014. STORM SEWER IMPROVEMENTS PROJECT, IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CIN 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 heating on plans, specifications, form of contract, ap,clal provisions and estimate of ,at for the con- struction of the 2014 Storm Seeder Improvements Project in said city at 7'.00 P.M. on the 7th day of October, 2014, said meeting to be held in the Emma J Harvat Hall In City Hall, 410 E Washington Street In said city, or if said meeting Is cancelled, at the next meeting of the City Council thereafter as post- ed by the City Clerk. Said plans, specifications, farm of contract, special provisions and estimate of cost are now on file In the office of the City Clerk in City Hall in lovra City, Iowa, and may be inspected by any interested per- sons, Any Interested persons may appear at said meeting of the City Council for the purpose of making oblectlons to and comments con- cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Pr.e ole l September.22, 2014 ENGINEER'S ESTIMATE September 15, 2014 City Clerk City of Iowa City, Iowa Re: 2014 Storm Sewer Improvements Dear City Clerk: The engineer's estimate for this project is $250,000. Sincerely, Ronald R. Knoche, P.E- City Engineer � r %1k CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa S2240-1826 (3191 356-5000 (3191356-5009 FAX www.icgov.otg h_ 1 l LJ r �a r'7 -TI F - Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St„ Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 14-292 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2014 STORM SEWER IMPROVEMENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Stormwater Utility account # 77770110. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa, 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 281h day of October, 2014. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 41h day of November, 2014, or at a special meeting called for that purpose. Passed and approved this 7th day of October _,20 14 ATTEST: CITY -LERK paengtrnasterstresappp&s.doc 10/14 MAYOR ° pp ved by V_ City Attorney's Office 7 Rcsolun4noFIH®, 14-292 Page 2 It was moved by Payne and seconded by Resolution be adopted, and upon roll call there stere: ASYES; PTAYS: AWENTl: the Botchway Dickens Dobyns Hayek Nims Payne Throgmorton -Tr_aa=� 3d(2) Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144 RESOLUTION NO. 14-305 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2014 STORM SEWER IMPROVEMENTS PROJECT. WHEREAS, Dave Schmitt Construction Company of Cedar Rapids has submitted the lowest responsible bid of $255,458.00 for construction of the above-named project; and WHEREAS, funds for this project are available in the Stormwater Utility account #77770110. 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 Dave Schmitt Construction Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 4th day of November 20 14 MAYOR Approved by ATTEST: /�/d.Lt�►irrJ X 7C4�fi✓ a / n z ,� - CITY CEERK City Attorney's Office 1,17-2-1 11,4 It was moved by Throgmorton and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: g Botchway X DICKens X Dobyns X Hayek X Mims X Payne X Throgmorton pwenglM35terslewrdcon doc 1 W14 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Dave Schmitt Construction ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 10th day of November Improvements- City of Iowa City 20 14, for the 2014 Storm 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 n/a b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; = - h. Restriction on Non -Resident Bidding on Non-Federal-Aid-Projecth; r•., i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Midwest Concrete- $15,682.00 L.L. Pelling - $31,492.40 Stevens Erosion - $ 4,500.00 Advanced Electric- $:3,300. 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this 10th day of November 2014 City Mayor ATTEST: City Clerk AG -2 Contractor John Berns ,2 Title C. E. o. ATTEST: Patt McDowell (Title) Secratary Tresurer (Company Official) Approved By: GctU� a City Attorney's Off ic,��ay��h,� FORM OF PROPOSAL 2014 STORM SEWER IMPROVEMENTS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder D��Ir Address of Bidder �So 5"DSL. lq�, -5u, `f 6 TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ LYS ,,4 ,in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract— Documents, hereby proposes to provide the required labor, services, materials `and-egB$ment`— and to perform the Project as described in the Contract Documents, inclining 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 Jump sums to be agreed upon in writing prior to starting such"work. ITEM DESCRPTION UNIT EST. QUANTITY UNIT PRICE EXTENDED AMOUNT 1 REMOVAL OF EXISTING STRUCTURE EA 12 ro $ �y$o e 6a 2 REMOVE STORM SEWER, 8" LF 10 ay. bo Aycb.drt 3 REMOVE STORM SEWER, 12" LF 8 y.co aEck. a �- 4 REMOVE STORM SEWER, 15" LF 75 11. lyes. 00 5 REMOVE STORM SEWER, 42" LF 50 6 REMOVAL OF PAVEMENT SY 715 7 STORM SEWER ABANDON, FILL + PLUG LF 18 SI, oc= 11-8 8 INTAKE, SW -507 EA 1 j'7y6.t� y'7ya. 9 INTAKE, SW -507, MOD EA 1 J �' /a• 10 INTAKE, SW -507, TOP ONLY EA 2 i A. . m , 3,-_�5,�,, cu 11 INTAKE, SW -509 EA 8 12 INTAKE, SW -511, MOD EA 1 jc��,en 3�`•�7.a� 13 STORM SEWER, RCP, 12" LF 12 mv.6U 3 i 3 . co 14 STORM SEWER, RCP, 15" LF 95 15 STORM SEWER, HDPE, 42" LF 65 16 FES, HDPE, 42" EA 1 1i (5 •co 1 3 S.es R-1 17 SIDEWALK, PCC, 4" SY 6 IS, 2.6 18 CURB+ GUTTER, PCC, 1.5' LF 29 D ,aa .61•b% 19 DRIVEWAY, PCC, 6" SY 17 —]g, '1aA.an 20 PATCH, FULL -DEPTH, 7" PCC, 3" HMA SY 198 PI I 66 'so 21 PATCH, FULL -DEPTH, 7" PCC SY 96 -22, 6n 73`l 3.cv 22 PATCH, FULL -DEPTH, 9" PCC SY 31 &" co D 23 PATCH, FULL -DEPTH, 7" HMA SY 330 -7,2, 24 PATCH, FULL -DEPTH, 8" HMA SY 8 I "�f ") 25 EARTH FILL TON 564 3 ' 26 CLASS EREVETMENT TON 193 fo.ao 'a16to,•e., 27 CLASS D BEDDING TON 616 37. c �� 7i 28 CLEARING AND GRUBBING LS 1 29 TRAFFIC CONTROL LS 1 30 SITE RESTORATION LS 1 31 EROSION CONTROL L5 1 ] oU 1555• �° 32 MOBILIZATION LS 170 TOTAL EXTENDED AMOUNT = $_5S IS>• R-2 �� yJ r\S R-2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm Signature: Printed Name: Title: ol1�n 1U� , 0�5 Address: J'15U (-�U' --' l L-A"r { fot5 i OLJ4 j7 -`Lo' -I Phone: 5l ( 365 Contact: �05C✓, R-3 'TT-Trfr- 3d(2) Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144 RESOLUTION NO. 14-305 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2014 STORM SEWER IMPROVEMENTS PROJECT. WHEREAS, Dave Schmitt Construction Company of Cedar Rapids has submitted the lowest responsible bid of $255,458.00 for construction of the above-named project; and WHEREAS, funds for this project are available in the Stormwater Utility account #77770110. 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 Dave Schmitt Construction Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 4th day of November , 20_1 4 MAYOR ATTEST: t44n[4,c 7 • 7C44A,/ CITY nERK It was moved by Throgmorton and seconded by adopted, and upon roll call there were: AYES: X NAYS: Approved by FCityAttorney'sOffice la(-2glj-/ Mims the -Resolution be c -a- ry µ ABSENT: 77E g Botchway DICKens = X Dobyns X Hayek x Mims X Payne X Throgmorton pwenglma sterslawrd can doc 10114 Form W'9 Request for Taxpayer Give Form to the Identification Number and Certification resident alien, sole proprietor, or disregarded entity, see the Part I instructions onn page 3. For other re requester. Do not )aartmenary eep [)apartment ire Tr of the Treasury send t0 the IRS. Internal nal Rav Rec✓anua Service TIN on page 3. 1, Name (se shown on your income tax return) DAVE SCHMITT CONSTRUCTION CO. INC. Business nameldisre0arded entity name, if different from above N m m m o. Check appropriate box for federal tax 0 classification (required): ❑Individual/sole proprietor ❑ CCorparation✓❑ SCorporation ❑ Partnership ❑ Trust/estate h 0 0 ❑Exempt payeeE] U Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P= arreashiP)leG C n C D. � ❑ Other (see instructions)► — Address (number, street, and apt. or suite no.) Requester's name and address (optional) u v. 250 50TH AVENUE SW City, state, and ZIP code v rn CEDAR RAPIDS, IA 52404 List account numbers) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line I social security number j avoid backup withholding. For individuals, this is your social security number However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions onn page 3. For other re — m — entities, it is your employer identification number (FIN). If you do not have a number, see How to get a TIN on page 3. 1, Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose j Employer identification number number to enter ammuE:IEiF]Uum Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. citizen or other U.S. person (defined below). Certification instructions. You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on case 4. /l Her I Signature of Yf r /I/ /J> �/ "W,r// // Date► 11-7-1-11 Here U. person► r=, //� � �iJ �A�' (. General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (FIN) to report, for example, income paid to you, real estate transactions, mortgage interest you. paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income. Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. ec.i Definition of a U.S. person. For federal tax'purposes;;you are considered a U.S. person if you are: r . • An individual who is a U.S. citizen or U.S. residenf a17an, ° f • A partnership, corporation, company, ot-aseradatie created,,2, organized in the United States or under thp- avap of'tha United States, • An estate (other than a foreign estate), or: I- • A domestic trust (as defined in Regulations(sJotion 401.7701-7 Special rules for partnerships. Partnerstiipd that cer}duct a'tra& or business in the United States are generally; required to pay a withholding tax on any foreign partners' share of income from such business. Further, in certain cases where a Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership income. Cat. No. 10231X Form W-9 (Rev. 1-2011) Bond #54202770 PERFORMANCE AND PAYMENT BOND Dave Schmitt Construction Company, Inc. , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and united Fire & Casualty Company (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Two hundred fifty five thousand four hundred fifty eight Dollars ($ 255,458.00 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. . WHEREAS, Contractor has, as of November 10, 2014 entered into a (date) 2014 Storm Improvements - written Agreement with Owner for c+v of 0'. City Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with pians 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,Suretytnay promptly remedy the default, or shall promptly: s_ -? �t 1. Complete the Project in accordance with the terms and condit'tohs 6f` the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the& j_ yojec4 in accordance with the terms and conditions of the Agreement; and updri 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 QUI funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price;' as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of Five Years ( 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 loth DAY OF November , 2014 . IN THE PRESENCE OF: Witness witn�ss MW Dave Schmitt Construction Company, Inc rincipal) z -- (Title) United Fire & Casualty Company - (Surety) c,wof ins F Ta (Title) +..� N 500 First Street SE — (Street) rl rim Cedar Rapids, lowa'524.0'1 C? - (City, State, Zip) — 319-364-5193 (Phone) UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, LA Inquh-ies: Surety Department UNITED FIRE & INDEMNITY COMPANY, GALVESTON, TX 118 Second Ave SE Un FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POTTER OF ATTORNEY 319-399-5494 (original on file at Home Office of Company- See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANyyCIAL PACIFIC pp INSURANCE COMPAN�Y,, a corporation duly organized and existing under the laws of the State of California (hereincollective J. (called the LEY, ORKANeS. and LOPEZ, their BOTH coorate ers OFn THE Cedar Rapids, State LOOFFICEOe OR make, BERTconstitute and appoint KOLLSMITH, OR JACQUELINE K. PETERS, OR DEBORAH D. HAHN, OR CHERYLLRRMRSTIK, OR M. LYNN KIMBLE, OR SAMANTHA SPILMAN, ALL INDIVIDUALLY of CEDAR RAPIDS IA their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $35,000,000-00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 27th day of January, 2016 unless sooner revoked by UNITED FIRE& CASUALTY COMPANY, UNITED FIRE: & INDL'-MNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorneyis made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety Bands and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of Like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used; being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, s4tgpct to the limitations set forth in their respective certificates of authority shall have fall power to bind the Companies by their signature execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board.of Direcaars or any,other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in fact Sun � 4V ns1N WITNESS WHEREOF, the COMPANIES have each caused thes2,.presents_to be signed by its s' -';3� �, vo`QvppoR Aamc vice president and its corporate seal to be hereto affixed thus 27th d2 of Januatcp-; 2014 a. 3 rnnroxare 4 carr: �� s Va z� JLr zAFom UNITED FIRE &CASUALTY COMPANY L V UNITED FIRE & INDEMNITY COMP7,N, SEAL SEAL T 1906 - ."ayam.. c FINANCIAL PACIFIC INSURANCE COMPANY Grp xn N ,O '��lresr to'4"\J` 9Pre, �\ 2'/`//]-`�0 .._� hrr n X11111111 \o IIINO"""\ " `"-arm -.�' By. State of Iowa, County of Linn, ss Viae President On 27th day of January, 2014, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE- & CASUALTY COMPANY, a Vice President of UNITED'. FIRE & INDEMNITY. COMPANY,. and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant. to like authority, and acknowledges same to be the act and decd of said corporations. P}�[� Judith A. Oavis a o may, S Iowa Notanal Seal Notary Public Commission number 173041 My commission B. plres: X123/2015 a. r, My Commission Expires 423,'2015 I, David A. Lange, Secretary of UNITED, FIRE & CASUALTY COMPANY and Assistant Secretary of ITED FIRE & INDEMNITY COMPANY, and Assistant. Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts. thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in ful l force and effect. In testimony wbereof I have her u t s ser e me. and affixed the corporate seal of the said Corporations this day of , 20�_. \,g cr. ¢ pp x Wjr \P\G IlJ50q yTY� �3 : f�� �Qp �PPORyfTCf -� CORPOR4TE y F CORPORATE ; c 2�ULI 21. O' By L2 5Z'J TSEAC 4 6 1916 �T Z C,QFOPHP-rte AAr,➢ ,,,,' ON ivY,auSecretary, OF&C nuimoe"` ' �I�um.P`J urnnuovN"`• Assistant Secretary, OF&I/FPIC BPOA0045 0913 ACORO0 CERTIFICATE OF LIABILITY INSURANCE DATE(MMr°°"""' 11/7/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: I Management TrueNerth '.PO BOX 1863 X500 First Street SE Cedar Rapids IA 52406-1863 HON o E:L 319-366-2723 FAX Ne :877-810-6374 IPA E-MAIL ADDREss:certs@truenort o anies.com _ INSURER SI AFFORDING COVERAGE NAIC# INSURERA:United_Fire & Casualty Company 113021 INSURER9:St Paul Fire & Marine Ins Company _ _ 124767 _ INSURED DAVESCH-01 Dave Schmitt Construction Co. INSURER C: INSURER D: 250 - 50th Avenue SW Cedar Rapids IA 52404 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1781573375 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADDLSUBR TYPE OF INSURANCE INSR WVD -- POLICY NUMBER POLICY EFF MM/DnfY YY POLICY EXP MMIDDIYYYY LIMITS A GENERAL LIABILITY 30388715 12/19/2013 2/19/2014 EACH OCCURRENCE $1,000,090 x COMMERCIAL GENERAL L14HILI TY DAMAGE PREMISES cuence $100,000 MED EXP (Any one person) $10,000 CLAIMS-MADE OCCUR PEP.SONAL 3P.OV INJURY $1,000,000 GENERALAGGREGATE $3,000,000 GENL AG2.REGATE LIMIT APPLIES PER'. PRODI;CTs-COId PIOP AGG $3,000,000 $ POLICY X PRO- LUC A AUTOMOBILE LIABILITY LIT 60388715 12/19/2013 2/19/2014 OOMBIc tlED SINGLE LIMIT 51,000,000 BODILY INJURY (Per person) S ANY AUTO BODILY INJURY accident) $ ALL ONMED 5CHEDULED AUTOS HUTOS NON-OV:NED 'X HIRED AUTOS X AUTOS PROPERTY DAMAGE. S Per areldent $ B X UMBRELLA LIAR X OCCUR ZUP14T6143013NF 12!19/2013 12JI9/2014 EACH OCCURRENCE_ $10,000,000 AGGREGATE $10,000,000 EXCESS LIAR CLAIMS-MADE DED X RETENTION $0 I$ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Yin AF'ePROPRI0.IBOREXCLUOCD,tECUTIVE� (Mandatory in NH) N/A "0388715 12/19/2013 2.11912014 X V'C STATU- OTr4 TO DIT H ACC IDENT $500,000 EL. DISEASE- EA EMPLOYEE $500,000 ELDISEASE-POLICY LIMIT $500,000 If yes, describe under DESCRIPTION OF OPERATIONS 'celow DESCRIPTION Or OR ERATWN5 f LOCATIONS 1 VEHICLES (Attach ACO RD 101, Additi enal Remarks Schedule, if more space is req Lived) If "Y" is indicated above for add] insd Gen Liab form CG7103 06/11 (premises), CG7150 03/12 (completed ops), Auto Ljab #CA7109 01/06 applies. If "Y" is indicated above for waiver of subro Gen Liab form CG7103 06/11, Auto Liab #CA7109 01/06-.and WC.#7VVC000313 (IA Only) applies. Contractual liability applies per policy provisions and conditions. Umbrella is following form per policy ptovisi(RZ, conditions and d; exclusions. Coverage is for work performed and required under written contract with the above named insure' .... +�' L Project: 2014 Storm Sewer Improvements ze: N --•-*• _ w CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE.,WILL BE DELIVERED IN City Of Iowa City ACCORDANCE WITH THE POLICY PROVISIONS. - 410 E. Washington Street Iowa City IA 52240-1526 USA AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Prepared by, Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 15-232 RESOLUTION ACCEPTING THE WORK FOR THE 2014 STORM SEWER IMPROVEMENTS PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2014 Storm Sewer Improvements Project, as included in a contract between the City of Iowa City and Dave Schmitt Construction Company of Cedar Rapids, IA, dated November 4, 2014, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office, and WHEREAS, funds for this project are available in the Stormwater Utility account #77770110, and WHEREAS, the final contract price is $240,865.59. 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 27th day of ATTEST: �1 CITY C RK 20 15 �Vn MAYOR Approved by City Attorney's Office It was moved by Payne and seconded by Dobvns the Resolution be adopted, and upon roll call there were: AYES: i� P W eng!maseers/acpiwork.doc 7115 NAYS: ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton