Loading...
HomeMy WebLinkAboutSTREET RECONSTRUCTION/EAST HARRISON ST/2015STREET RECONSTRUCTION/ EAST HARRISON ST/ 2015 c_ _ A 1 F y 4 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE E. HARRISON STREET RECONSTRUCTION PROJECT IOWA CITY, IOWA ti c= I hereby certify that this engineering document was prepared by me or under myt p4gsona4- supervision and that I am a duly licensed Professional Engineer under the laws�sj:0e S;Fate of_,,, Iowa. ie> (71 SIGNED: �r -' �%/ �2_ 6' Paul V. Anderson, P.E. Iowa Reg. No. 12384 My license renewal date is December 31, 2015. DATE: 2 w SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICETO BIDDERS........................................................................................... AF -1 NOTETO BIDDERS............................................................................................... NB -1 FORMOF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORMOF AGREEMENT........................................................................................ AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 GENERALCONDITIONS....................................................................................... GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SC -1 BIDDERSTAUS FORM.......................................................................................... TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS SeNhn 01010 Summary of the Work.....................................................,.... 01010-1 Sermon 01S5 Measurement and Payment ................................................ 01025-1 S ' o Progress and Schedules... ... ..... ....,.... .... 01310-1 0 S onu6 70 Traffic Control and Construction Facilities ........................... 01570-1 LM QIVI%6N 1'-iTE WORK Cl - "`Y Sastion • 50 Demolitions, Removals and Abandonments ...................... 02050-1 .. Sntion 0 00 Site Preparation................................................................. 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ....................... 02220-1 Section 02270 Slope Protection and Erosion Control ................................. 02270-1 Section 02520 Portland Cement Concrete Paving ....................................... 02520-1 Section 02524 Curb Ramps....................................................................... 02524-1 Section 02660 Water Distribution............................................................... 02660-1 Section 02700 Sewers................................................................................ 0270C-1 Section 02900 Landscaping..........................................._.......................... 02900-1 NOTICE TO BIDDERS E. HARRISON STREET RECONSTRUCTION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 13th day of May, 2015. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 1 gth day of May, 2015, or at special meeting called for that purpose. The Project will involve the following: Reconstruction of E. Harrison Street including Complete replacement of the intersections at Clinton Street and Dubuque Street. Reconstruction includes installation of new storm sewers, new water mains and new PCC pavement. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc., 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. AF -1 N O s7- w AF -2 The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five ( 5 ) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Late Start Date: June 3, 2015. Substantial Completion of Phases 1 and 2: July 15, 2015 Liquidated Damages: $500.00 per day. Substantial Completion is comprised of completion of all water main, storm sewer and street paving construction within the limits of Phase 2 adequate to allow that portion of the street to be opened to public use. The street right- of-way from curb to sidewalk shall also be finished graded. Completion of all Phases: September 18, 2015, Liquidated Damages: $500.00 per day. The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the City of Iowa City Engineer's Office, 400 E Washington Street, Iowa City, Iowa, by bona fide bidders. A $50.00 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 Treasurer of the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors "r and subcontractors on City projects. A listing of s p minority contractors can be obtained from the ' a tuP Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of ...,� Transportation Contracts Office at (515) 239- !� ` ll�t— a 1422. Form Proposal the Lam. Bidders shall list on the of L" names of persons, firms, companies or other s'w 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 AF -2 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 -3 ..s b Cn rn H. W CM AF -3 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: Envelope 3: Bid Bond Form of Proposal Bidder Status Form NB -1 � cxa d ac I L3 .... LL a Q U— `o c� Bid Bond Form of Proposal Bidder Status Form NB -1 FORM OF PROPOSAL E. HARRISON STREET RECONSTRUCTION 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 emipment and to perform the Project as described in the Contract Documents, including %Mdenda and , and to do all work at the prices set forth hel --=-j We further propose to do all "Extra Work" which may be required to cote the work'^ contemplated, at unit prices or lump sums to be agreed upon in writing prior to sta ucC workM s ITEM DESCRIPTION UNIT ESTIMATED UNIgJ—EXT92ED No QUANTITY PRIC@' W AMOUNT GM 1 Mobilization LS 1 $ $ 2 SWPPP Management and Record Keeping through the Project Duration LS 1 $ $ 3 Install Safety Fence around work area, remove upon completion LS 1 $ 4 Traffic Control, Install, Maintain and F Remove, for all Phases of Construction LS 1 $ $ 5 Removal of ACC Pavement Sy 1132 $ $ 6 Removal of Brick Pavement SY 970 $ $ 7 Removal of PCC Alley and Drive Approaches SY 272 $ $ 8 Removal of PCC Sidewalk SY 957 $ $ 9 Removal of RCP Storm Sewer LF 121 $ $ 10 Removal of Storm Sewer Structures EA 3 $ $ FP -1 11 Removal of Water Main and Fittings 12 Removal of Fire Hydrant & Appurtenances 13 Construct 12" dia. RCP Storm Sewer with gasketed joints 14 Construct 6" dia. Perforated Longitudinal Subdrain 15 Construct Storm Manhole, IDOT SW -401 16 Construct Storm Manhole Top over existing Manhole Base, SW -401 17 Construct Storm Intake, IDOT SW -508 18 Construct Storm Intake Top and Throat over existing Intake Base, SW -508 19 Construct Storm Intake, IDOT SW -510 20 Construct Storm Intake Tap and Throat over existing Intake Base, SW -510 21 Storm Sewer trench backfill incorporating suitable site excavated soil or I" Class A crushed stone 22 Storm Sewer trench backfill incorporating Class A crushed stone furl depth of trench 23 Over excavate unsuitable soil at storm sewer foundation and replace with crushed stone 24 Construct 8" dia. C900 PVC Water Main 25 Construct 8" dia. Class 52 DIP Water Main 26 Construct 12" dia. Class 52 DIP Water Main 27 Install 6" cut in tee in existing Water Main in Dubuque Street 28 [pull 6" Gate Valve, C509 29Ins all 8" 0 t Valve, C509 JnP I;all 'Mate Valve, C509 IRTall J��Iydrant, C502, Complete itt U " di� Auxiliary Valve R@ronxlsting 6" Fire Service to LL M�We e Bank, Including a 12 x 69ge and -5' Gate Valve `V 33 Connect new 12" Main to existing 6" Main in Clinton Street 34 Water Main Disinfection and Pressure Testing LF EA LF LF EA EA EA EA EA EA LF LF TON LF LF LF EA EA EA EA EA EA EA LS FP -2 358 $ $ 1 $ $ 223 $ $ 988 $ $ 2 $ $ 3 $ $ 2 $ $ 1 $ $ 3 $ $ 1 $ $ 105 $ $ 118 $ $ 16 $ $ 363 $ $ 40 $ $ 181 S $ 1 $ $ 3 $ $ 1 $ $ 2 $ $ 1 $ $ 1 $ $ 2 $ $ 1 $ $ 35 Topsoil, Strip, Stockpile and FP -3 Respread CY 150 $ $ 36 Excavation, Class 10, including UNIT ESTIMATED UNIT EXTENDED No. compaction of fill placed or removal QUANTITY PRICE - AMOUNT 50 of excess material CY 925 $ $ 37 Construct 6" thick Granular Sub Base SY 2520 $ $ 38 Subgrade repair, remove and dispose of unsuitable subgrade material, LS 1 $ $ 52 replace with macadam stone base, including compaction TON 160 $ $ 39 Construct 8" PCC Street Pavement SY 1617 $ $ 40 Construct 9" PCC Street Pavement SY 844 $ $ 41 Construct 7" PCC Driveway and Alley SY 6 56 Pavement SY 224 $ $ 42 Construct 4" PCC Sidewalk SY 400 $ $ 43 Install Detectable Warning Panel SF 114 $ $ 44 Painted Pavement Marking STA 21.2 $ $ 45 Install, maintain and Remove Filter Sock Storm Intake Protection EA 7 $ r 46 Street Cleaning of adjacent en Pavement as Required to Remove .. y. tracked Soil and Mud LS 1 $ 47 Install Sod on disturbed turf area in 0 Work Zone SQ 81 $ 48 Install Temporary Seeding in areas z directed SQ 44 $ _ CD 49 Construction Staking LS 1 $ 5�► $w TOTAL BASE BID $ FP -3 ALTERNATE BID ITEMS ITEM DESCRIPTION UNIT ESTIMATED UNIT EXTENDED No. QUANTITY PRICE - AMOUNT 50 Mobilization LS 1 $ 51 SWPPP Management and Record Keeping through the Project Duration LS 1 $ $ 52 Install Safety Fence around work area, Remove upon completion LS 1 $ $ 53 Removal of ACC Pavement SY 560 $ $ 54 Removal of Brick Pavement SY 17 55 Removal of PCC Pavement SY 6 56 Removal of PCC Sidewalk SY 120 $ $ 57 Topsoil, Strip, Stockpile and Respread CY 57 $ $ 58 Excavation, Class 10, including compaction of fill placed or removal of excess material CY 182 $ $ FP -3 59 Construct 6" thick Granular Sub Base SY 512 $ $ 60 Subgrade repair, remove and dispose LLJ of unsuitable subgrade material, v replace with macadam stone base, including compaction TON 80 $ $ 61 Construct 8" PCC Street Pavement SY 205 $ $ 62 Construct 9" PCC Street Pavement SY 279 $ $ 63 Construct 7" PCC Driveway and Alley Pavement SY 43 $ $ 64 Construct 4" PCC Sidewalk SY 88 $ $ 65 Detectable Warning Panel SF 46 $ S 66 Painted Pavement Marking STA 3.1 $ $ 67 Street Cleaning of adjacent Pavement as Required to Remove Tracked Soil and Mud LS 1 $ $ 68 Install Sod on disturbed turf area in Work Zane SQ 31 $ $ 69 Construction Staking LS 1 $ $ TOTAL ALTERNATE BID $ TOTAL EXTENDED AMOUNT= $ FP -4 erg LLJ w v � f FP -4 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. d u+ Firm: "i} —4 c>-< C� r Signature: Printed Name: Title: Address: Phone: Contact: FP -5 s 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 E. Harrison Street Reconstruction 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'tifiat the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. Bq virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner iii the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ (Seal) Witness Principal By (Title) (Seal) LO Surety By Witn ` 2 (Attorney-in-fact) d Attach Power -of -Attorney ... I— -ct LL. v BB -1 e� 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 Third day of April, 2015, for the E. Harrison Street Reconstruction 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: ca a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construoed," Seeries r -A "'� rn 1 { i 2009, Iowa Department of Transportation, as amended; 3 C. Plans; W a+ d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Bidder Status Documents; 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): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of City By 4. •. Mayor ATTEST: City Clerk AG -2 20 Contractor (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office LL .n 52 AG -2 20 Contractor (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor anpSurety hereby bind themselves, their heirs, executors, administrators, successors and as�'gr ns, j421y andr, severally. '`` ..A Contractor has, as of entered into $� -10 QWHEREAS, (date) written Agreement with Owner for E. Harrison Street Reconstruction Project; and m WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by _, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void, otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement, and upon dr termina- 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 (evbn though there may be a default or a succession of defaults under the Agreement or _ subsequent contracts of completion arranged under this paragraph), sufficient PB -1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together 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 0 W ....j SIGNED AND SEALED THIS IN THE PRESENCE OF: Witness Witness c_sfi— �v f' eM DAY OF (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program CITE' OF IOWA CITY rCA Contract Compliance Program CITE' OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy pro .hibits'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. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC -1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment pportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THRQUGF ,'t OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXE9ROnOF CONTRACT. a With respect to the performance of this contract, the contractor, consultant or vendor tes a� folk v, (For the purposes of these minimum requirements, "contractor" shall include consulta 9d4id6nio a. The contractor will not discriminate against any employee or applicant for em eymerrtzand will take affirmative efforts to ensure applicants and employees are treated during emrloyment 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 seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. m g r\assticont ractcom pliance. doc CC -2 -I '., 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date nig r\assftontractconil) liance.do0 CC -3 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, thUcan be done, for example, through the use of letters to all recruitment sources and subcontracts, peKsnnalacts, employee meetings, web page postings, employee handbooks, and advertising. �e -X-0 �.. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER C.rev Designate an equal employment opportunity officer or, at minimum, assign somEA the_Fespd St�i ility of administering and promoting your company's Equal Employment Opportunity rant.: This person should have a position in your organization which emphasizes the importance of thftrogr,,P&. 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. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mg rtasst\contractcom pUanoe.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 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, 1t apprenticeship or training an applicant, to expel any member, or to otherwise dig-rimin* -n against any applicant for membership, apprenticeship or training or any member e 0 privileges, rights or benefits of such membership, apprenticeship or training becWof age,"`" color, creed, disability, gender identity, marital status, national origin, race, religirx 9i #' sexual orientation of such applicant or member. 5 �;K C. It be for any employer, employment agency, labor organization ohe Ws shall unlawful 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 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 specific occupation. 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 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) S. 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 a- 7= L 0 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 Name: Address: is: 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 N o r W 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 2009, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 s � 0 ari GC -1 SUPPLEMENTARY CONDITIONS Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. a S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: SC -1 ARTICLES WITHIN THIS SECTION cn 7% S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence _j 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 Bidder Status Documents Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. a S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: SC -1 Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. 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 t ` : hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. SC -2 s UJ s 4 w—. C 0 c N 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. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either awarcuhe cgnjact to the next low bidder, or declare a default and pursue any and all reme A,,av ble to , the 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 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) docuwentation of all efforts to recruit MBE's. LO UJ a O are utilized, the CONTRACTOR shall furnish 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, racPmolor, religion, national origin, sexual orientation, gender identity, marital status, aqX or dWsbility� unless such disability is related to job performance of such person or employe% S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREN S).;, For all contracts of $25,000 or more, the Contractor shall abide by the requiremenf`ss-S�theaity's� Contract Compliance Program, which is included with these Specifications beginning oe 6e-1 WW S-9 MEASUREMENT AND PAYMENT. 'J Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following The Contractor shall be responsible for the preservation of stakes and marks. Any SC -5 necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-12 BIDDER STATUS DOCUMENTS. 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. 04/15 0339 -250 -FRO NTEND. DO C SC -6 j � 1A%. CD W (Y `t' y w LL a ' QD0 SC -6 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to ! ! Address: City, State, Zip: Dates: l 1 to f / Address: City, State, Zip: Dates: —/—/—to / ! Address: You may attach additlohal-sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Mr rr you may attach ad l shmt(s) is gded. To be completed by all bidders W-0-+ P D I certify that the statements made on this document are true and complete to the best of my knowled§ q I kw thMr failure to provide accurate and truthful information may be a reason to reject my bid. E5 - = Finn Name: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 1156. This form has been approved by the Iowa tabor Commissioner. 309-6009 02-14 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint ver.ture. More than 50 percent of the general partners orjoint venture parties are residents of Iowa for lova income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are led in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent, biennial report with the secretary of state, and has nelt ,er received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited llabllity partnership which 1 -as riled a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a stale other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not beer: filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No Pty business is a limited partnership ora limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited parnershlo or limited liability limited partnership has received notification frog. the Iowa sc-cretary of State thatthe app€€cation for certifcate of authority has been approved and no notice o=cancellation has been filed bythe limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a IimRed (ability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ Nom My business is a limited liability company whose certifoate of organization is filed in a state other Wn Iowa, has received a certificate of authority to transact business in Iowa and the certificate r$ not aeon revoked or canceled- ® C� S LLQ, 300-G001 02.14 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed mics were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questionedthe constitutionality oflowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes arc technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrole 156.2(l) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body- odyParagraph Paragraph156.2(2)"b" was changed by deleting the phrase "tinder this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrulc is necessary. ' Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." ` In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidden4 Z, A new rule 875-1569(73A) containing a severability clause was added. q' —O ftiarW The principal reason for adoption of this amendment is to implement legislative intent. procedures are included in these rales because variance provisions are set forth in 875—CI 1. I r After analysis and review of this rule making, no impact on jobs has been found. pTq These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875—Chapter 156: ..� CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in'lowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "affiliate,." when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. . "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division" means the division of labor of the department of workforce development. "Nonres<dent bidder "means a person cr entity that does not tneet the definition of a resident bidder, including any affliate of a;zy person or er_tiry' that is a norues dent bidder. "Parent," when used with respect to any specified person or entity, means an affiliate centrolling such specified person or entity directly or'ndirectly through one or more intermediaries. "Public body" means the state and any ofits political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other constntction work to be paid for in whole or in part by dic ase of funds of'.he state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. `Public utility" includes municipally owmed utilities and municipally owned waterworks. "Resident bidder" means aperson or entity authorized to transactbnsiness is this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign county has a more stringent definition of a resident bidden ,,he more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force p,efesence" means a requirement in which all or a portion of a labor force working on ,i public improvement fs a resident of a particular state m country. "S,bsidiarr " when used w th respect to auy specified person or entity, ism aftiliatc controlled by such specified person or entity direcly or indirectly through one or more :ntc-medianes. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body When a contact for a priolic improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement four each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the hidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which -the resident bidder-hqs conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a noisesident bider, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's 'home state or foreign country. The sta out shall include such additional information as requested by the conin issioner. The statement be signed by an authorized representative of the :adder. A filly completed statement shall be ®. a*birl to incorporated by reference into all project bid specifications and contract documents with bid a public improvement. Failure to provide the statement with the bid may result in the bid burns dttfrne";� nonresponsive. This may result in the bid being rejected by the public body. 15tS�TDefermining residency status. CL a. �,,I�purposes of the Act, a person or entity is a resident bidder if the person. or entity: } a ..(1) - i thorized to transact business in Iowa; and �^» wr (2 M,had one or more places of business in Iowa at which it is conducting or has conducted i@siness Shis state for at least three years immediately prior to the elate of the first advertisement for public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definitionthan is set forth in paragraph 756.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. Aperson or entity is authorized to transact' business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. I In the case of a general partnership erjoint venture, more than 50 percent oftbe general partners arj oint venture parties are residents of Iowa for Iowa income tax purposes; C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a Iimited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company, whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all Fees required by Iowa Code chapter 490, (2) has filed its mostrecent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its.most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or It The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 9.I C. 156:2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, Ore bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: . a. Continuously maintained a place of business for transacting husiness in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails, and b. Conducted business in the state for each ofthose three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. _ 375-156.3(73A) Appliention of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by thehome state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually. enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent lw would be a nonresident bidder if such parent were to bid on the public improvement in A&own nom, then the public body shall allow a preference as against such bidder that is equal to the pre,ter ce On or required by the home state or foreign country of the bidder's parent. In the instance o ox� a preference, apublic body shall apply the same resident labor force preference to apublic irdt'prrKame�'t in ta„ this state as would be required in the constmefron of a public improvement by the home *M*j qr famtign country of the nonresident bidder, or the parent of a resident bidder if the parent wou7SPilifyars a nonresident bidder if such parent were to bid on the public improvement in its own nary6v :* A preference shall not be applied to a subcontractor unless the home state or foreigLW;Ktryaithe nonresident bidder to whom the contract was awarded would apply a preference to the contrA!�9r. Specific methods of calculating and applying a preference shall mirror those that apply in the home state orforeign country of the nonresident bidder to whom the contract was awarded. In tate event that the speci5c method used by t :e nonresident'sidcer's home state or foreign country catmat be determined; the calculation for a labor force prefe•ence shall inchole only :he labor force working on the public improvement in Iowa on a regular basis calculated by pay period" 875—d56.4(73A) Complaints regarding alleged violations of the Act. 1.56.4(1) Compicaws. Any person with information regarding a violation of the Act may submit a written complain, to the commissioner. Any complaint must provide the information required pursuant. to sub: ale 156.4(227) or as much of such information as is reasonably practicable under :he circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division; 1000 East Grand Avetnuc, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a per -son with information regarding a potential vioiation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any re'.ationships between the complainant and the bidder; art identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of 'lie Broods and services provided under the bid; and such additional information as requested by the commissioner. 156.0.(3) AvallabrFg+oj ta�r.'ttzro complaint ferrrr. The=',fren complaint form shall be available in all divisionof(iccs and on the department of workforce development's huciatet Web site. $75--156.5(73A) Nonresident bidder record-keeping requirements. While participzlinyin a public improvement, a nonresident bidder from a home. state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all wcrkcrs employed by the contractor or suLcontractor on the pubic improvement. The records shall include each worker's nacre, address, telephone number if available, social security number, trade classification, and starling and ending date of employment. 875--156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violat'ons of tie Act, including allegations set forth in a wi:fter complaint. 156.6(1) Investigative poivzrs. The conur'ssioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and irtvestiga:e charges of violations of the Act. It. Entry into place of ernpbocmcnt. The oannnissioncr may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate these facts, conditions, or matters as are deemed appropriate in determining whet:•ter any person has 'violated the provisions ofthe Aar The commissioucr shall on €y make'an entry into a place of cmpi_ovtnent in response to a written complains. C Residency cfw'or,'czrs_ The ecrnmissioner may investigate and ascertain the residency of a, wo> r enga4 in anv trial?sic improvement in this stall. depoa'suns s ab' encs The comnti»toner may admmrster oaths, lake or "ase to be tai.cpost.;,oftvttressos rndrequirebysubpeen' o nathe atendznceaeaimmay ofwtnssesandthe {. pro tat , }l books, rcgtst�rs payrolls, and other cv+dcnee rele'a-ht to a matter and r mvastigation or I>inF.+e ymentofj3ersorneT."1"recnmmissionermayelnptoyquali5edpersonrrelasarenecesstty for en�,�.talpent of Iowa Code section 7aA.21. The personnel shall be ein ec pursuant to the �.�. mertystdrvvisions of ]owa Cote chapter 80., st:bchanter 1V. vq Cb N 4 f Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 1569(1) Injunctive relief If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each -worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875--156.8(73A) Compliance with federal law. If it is determined that applicatim of this chapter and the Act may cause denial of federal funds which would othenvise be available for a public improverr#jkt, be inconsistent requirements of any federal law or regulation, thr applicaf r or would otherwise with of this chapter shall be suspended to the extent necessary to prevent denial of the funds o the inconsistency with federal requirements. . t 875156.9(73A) Severability. If any rule under this chapter, any porion of a rule undo hapmr, — or the applicability of any rule under this chapter to any person or circumstance is heldarg id G9 � � couit, the iemainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/1,11 [Published 118114J EDITOR'S NOTE_ For replacement pages for LAC, see IAC Supptemeut 1/8/14. IT 4 L r- 0 N SECTION 01010 SUMMARY OF THE WORK PART1-GENERAL General description, not all inclusive. A. Base Bid Work: 1. Remove Portland Cement Concrete, Asphalt Cement Concrete, Brick Pavers pavement and Portland Cement Concrete sidewalk. 2. Remove existing RCP storm sewer, existing storm sewer structures, and existing water main and appurtenances. 3. Construct RCP storm sewer and storm sewer structures 4. Construct 8" PVC water main, 8" DIP water main, 12" DIP water main, related water valves, fire hydrant, and fittings. 5. Excavate for the new Portland Cement Concrete pavement and granular subbase. 6. Construct 6 -inch thick granular subbase. 7. Construct 8 -inch thick and 9 -inch thick Portland Cement Concrete pavement at locations indicated. 8. Construct 7" thick Portland Cement Concrete driveway and alley approaches 9. Sodding and seeding of disturbed areas. 10. Provide traffic control during all phases of project. 11. Other work associated with intersection reconstruction. A —447 ..r 04115 0339-250-\01010 010to-1 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL 1.01 SUMA-7ARV. A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARDOFHrASUREMENIS: A. Mork completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work perforined 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 SCOPEOFP,AYl11ENT: A. The Contractor shall accept the compensation as herein provided as frill 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 arry unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is notprovided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be ttnade. PART2-PRODUCTS 2.01 NONE PART 3 -EXECUTION 4 3.6 LA.ent ruder this contract shall occur no more than once per month for work completed t �S Contractor. Payment is based on au estimate of the total amount and value of work ...._ eted minus 5°io retainage. It is not the Cit- policy to pay for materials and .a¢ ent stored or furnishings fabricated off site. c+. c--+ The 51/'o 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 hunrp stun price stated shall constitute fall 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 Contractors 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 *a*] supply, placement and compaction of specified backfill. u, The prices for those items which involve surface removal adjacent to ngMr vaw k shall include compensation to protect exposed surfaces from water whic lege, or stiep into vaults and/or basements. M All labor, materials and equipment required to bring surfaces to the prQVgleva on an`il density including loading, hauling, ,and disposal of unsuitable mater3M, bel(w grade excavation, borrow and hauling, placing, forming, drying, watering and compacti-M of fill material, and all such work as may be required to make the grading work complete with a U11601-111 surface free of rock, broken concrete, tree roots, limbs ane{-other.'debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices: The City will not waive parking fees or fines. Permits paid for by the Contractor wiU;'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 arid debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 I3. 1311) ITEM DESCRIPTIONS 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 constricted 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 m,avel 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 john 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. All pavemcnt 8" thick and greater shalt incorporate dowel basket assemblies in all transverse joints, incidental to the bid price. 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 content content in Class C, P.C. Concrete. Pavement smoothness shall be evaluated for main line pavement per current MOT Specifications. 2. Portland Cement Concrete Sidew=alk and Curb Ramps. The unit price for these items will be paid based on the number of square yards of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items are subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, curb ramp detectable warning surface per Section 02524, curing, jointing and joint sealing, and backtilline at form lines. 3. Granular Subbase. he unit price for this iter will be paid based on the number of square yards of a%ramdar subbase constructed at the specified thickness including placement 12 -inches Aevond the back of curb. Also included with this item is excavation to grade, subgrade ,preparation and compaction subgrade treatments, and subbase placement and t �-4ompacfion to requhed elevations. .. c u2 4. Subgrade Repair. - G7 N The unit price for this item will be paid based on the number of tons of rock used to repair unsuitable subgtades and includes removal and disposal of unsuitable material and supply, placement and compaction of rock. This item is to be used only at the direction of the Engineer. Measured quantity may vary up to 100% with no unit price adjustment Acceptable subgrades which become unsuitable due to the Contractor's sequence of operations will not be paid for under this item. Longitudinal Subdram, Cleanouts and C.M.P. Outlets. The unit price for longitudinal subdrain will be paid based on the number of linear 01025-3 feet placed. Installation of Cleanouts C.M.P. outlets shall be incidental to construction of longitudinal subdrain. Included with these items is trenching, disposal of excess excavated material, furnishing and placing blind ends, elbows, tees, and C.M.P. outlets, including outlet coverings, grouted joints, special connections, drilling or forming into drainage facilities, furnishing and placing porous backfill, and finishing the surface as directed by the Engineer. 6. Construction of Sanitary Sewers, Sanitary Sewer Services, Storm Sewers and Culverts. The unit prices for these items will be paid based on the number of linear feet installed. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends or flared end sections. Measurement shall include 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 firm ishing necessary equipment. a C. Trench boxes required for safety and to minimize disturbatteto feaW'es tolwr saved. -0 ..... d. Exploratory digging required to determine location of exi sh'4kiresbr potential conflicts. r� rn C. Furnishing pipe, wyes; tees, fittings, joint materials, and appu�p�ces,_ L Supply, placement and compaction of specified pipe bedding tnat�nl and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Full depth granular backfill material shall be used in trenches under pavement or as otherwise indicated or specified on the plans and by the Engineer. h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc., as required. :. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated'structures. j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. 1. Temporary support of existing utility mains and service lines. 01025-4 M. Temporary fencing required to contain livestock. n. Repair or replacement of utility services damaged by the Contractor. o. Permanent connections and stubs with caps for sump pump, drainage, and field tiles ofearious sizes, including backfill as specified by the Fngineer. Construction of Storm Intakes. The unit prices for these items tivill be paid based on the number of each type of intake constructed and includes excalation, farming, reinforcing steel, don°cls, supply, placement, compaction and finishing of concrete, supply, placement and compaction of specified backfill, providnig -stubs for drainage tiles and the frame and casting. Construction of larger than standard intakes to fit over large storm sewer's and intake throats shall be considered incidental. Stoppers for stab conriections are incidental. S. Construction of Storm fntake Top and Throat. Construction of Storm Intake Top and Throat shall be paid based on the number and type of units constructed. hicluded is excavation, measuring of each in place intake base, custom fabrication of the intake top to meet project dimensions using pre -cast or formed in place techniques, frame and casting, installation of the top, placement. compaction and finishing of concrete, and supply, placement and compaction of specified backfill. 9. ackfi1I- 9. Construction of Manholes. The unit prices for these items 1ailt be paid based on the number of each type of nidithole constructed and includes excavation, precasting of manhole components, forining, reinforcing steel, dowclS suppl}', placement compaction and finishing of concrete, supply, placement and compaction of specified backfill, providing stubs for r� drainage tiles and the frame and casting. Stoppers for stub connections are incidental. l0. Construction of Manhole Top. Construction of Manhote Top shall be paid basad on the number and type of units conshucted. Included is excavation. measuring of each in place intake base, custom fabrication of ilio manhole top to meet project dimensions using pre -case or formed in place techniques, frame and casting. installation ofthe top. and supply, placement and compaction of specified backfill. 11. Construction of Water Mains and Water Services The unit prices for construction of water mains will be paid based on the number of linear feet installed. Length will be measured for each size and type along the pipe C)WcenterlineiAith no deductions for fittings. ca Ld� �- _P The unit prices for conshuction of water services will be paid based on the number of w mach size and type installed. Y� ger a"'`�"�"rl'he following dams shall be considered incidental unless they are included with other Rems listed in the FORM OF PROPOSAL. a. Fumishing and installing pipe, joint materials and fittings. 01025-5 b. All water main adapters and sleeves required for installation and connections to existing water mains. C. Furnishing and installing tapping sleeves, corporation cocks, tapping services, curb shut-off valves and boxes, couplings for connections to existing water services, and removal of abandoned service valve boxes. d. All trench, mole, exploratory, and hand excavation. e. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. f Supply, placement and compaction of standard backfill and granular backfill material. g. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as necessary. i. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. j. Testing and disinfection of water mains and water services as required. ro k. Dechlorination of flushed water entering storm sewer syste" 1. Temporary support of existing utility mains and service line. !a a m M. Repair or replacement of utility services damaged by Contra o M rn n. Protection of existing valves so they are fully operational ai> ssikle dui construction.+ �.r o. Connections and/or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. 12. Construction of Water Valves and Hydrants. The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, hydrants, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid and backfill. Separate prices are used for hydrants with or without auxiliary valve. The cost for auxiliary valve shall be included in the price for the hydrant. _ 13. Pavement Removal. 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 brick pavers shall include salvaging, palletizing and delivery of removed brick to a City.yard as directed. Removal of compacted granular and chip seal surfaces, including asphalt patches, shall be considered as Class 10 01025-6 Roadway & Borrow Excavation and will not be measured and paid tinder 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. 14. Removal of Existing Sewer and Culvert Pipe. The unit price for this item will be paid based on the number of linear feet of designated pipe wbich 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. 15. Removal of Intakes and Manholes. 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. 16. Removal of existing water main. 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, disposal of debris, and supply, placement and compaction of specified backfill. 17, Removal of existing water valves and fire hydrants. 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, 9 disposal of debris and supply, placement and compaction of specified backfill. 18. Topsoil, Strip, Salvage R Spread. The unit price for this item will be paid based on the plan qumrtit3 of cubic yards of topsoil stripped, salvaged and spread. hncluded with this item is all uvork required to remove topsoil from cuts, or areas to be covered by till, preparation of vegetation; and hauling, depositing, and spreading the topsoil on areas to be seeded and sodded. Also included is mowing, plowing, bladiug, disking, and stockpiling. Topsoil shall he removed to a uniform 9 -inch depth. 19- Class 10 Excavation. The unit price for this item R ill be paid based on the plan quantity for cubic yards of cut. Included with this item is all work required to bring the roadway to the proper :AC '"subgrade elevation and density along the entire cross section with rm a unifostuface iCc� free of debris. Also included is cutting, loading, hauling and disposal of unsuitable or Ua )>-excess material, including chip seal, below grade excavation, borrow and hauling, W >- lacing, forming, drying, watering and compaction of fiI I material. r a Approved Contractor -provided borrow pit and materials or disposal site, as needed, LM hall be incidental to this item. There will be no payment for overhaul. 0 N 01025-7 20. Trench Stabilizing Material - 'I he aterial. The unit price for this item will be paid based on the number of cubic yards of rock used in place of unsuitable foundation materials only when directed and authorized by the Engineer. Trench stabilizing material not approved by the Engineer will not be paid for. Included with this item is additional trench excavation, disposal of excavated materials and dewatering. This item does not replace and/or include specified pipe bedding material. 21. Subgrade Repair. The unit price for this item will be paid based on the number of tons of rock used in place of unsuitable street subgrade materials only when directed and authorized by the Engincer. Subgrade repair material not approved by the Engineer will not be paid for. Included with this item is additional excavation, disposal of excavated materials and dewatering. This item does not replace and/or include specified granular subbase material. 22. Erosion Control. The unit price for silt fence will be paid based on the number of linear feet installed at locations indicated on the plans or as directed by the Engineer and includes installation, maintenance and removal upon establishment of ground cover. 'the unit price for filter sock inlet protection shall be based on the numAW of inlets protected. e� rr The unit price for erosion control mat will be paid based on the =r Zquar square = 100 square feet) of actual area covered and includes supIMTdp�ceme�li"Sf specified material, anchor slots, junction slots, check slots, term olds, lap j and maintenance. rrt 1 i Erosion control for areas disturbed by careless actions of the Cora for sha be at the Contr'actor's expense. —.0 23. Sodding. The unit price for this item will be paid based on the number, of squares (l square = 100 square feet) of sod placed and includes preparation of sod bed, fertilizing materials, ittstallation of sod, watering and all upkeep as specified, including a one- year guarantee. All disturbed areas not replaced with pavement shall be sodded unless noted on the plans or directed by the Engineer. 24. Seed, Fertilize, and Mulch. The unit price for this item will be paid based on the number of acres seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one -year - guarantee. No distinction in unit price shall be made for various seed mixtures, specified. Only disturbed areas not replaced with pavement and sod shall be seeded unless noted on the plans or directed by the Engineer. 01025-8 25. PavemcntMarkings. The unit prices for these items will be paid based on the number of stations installed based on a 4 -inch width and the number of symbols and legends placed. Work includes removal of old markings as applicable, prep work, layout, supply and placement of epo-xy paint and glass beads and protection during cure. Layout must be approved by the Engineer. I.D.O.T. Supplemental Specification 9703E will govern this item. 26. 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. 27. Mobilization. Mobilization shall be provided for preparatory work and operations tinder the contract as outlined in IDOT Specifications Section 2533. Payment shall be as described in said section 2533. 23. SWPPP Management and Record Keeping Lump sum payment is for required contractor management of erosion control activities and facilities including record keeping as required by all levels of government regulations. Payment of the lumps sum fee shall be prorated based on the percentage completion of the contract as a whole. 29. Safety Fence around Work Arca. Lump Sum payment shall be made Lor installation, maintenance and removal of safety fencing sufficient to enclose the actual work area. Payment of the lumps suns fee shall be prorated based on the percentage completion of the contract as a whole. 30. Construction Staking: This item provides for all surrey required for complete construction of the project:. GPS machine control for any construction surface may be utilized provided the full cost of a digital control model and GPS mommnuentation are included in this pay item. This is a Lump Som pay item and payment of the Lump Sum amount is [lie full compensation for the work. Additional payment for work resulting from change orders shall be as agreed to in writing prior to conmiencement of such extra work. 01025-9 SECTION 01310 PROGRESS AND SCHEDULES PART1-GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. L02 SUBMITTALS. A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART2-PRODUCTS ra 0 None. cr+ -+ PART 3 - EXECLTION 3.01 MEETINGS PRIOR TO CONSTR UCTION. B. A Pre-Coashliction meetaig will be held prior to beginning work. >1 3.02 PROGRESS OF WORK.• A. The late start date is June 3, 2015. Substantial completion of Phases 1 and 2 shall be accomplished by July 15, 2015. Liquidated damages of $500.00 per day will be charged on required work not completed. Substantial completion is comprised of. completion of all water main, storm sewer and street paving constriction within the limits Uf Phase 2 adequate to allow that portion of the street to be opened to public use. The street right-of- way from curb to sidewalk shall also be finish graded. a Completion of all phases shall be accomplished by September 18, 2015.Liquidated damages of $500.00 per day will be assed for any portions of the work not complete by the deadline. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. 01310-1 C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub - phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in corr muiicating with and providing information to concerned residents and businesses. G. Work will be staled to minimize the len- h of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIESAND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal. excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. .. 3 3.04 STREET CLO.SLI GS: A. Sotify the Engineer four days in adsranee of street closings so that a press release can be issued. iv o street may be closed without the Engineer's approval and said notification. 04/11 s 0339 2ti0-%0"IO& LL, r ,ac 9 01310 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. ]DOT Standard Specifications. B. U.S. Department of Transportation Federal llighway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988.Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic con : t �Scifican addressed by the project plans. ..... PART 2 - PRODUCTS j 2.0I MATERIALS: .. � W A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT.• A. Portable generators may not be used to power traffic control devices within 300 feet -of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2525. TrafficControl. 3.02 NOP 9RICING SIGNS: A. The City will hunish "NO PARD I G" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hour in advance of when the vehicles must be removed. 3.03 J1ALVTENANCEOFFACILITIES. A. fhe Contractor shall monitor the condition of traffic control and construction facilities at all tunes, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary 'gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAi'_ATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs_ barricades and fences within and beyond the project arca deaned appropriate by the Engineer shall be the responsibility of the Contractor. 04/15 03',9-210 -01570 d.o c'1 ``° Jy 01570-2 L crs N 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PARTI- GENERAL 1.01 SUMM4RY.• 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. EFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resull�ag from work on the project. `ti en 1.04 SUBMITTALS. 44 x. A. Locations of disposal sites. 2-< r C3 �C PART 2 - PRODUCTS �3 2.01 MATERIALS: 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 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 24. Structures. Section 2401. Removal ofExisting Structures. 02050-1 Division 25, Miscellaneous Construction Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. idewalks. Section 2515. Removal and Construction of Paved Driveways. 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. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, vatei 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 n ecessary nreastrres 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. d. 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 facilitics. I lie Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. 13. Site Protection Ivlcasures 1. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excmations or depressions resulting from work during 11011 -working hours and when nol working in immediate area. Provide suitable and work areas. wat'ning devices adjacent to cacacatiohs l yarning devices shall be kept operational during all non -working and non-active periods. C= Access Measures Lra 1 Pedestrian access to homes and businesses shalt be maintained at all times. a Temporary gravel surfaces shall be provided as directed by the Ghgineer. 02050-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITI0NANDREMO6ALV. A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and AC. Concrete pavements, driveways, alleys, panting lots, and sidewalks. Removal of crff�4) seal or aggregate surfaces is not considered pavemcntremoval. CD 3. Brick paver removal shall include salvaging bricks, palletizing "liverv, to �(YC City yard.gsj 4. Saw cuts shall be approved by the Engineer. q� (� 5.Removal operations shall conform to construction phasing noted on the pis or as directed by the Engineer. B. Sewer Abandonment and Removal 04/15 0339-250-MO50 doe 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 within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 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. 02050-3 SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 SUHMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3,01 TECHNIQUES: A.' Except as amended in this document, the work in this section will conform with the e, following divisions and sections of the MOT Standard Specifications: Division 21. Ealtllwork, SUb--rades and Subbases. Section2101. ClearingaudGrubbing. Division 25. Miscellaneous Construction. Section 25 19. Fence Construction. 3.02 EXISTING TRIES, SHRURSA- D J�TGETATIOA'i 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 oras directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees drip line. M C. C actor is responsible for damage outside the limits of construction, and for trees, s and vegetation not designated for removal. The Contractors liability for tree and y ; damage will be based on the appraised value, not replacement value, and sball e the cost of appraisal by a qualified arborist. LL 0 r 02100-1 3.03 EXISTINGSTRUCTURESANDPROPERTP.• 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 FENCING.• A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EX74TING UTILFI MS: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. A, P 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and E o t Cc&ol. —tn M a 7+► W 04/15 --1 0339-250-02100 oto 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1- GENERAL 1.01 SUMAL4RY. 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, MOT Standard Specifications. 1.03 QU4LITYASSUR9NCE: 'vWhenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2.- PRODUCTS 2.01 �VMTERIALS: A. Granular backfill rnaten'ial shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 1'1. 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 MOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Gam.. ,» Section' =402. Excavation for Structures. Uj f �y� TO P,S( LL..ASt c`s-, St�i tmd stockpile topsoil from la%%n, grass, and prop areas for surface restoration and 'o landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a mhiimmn 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 DIGIINAGEANDDERATERING. A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering tenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCII EXC.A LATION.Co • c A. General 1. Excavate trench by machinery to, or just below, designated subgR9,WhBII+1pipe-s to be laid in granular bedding or concrete cradle, provided that nm(Olil regpainir M, - at bottom of trench is only slightly disturbed. 3 Q 2. Do not excavate lower part of trenches by machinery to subgrad?when r% is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection 1. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width, 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill 02220-2 LL L Place fill material to final grade or to a minimum he ight of 6 feet above top of pipe when pipe is to be laid in embankinent 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. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil I The Contractor shall notify the P,nOnecr 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 [lie 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 V Iowa DN R. 4.' Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees; particular]to overhanging branches and limbs and u nderground 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. Tum injured portions by use of a chainsaw or loppers for branches, or an ax when working with 1? roots. Do not leave frayed, crushed, or torn edges on any roots i" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dresshig. If conflicts with large roots and branches ,aK are anticipated, notify the Engineer. C' 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 shalt he limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02220-3 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 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 files 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 o iew and approval. cr All utility repairs shall be made prior to backfilling the trench. H. Water Services � v m � 1. Permanent copper water service lines which are damaged ;P;nick-Td, bep crimped, crushed, etc.) shall be replaced from the water main tome curkbox with new copper service pipe, without arty joints. The cost for this work shafr6e at the Contractor's expense. 2. hr any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCKEXCAVATlON.• ; A. Rock excavation will be considered Class 12 Excavation as defined in MOT Standard Specification Section 2102.02. ; B. Explosives shall not be used for rock excavation. 02220-4 3.06 BACKFILLING.- A. ACKFILLING: A. General 1. 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 sidewatics and drivesvai-s, 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 tinder pavement, backfill to bottom of the subgradc. If not under pavencnt backtill 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 95% Standard Proctor Density. If excavated material is unsuitable, backfill with Class 1 crushed stone to r 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 chop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill a-ainst or on structures until they have aitained sufficient trength to support the load,; 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. 3.0 J UletU79[ZED ElC4V4TION. • A. e�lea the bottom of any excavation is taken out beyond the limits indicated or specified, il- ill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard rn Pur Rr Density. r� cr 3.03 EXCiVATIONFORSTREET SUBGRIDE. A. Excavation for street subgrades shall be accomplished in accordance with MOT Standard Specification Section 2102. 02220-5 B. Cuts within the street subgrade shall be within plus or minus 0.1 feet of design grades and freely draining. 3.09 FILL FOR STREET SUBGRADE A. Soil placed within the street subgrade shall free of deleterious material and placed in maximum 9" thick lifts B. Soil compactions shall be in accordance with MOT Standard Specification Section 2107.03.I. Compaction shall be to 95% Standard Proctor Density at a moisture range of minus 3% to plus 3% of optimum moisture content of the soil. C. Fill surfaces shall be within plus or minus 0.1 feet for design gradcs and freely draining. 04/15 0339-250-'A2220.&a r^4 I� i cn W C 02220-6 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 -GENERAL 1.01 SUMMARY. A. Placement of silt fence, erosion control mat, enginecring fabric, revetmcnt 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 MOT Standard Specifications. M Engineering Fabrics (gcotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for E.mbanlanent Erosion Control. 1.04 STORAGE: A. Prion- 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 4573. PART 2 -PRODUCTS 2.01 MA.VMLS: "- A.3 t as amended in this document the materials in this section will conform with the tL IrZving divisions and sections of the MOT Standard Specifications: to �Jt>Z,. } Division 41. Construction Materials. QSection 4130, Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. �o Section 4196. Engineering Fabrics. 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following MOT Standard Road Plans: RC -5 Wood Excelsior Mat e.a RC -16 Silt Pence nn z. 3.02 SCHEDULE: rn r A. Silt tenor shall he installed at locations indicated on the plans ! diately u completion of grading. Wood excelsior mat shall he placed and stAkcd�Med�area� swak s immediately following seeding. 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. TheSeotextile 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 tIrrough approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed 02270-2 as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins Nvill be held to the minimum necessary. Pins are to be left in place unless otherwise specified. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage,, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Gcotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. in no case will material be dropped on uncovered geotextile from a height greater than 3 feet. Of 5 0339-250702290 doe L 02270-3 a .�10 t E c.. e N 02270-3 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART1-GENERAL 1.01 SUM1fARY.- 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. MOT Standard Specifications. 1.03 OUALITYASSURANCE. 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: Compressive Strength Tests, 2. Entrained Air. Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability, class for all Portland Cement Concrete paving shall be Class 3. 02520-1 3. Slump. p �, 4. Density Tests ol'Base and Subgrade. PART2-PRODUCTS 2.01 AMTERIAI..S. co A. Except as amended in this document, the materials in this section will co conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability, class for all Portland Cement Concrete paving shall be Class 3. 02520-1 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 2 t 11. 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 CURINGANDPROTECTION OFPAVEMENT.• A. Curing compound shall be applied immediately follovving fmishing of the concrete, including back of curb. 3.03 E \W1RON11F,VT4L REQUIREVENT.S: 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: c3 _ 29lour Temperature Forecast Covering 5 -mum 35-32° F One layer plastic or burlap. ..J 5fvli'riitnum 31-25° F One layer plastic and one layer burlap or two ..... LL.�s 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. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contactor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC.• A- Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETIONOIPWO"C. 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. 04/15 0339-250-02520 ane 02520-3 r0- ]cs �rn '9 Mc co SECTION 02524 CURB RAMPS PART 1 -GENERAL 1.01 SUMMARY., A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (Al Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities, Dated 7/17/2014 D ASTM C309 – Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITYASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: r A. Comply with Section 01310. B. Comply with Section 02520. 1,05' DELIVERY, STORAGE AND HANDLING: A .Deliver material in unopened containers with labels identifying contents attached. 1.06 PROJECT CONDITIONS: 1 Comply with ACI requirements for cold and hot -weather concrete work ID B— ;1_nstallation Meeting � C_ ttJ PILLL2CL 2.87'"' MAUR�I�,�,' Q ,cs9 A Cort–rete: Reference Section 2520. a N B. Water Fresh, clean and potable. 02524-1 C. Tactile / Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness- 0.1875 +1- 5% max. Warpage of Edge: +/- 0.5% max. 3. Vitrified Polymer Composite cast -in-place tiles shall be Armor -Tile Cast -in -Place Tactile/Detectable Warning Surface Tiles or approved equal. E. Prefabricated tiles or pavers may be submitted for approval as an alternative to stamped concrete. PART 3 - EXECUTION 3.09 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities and the following sections of the Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope ar„)d, Tect k al Re- quirements 0 v Section 14. Public Rights -of -Way C7.{ r �^ �ti 3.02 SLOPES: -q rn Ca A. Cross slope refers to the slope that is perpendicular to the direction of tray Auur inslope refers to the slope that is parallel to the direction of travel. WC B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.0% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6 -inch thick P.C.C. will be placed as indicated on project plans. B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to a 6 or 8 -inch P.C.C. section, unless otherwise specified by the Engineer. 3.04 WIDTHS: A. Curb ramps widths may vary at the street back of curb and through the area of'truncated domes. If necessary, transition width of ramps after truncated domes td ,match existing sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. 02524-2 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best -fit'. Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6 -inch curb bordering the curb ramp will be paid separately in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp, C. Detectable warning surfaces should be located so that the edge nearest the street is at the back of curb line. 3.07 INSPECTION: A Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.06 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 'INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 04/15 0339-250-02524 M Ldp f 9 r N 02524-3 PART1 GENERAL 1.1 SUMMARY: A. Furnish, install and test water distribution system as indicated and specified. 1.2 REFERENCES: A. This specification references the rollowing documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a *** shall be kept on the site, readily available and accessible to the Contractor during normal working hours. Copies may be obtained from the organizations or frons the Iowa City Water Division at cost plus 15%. B. City Of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10, Iowa City Municipal Design Standards, Earth Excavating, Backfill & Grading Specifications - Section 02220, Accepted Products for Water Distribution Materials Per Specifications — Section 02660, Water Distribution - Section 02660, Water Service Work for Contractors Specifications - Section 02665, Iowa City Water Division Policies & Procedures Manual, Backflow Ordinance - Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: N O 1. CITY OF IOWA CITY and Fittings for Water 2. ANSI/AWWA-C105/A21.5-99: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. SECTION 02660 `-'� Cr% rn (Revised 2/1/2013) � 5. ANSFAWWA-C150/A21.50:"fhicknessDesign of Ductile -Iron Pipe-, 7K WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/01/2013 WATER DISTRIBUTION' PART1 GENERAL 1.1 SUMMARY: A. Furnish, install and test water distribution system as indicated and specified. 1.2 REFERENCES: A. This specification references the rollowing documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a *** shall be kept on the site, readily available and accessible to the Contractor during normal working hours. Copies may be obtained from the organizations or frons the Iowa City Water Division at cost plus 15%. B. City Of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10, Iowa City Municipal Design Standards, Earth Excavating, Backfill & Grading Specifications - Section 02220, Accepted Products for Water Distribution Materials Per Specifications — Section 02660, Water Distribution - Section 02660, Water Service Work for Contractors Specifications - Section 02665, Iowa City Water Division Policies & Procedures Manual, Backflow Ordinance - Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AWWA-C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI/AWWA-C105/A21.5-99: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSI/AWWA-C110/A21.10: Ductile -iron and Gray -Trop Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI/AWWA-CI11/A21.11: Rubber -Gasket Jousts for Ductile -Iron Pressure Pipe and Fittings 5. ANSFAWWA-C150/A21.50:"fhicknessDesign of Ductile -Iron Pipe-, WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/01/2013 Page 1 of 17 6... ANSUAWWA-C151/A21.51: Ductile -hon Pipe, Centrifugally Cast, foi 1. AWWA Manual M23***: PVC Pipe -Design and Installation 2. AWWA Manual M17***: Installation; Field Testing, and Maintenance of Fire Hydrants E. American Society for' Testing Materials: I . ASTM D2241 F. Manrd'act urrs Standardization Society: 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe IIangers and Supports Selection and Application G. Uni-Bell PVC Pipc Association: I. UNI -13-3-88 Recommended Practice Cor the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complyuig with AW1A%A Standard C-900. c� s � r �Q U� Ui ?' p•, p... � WATER DISTFll3UCCCI OP IOWA CITY" -02660 0 013 C Page 2 of 17 O N Water or Other Liquids 7.. ' ANSUAWWA-C153!A21.53: Ductile -Iron Compact Fittings, 3-h-Ich through 24 -inch, and 54 -inch through 64-inchfor Water Service 8. ANSUAWWA C502: Dry -Barrel Fire IIydrants 9. ANSLAWWA C504: Rubber -Seated Butterfly Valves 10. AWWA C509: Resilient -Seated Gate Valves for Water Supply Service. 11. ANSUAWWA 0510 Double Check Valve Backflow-Prevcntion Assembly 12. ANSI/AWWA C511 Reduced -Pressure Principal Backflow -Prevention Assembly 13. ANSUAWtiVA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSUAWCS'A 0600***: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSLANV7WA C605***: Underground Installation of Polyvinyl Chloride. (PVC) Pressure Pipe and Fittings for Water 16. ANrSUAWtiVAC651***: Disinfecting Water blains 17. ANSUAWWA C900: Po1vVinyl Chloride (PVC) Pressure Pipe, 4 -inch through 8 -inch for Water Distribution D. American Water Works Association: 1. AWWA Manual M23***: PVC Pipe -Design and Installation 2. AWWA Manual M17***: Installation; Field Testing, and Maintenance of Fire Hydrants E. American Society for' Testing Materials: I . ASTM D2241 F. Manrd'act urrs Standardization Society: 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe IIangers and Supports Selection and Application G. Uni-Bell PVC Pipc Association: I. UNI -13-3-88 Recommended Practice Cor the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complyuig with AW1A%A Standard C-900. c� s � r �Q U� Ui ?' p•, p... � WATER DISTFll3UCCCI OP IOWA CITY" -02660 0 013 C Page 2 of 17 O N 1.3 SUBMITTALS.- A. UBMITTALS.A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. B. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. C. Shop, Working Drawings or Construction Plans showing: i. Pipe layout with valves, fittings and hydrants shown �_ 2. Bolts 3. Joints a 09 "' IM" 4. Tapping sleeves, couplings, and special piping materials. t -'C I " S. Polyethylene -<r M 6. Thrust block designs and details na 7. Specral backfill :- w D. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 1.4 QUAGITYASSURAII'CE. A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 TIME. A. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division is listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, continents, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities, provide 48 hours notice. WATER DISTRIBUTION- CITY OF IOWA Cf rY - 02660 02/0112013 Page 3 of 17 PART PRODUCTS 2.1 All products used for this work shall be from thee list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. 2.2 DUCTILEZRONPIPE: A. Pipe shall be AWNVA C151, Class 52. B. Pipe is to have an exterior bituminous enamel coating and a standard cement mortar lining in accordance with AWWA C104. C. Pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified. shall be class 53. D. Pipe is to be complete with all necessary joint gaskets, lubricants, glands and bolts. 2.3' DUCHLE7RONPIPETOINTS: A. Single rubber -gasket push -on joints or mechanical joints shall confirm to •. ANSFAW WA Cl l l,/A21.11. Fumish with all necessary, hardware and gaskets. B. Bell -and -spigot pipe joints shall conform to ANSI A21.6 or ANSI A21.8. C. For bolte&restrauned mechanical joint, use Griffin Bolt -Lok restrained joint or approved equal, (Class 53). D. For unbolted/restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved equal, (Class 53). E. Do not use drilled & tapped retainer glands. F. Plain end of push -on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.4 POLY6'LVII, CHLORIDE PIPE: A. Pipe shall conform to ANSL/AWWW k C900 and shall be thicLiess class DR 18 M (Class 150). All pipe shall have the sate outside dimensions as ductile -iron pipe. _:r �t C) 97 C pipe materials shall not be used in ani area where there is likelihood the pipe LU a be exposed to concentrations of pollutants comprised of low molecular weight ?{rolcurn products or organic solvents or vapors. r C aE T pipe shall not be installed under public roadways and shall not be used around L cuAe-sacs or other small radius curves. 0 WATER DISTRIBUTION- CITY OF IOWA C1I'Y - 02660 02/01/2013 Page 4 of 17 2.5 FITTINGS: A. All fittings shall conform to ANSUAWWA C110/A21.10, with pressure rating of Class 350 for 3" to 24". B. Mechanical joint fittings shall be ductile iron compact ANSUAWWA C153/A21.53 or ductile standard ANSUAWWA C110/A21.10. Targe fittings, 12 -inch through 20 - inch shall be ductile iron standard ANSUAWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSUAWWA C110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSUAWWA C110/A21.10 shall be provided. C. All fittings shall be bituminous coated inside and outside and shall btgbrirished complete with necessary accessories including plain rubber gcts, r%tile iron glands, NS Cor -Blue bolts and nuts. Verify the gasket seats areoRnalineg-r by improper application of the lining materials. c»- 1 It? m 2.6 RESILIENTSEAT VALVES &VALVE BOXES. =tom 'n M A. Gate valves shall conforni to ANSI/AWWA C509. _ Q 7r W 1. Valves shall be full line size gate valves with epoxy coating ir"i ide and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi. 3. Valves shall have a standard 2 -inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o -rings under pressure. 5. Valves are to be non -rising stem with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSUAWWA C504, for buried service, Class 150B. 1. Valve seat to be installed on disk or valve body. 2. Butterfly valves shall not be utilized in sizes smaller than 16", unless so noted on the plans. 3. Working pressure of the valve shall be at least 150 psi. 4. Valves shall be short body pattern with mechanical joint ends.' 5. Shaft seals shall be o -ring type. 6. Valve shall have manual operator with a 2" square operating nut, for operation of the valve and shall open left. 7. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. WATER DISTRIBUTION- CITY OF IOWA CH Y - 02660 02/01/2013 Page 5 of 17 C. Tapping Valves shall be as specified for resilient -seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves shall be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless steel nuts and bolts. 3. Valves shall be furlushed with all joint accessories. D. . Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51" to 71".,Use lids marked :water° 2.7 IIYDRANTTS. �p5cification standard: ANSI/AW WA Standard C502 Type of shutoff Compression Type of construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main valve opening: d'/z inches for 12" water main and under 5'/4 inches for 16" water main and above Nozzle arrangement 3 nozzle, two 252 -inch hose nozzles and one 41/2 -inch and size pumper nozzle, with caps attached with chains Nozzle thread: National Standard Hose Threads Type ofitilet connection: Mechanical Joint e of inlet connection: 6 inch 17eptl uly: Depth of bury shall be 6 foot Open I> ctopening: to right (clockwise) C., P 'illo. le_ Conventional or O -Ring Sir.1dnd shape of P/2 inch, standard pentagon operating nut: Working pressure: 250 psi Color: Safety Red WATER DISTRIBL1T10\- C1TY OF IOWA CITY - 02660 02101/2013 Page 6 of 17 2.8 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: 1. Shall be mechanical joint, split construction with end gaskets, manufaca ed to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to -latch � tap l 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pi]6{ i 3. Shall be fiunished complete with all accessories. -}C) 4. Required for 12" and larger pipe or under paving. Cm -,a 5. Shall have stainless steel or NSS Cor -Blue nuts and bolts. s T+ E. Stainless Steel Tapping Sleeves: w ce 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 2. Shall meet the OD requirements for class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. 2.9 GASKETS, BOLTS, NUTS, AND THREAD ROD: A. Mechanical joints made with: 1. Bolts: NSS Cor -Blue. 2. Stainless steel bolt studs with SS nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with SS nuts -and 3/4" diameter. WATER D1S'rRIBUTION- CITY OF IOWA CITY - 02660 02/01/2013 Page 7 of 17 2.10 TRACER SESTE11 A. Tracer Wire for Direct Bury: 1. 912 AWG single solid copper conductor. 2. 30 mil high molecular weight polyethylene (LLDPE) insulation. 3. Blue in color. B. Tracer Wire for Directional Drilling/Boring: 1. 412 AWG copper -clad stainless steel core. 2. 45 mil high molecular weight polyethylene (1.LDPE) insulation. 3. Blue in color. C. Ground Rod: L. 3i8 inch diameter, 60 inch steel rod uniformly coated with metallically bonded Electrolytic Copper.. D. Ground -rod Clamp: 1. IIigh-strength, corrosion -resistant copper alloy. 2.11 L UMBER: A. Lumber for bracing or supports shall be hardwood (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is N4'aste or carelessness, Contractor will be charged for water. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/01/2013 Page 8 of 17 E. - Splice Kit: l<'omply with City of Iowa City Accepted Products for Water Distribution i C 'vIatcrials. ~ CL_ " Ew tMcer Wire Terminal Bot: LL cZ3,gcomply with City of Iowa City Accept Products for Water Distribution `o Materials. N 2.11 L UMBER: A. Lumber for bracing or supports shall be hardwood (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is N4'aste or carelessness, Contractor will be charged for water. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/01/2013 Page 8 of 17 PART 3 EXECUTION 3.1 REEERENCESANDDOCUMENTS. A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSUAWWA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23, ANSI/AWWA-C605 and Uni-Bell PVC Pipe Association UN[ -B-3-88 except as noted herein. D. Contractor must prepare and retain a set of "as -built" drawings on the job site with accurate and current information on the location of all valves, pipe special construction features. Examples of special buried features -,vould lam, + _G ] . Offsets in alignment. C-1.,� � 2. Changes in depth, depth greater than 8 feet or less than 5 f a% r 3. Special fittings or construction materials.Z m Eim3.2 RECEIVING, STORAGEAND HANDLING: W A. The City may mark materials which are found on the. job site andcRlTich are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit firamcs or banding Cot lifting. C. Within the "Storage" language of AWWA M23, change "should" to "shall." D. Within the ")-Handling" language of AWWA M23, change "should" to "shall." 3.3 LOCATION, A LIGNMENT, SEPARATION & GR4DE. A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. WATER ffiSTRIB 0 )'ION- CITY OF IOWA CITY - 02660 02/01/2013 Page 9 of 17 B. Contractor shall have all buried utilities located by the 1 -800 -ONE -CALL service and shall do exploratory, excavation as necessary to determine specific conflicts bethNeen existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5'/2 feet. Generally, the maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, storm servers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main and thee top of the sewer. Where local conditions prevent this vertical separation; the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally. one iitll length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as lar as possible from the sewer. Where a sewer crosses over, or less than 18 inches below, the water main, one full length of sewer pipe of water main material shall be centered at the point of crossing so that the sewer pipe joints are as far as possible, and an equal distance, from the water main. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E.`; No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. Sewer force mains and water mains shall be separated by a horizontal distance of at Least 10 feet unless: 1. the force main is constructed of water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the "Iowa Standards for Water Supply Distribution Systems- and 2. the sewer force main is laid at least 4 liuear feet From the water main. G. Gravity sewer mains shall be separated fern water mains by a horizontal distance of WATER DISTRIBUTION- CITYOF rOWA CITY- 02660 02101/2013 Page 10 of 17 at least 10 feet unless: 1. the top of a sewer main is at least 18 inches below the bottom of the water main and L %a 2. the sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from a" the. water main. ca WATER DISTRIBUTION- CITYOF rOWA CITY- 02660 02101/2013 Page 10 of 17 When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between sewers and water mains, the sewers must be constructed of water main materials meeting both the minimum pressure rating of 150 psi and the requirements of Sections 8.2 and 8.4 of the "lowa Standards for Water Supply Distribution Systems". However, a linear separation of at least 2 feet shall be provided. H. Should physical conditions exist such that exceptions to Sections 3.3 Part F and 3.3 Part G of this standard are necessary, the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. I. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a public well or 50 feet of a private well. Sewers constructed of water main materials may be laid within 75 feet of a public well and within 50 feet of a private,Gell but no closer than 25 feet of either. v .I. All PVC water main and ductile iron water main with greater tha??WO fit betw&on features that extend to the surface (such as hydrants or valve boAARaI& ma ced with a wire for the entire length to make electronic location possi , -o CD 1. The wire shall be installed continuously as the pipe is b, led}fihe wire shall be fixed to the side of the pipe at a position of 2 o'c ock or�m o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few _splices and splice the wire together using a wire connector. 3. Install ground rods adjacent to connections to existing piping and at locations as shown on plans and as required by the Engineer. d. Bring the wire to the ground surface at each fire hydrant and loop wire in a tracer wire tenninal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box, one -foot liom the hydrant base. The tracer wire tenizinal box must be installed flush with the Finished grade. If there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box", whichji a full-size valve box, and mark the drawings appropriately. 3.4 PIPE BEDDING AND BACKFILLING: A. Ductile -iron pipe bedding shall conform to the project plan details or as aiherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI -13-3-88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by hand tamping on the soil along the sides of the pipe to the top of the pipe. WATER DISTRIBUTION- CITY OF IOWA CITY" - 02660 02/01/2013 Page 11 of 17 C. Trench width Nvithin the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. 3.5 PIPE RESTRAINT.— A. Thrust Restraint: For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the lilting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast -in-place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood to prevent shifting before placing concrete. See Iowa City Reference -Manual for detail information on thrust blocks — Figure 7.1. Do not pour excess concrete on top of pipe and fittings. B. _ Socket Pipe Clamps, Tie Rods, and Bridles: 1. Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tic rod diameter shall be at least 314 in. except where .: they replace flange bolts of smaller size with nut on each side of flange. C. Dead Ends 1. Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the, pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. 3.6 JOIVTSAIND COUPLINGS: A. Push -on Joints: to 1. Inst 2. tl bell grooves and clean to assure complete gasket seating. Xtreme care to prevent separation of joints already installed. W. 3. W--Uot use push -on joints when boring. Griffin Snap -Lok shall be used in casing jelocking rubbers. v� � 1 B.�an cal Joints: LAL.¢ 1.' The range oftorque for tightening bolts which is indicated in ANSFAWWA eQ, C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 13 inches. WATER DISTRIBUTIO`i- CITY OF IO19A CITY - 02660 02/01/2013 Page 12 of 17 3.7 3.8 3.9 On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. C. Sleeve -Type Coupling: 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. TAPPED CONNECTIONS UNDER PRESSURE: A. Follow manufacturer's installation instructions. B. Tapping manus for new connections 1 -inch to 12 -inch in diameter bone the Water Division. This includes connections made on public and lUj c mains. Q+ C. A new and site specific tapping application must be prepared for eat;.A r rdlc of size, and submitted to the Water Division. The tapping appin must bO completed and include location, name, and address of water custer, sematic drawing, and materials of construction. ce . POLYETHYLENE ENCASEMENT.• A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSFAWWA C105/A21.5-99 installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PVC main could not be used. HYDRANT INSTALLATION: A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter.. C. Install hydrants away from the curb line a sufficient distance to avoid.damage from or to vehicles. A set -back of 4 feet from the curb line is recornmende4. Iowa Department of Transportation (IDOT) requires a 9' setback. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be ar least 18 inches above finished ground. The break -off flange should be: no more than 6 inches above ground. There shall be no obstructions to fire hose cormections. F. The base elbow shall be placed on solid precast concrete blocks -on firm, undisturbed soil. The barrel of the hydrant shall be finnly braced against the back of the trench wall with pre -cast cement blocks to resist thrust at the pipe corneetion. WATER DISTRIBUTION- CrrY OF IOWA CITY - 02660 02/01/2013 Page 13 of 17 E The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be frunly compacted to provide good lateral support for the hydrant. this is essential to the performance of the break-offflange. 3.10 WATER NIALV OPERATIONS: A. All Nvork which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the'Water Division. B.- An accurate and legible copy of the "as -built" drawings must be on file in the Water Division office prior to using the eater supply. C. If requested by the City. the contractor will work with lVater Division personnel to submit a plan for initial operations and a plan for final operations to the Water Nvision for approval. The plans shall include a drawing and toped list of actions -which shote all the significant steps necessary to connect to the existing water -distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. 3.11 DISINFECTIONFOR POTABI F_ YVATER SYSTEMS: A. General Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in AN SUAW VTA C651 and the following specifications. B. Special Disinfection Requirements Excrcise cleanliness during construction. Protect pipe interiors, fittings and vah,es against contarrunation. 2. the minimum uniform concentration of available chlorine used for disinfection shall be 25 mg/L. Use either the granulateStablet or continuous WATER DISTRIBUTION- CITY OF IOWA Crl'Y - 02560 0 210 112 01 3 Page 14 of 17 feed method with modifications as described in 1.1 t C or D below. iilt The chlorinated water shall be retained in the main at least 24 hours, duting Ljj which time all valves and hydrants in the section treated shall be operated in hour 0'ic-- order to disinfect the appurtenances. At the end of this 24 period, the }-5 treated water shall contain no less than t0 mg/L chlorine throughout the .�- Cr lcngthofmain. 0 4. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher WATER DISTRIBUTION- CITY OF IOWA Crl'Y - 02560 0 210 112 01 3 Page 14 of 17 than 3 mg/L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than'/4 of the main diameter. For 6 -inch through 12 -inch water mains, a single 2V2 -inch fire hydrant opening is adequate. Water entering storm sewer system sball be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). 5. After final flushing and before the new water main is connected to the distribution system, two consecutive sets of acceptable samples, taken at least 24 hours apart, shall be collected from the new main. At least one set of samples shall be collected from every 800-1000 feet of the new water main,, plus one set from the end of the line and at least one from each branch. Deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms, the hydrostatic test may proceed. w = cri C. Tablet Method of Chlorine Application - Granulated or Tablet Z; 1. Use ANSUAWWA C651; however, slowly fill the mair>ge—tas the 1 c= foot per second) with system water, pushing out as much pRsible'�.,D�o not wash out the tablets. eta D. Continuous Feed Method of Chlorine Application 3Y ea cc 1. Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than 1/4 of the main diameter. For 6 -inch through 12 -inch water- mains, a single 2% -inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main completely. 3.12 TESTING. A. Filling the water main: 1. Fill the newly constructed water main system slowly using treated public water under low pressure and low flow. The objective is to displade `air with water while avoiding damage to new construction. customer services, and adjoining property due to the release of air and water. Public Works staff must be on site to assist with operation of the system valves and hydrarl';ts during this operation. 2. Open one hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being tilled has released nearly all air, surging should WATER DISTRfBUTTON- CITY OF IOWA C1IY - 02660 02/01/2013 Page 15 of 17 diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve complete]V�, while regulating the flo"v hydrant to minimize. damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively tbrough each section (new and old) of water main which Nvas shut down to replace fresh water into each section. 4. rafter clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. For water main replacement only, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and [low. B, Pressure and Leakage Tests: 1.. Conduct combined pressuree and tcakage test in accordance with ANSFA\1 WA C600 and AN S11A\\ 1 TA C60>. 2. Pressure test of -the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Lse only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection wIl1 be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. �. Pressure and leakage test cousists of first raising %cater pressure at the lowest point of section being tested to l 50 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for at least two hours with no additional pumping means the water main has failed to pass the test. 7. if the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting orjoints. Conduct additional tests and repairs until water main passes the rest. Ca W.Wye Operations: Uj All vah es shall be Located and tested to verify operation. Remove the valve our rr , box lid, insert the val- e key and open and close each valve. Count the turns ..°a and record the results. P N WATER DISTRaiUTION- CITY OF IOWA MY - 02660 02/01/2013 Page 16 of 17 D. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 3. After hydrant has been flushed, close it and check for drainage. This is clone by placing the hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. F,. Flow'l'cst: 1. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine the ffre flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test may be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. WATER DISTRIBUTION- MY OF IOWA CITY - 02660 02101/2013 Page 17 of 17 ti CM Ck C') on WATER DISTRIBUTION- MY OF IOWA CITY - 02660 02101/2013 Page 17 of 17 APPENDIX B Water Main Testing Procedure Contractor will be present for EACH step along with City of Iowa City Engineering/Water Division staff. Please be aware that the testing window, indicated below in BOLD will need to be completed within a 4 day window. This means that testing on a water main system will have to be started on a Monday or Tuesday in order to complete all of the items as required. Depending on the Hygienic Lab schedule, Wednesday is possible if everything proceeds in a timely fashion. 2. Use only the specified amount of granular chlorine to disinfect the main. 3. Fill the line slowly until you get a trickle of water from the highest available hydrant. Shut off the hydrant and leave the line filled. 4. No SOONER than 24 hours and no LATER than 48 hours, the first bacterial test should be taken. 5. Contractor will take bacterial tests from all locations determined by City staff. Tests will be taken AFTER water has been flushed to normal residual levels. CONTRACTOR IS RESPONSIBLE FOR DECHLORINATING ALL DISCHARGED WATER. The Iowa City Water Division is available for professional guidance if the contractor is not experienced in current dechlorination procedures. 6. Within 24 hours ANOTHER (2nd) bacterial test must be taken for EACH of the initial tests taken. Verbal or written verification from the U of I Hygienic Lab must be provided for the entire initial round of tests prior to undertaking this second round of tests. VERIFICATION MUST BE PROVIDED FOR ALL BACTERIA TESTS PRIOR TO PRESSURE TESTING — this can be in the form of a call out to the Hygienic Lab, an email or a fax. 7. Pressure test will be performed on all new water mains. Tests are for 2 hours at 150psi. Pressurize the line no higher than 155psi to begin, A City owned pressure gauge must be placed on the line in addition to the contractor's gauge. 8. City Engineering staff will give notice to the Water Division to locate the water main via all of the tracer wire boxes installed by the contractor. Wire boxes must be fully installed and placed in their final locations before a locate will be performed. The main must trace as it will when it's put into service. 9. xFinash will be performed. At this time, the as-builts, HARD COPIES of all bacterial tes d a fully filled out materials list, signed by the Contractor, must be turned over W 3 9 �10. Afte�ikl flush is completed, City Engineering staff will notify the Water Division that %e roi;�s acceptable and tapping permits can be issued. Prior to the full acceptance % the !pb, water main punchlist items (plumbing valve boxes, setting final box s%vations, turning hydrants, etc...) must all be completed. 02660-B1 Department of Public Works Iowa City Water Division (Revised 2/1/2013) Accepted Products for Water Distribution Materials WATER PIPE: (Ductile) ANSI/AWWA — A21.51/C] 51 American, Clow, Griffin, McWane, and US Pipe Class 52 for direct bury piping unless otherwise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe WATER PIPE: ( PVC) (Class 150) — C900 C900 thickness class DRI 8 (6" thin 10") FITTINGS: (Ductile Iron Standard) ANSI/AWWA—A21.10/C110 3" to 24"-350 psi (Ductile Iron Compact) AWWA C153, 350 psi Clow, Tyler/Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Frill Body Ductile Iron with Stainless Steel and/or NSS Cor -Blue Nuts and Bolts) for 12" and larger or under pavement Mueller - H615, Kennedy, Tyler/Union, American Flow Control - Series 2800, or U.S. Pipe - T-9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller -H304, Romae SST, JCM-432 Smith Blair -665 or Cascade CST -EX 3655 with nitrile gaskets to be used in L.U.S.T. areas MECHANICAL JOINT RESTRAINT DEVICE: (Megalug — with NSS Cor -Blue Nuts and Bolts) Ebaa Iron Sales Inc. — 1100 series for ductile iron 2000 PV for PVC STAINLESS STEEL REPAIR CLAMPS: (With Stainless Steel Nuts & Bolts Smith -Blair -261, Ford FS1, Romac SS - VALVES: (Resilient Seated Gate Valves) ANSI/AWWA — C509 ; Clow F-2640, Kennedy 8571 SS, Mueller Resilient Seat - A-2360-20, or U.S. Pipe - USPO-23-without accessories or USPO-20-with accessories VALVES: (Butterfly) ANSI/AWWA C504. Class 150B Clow, Pratt, Mueller, Kennedy, M & H, DeZurik or Val -Matic VALVES: (Tapping) Clow — F-2640, Mueller —T-2360-16, Kennedy 8950 SS, U.S. Pipe — A-USP.O=16 Accepted Products for Water Distribution Materials Page 2 (Re),ised 2/12013) VALVE BOXES: Tyler— (Series 6855 & Item 666A, Rangc 51" to 71") East Jordan Series 8555 & Itcm 666A — Range 51" to 71" HYDRANTS (41/2" for 12" and under) (5 '/.�" for 16" and above) AWWA C502 Clow F-2545 Medallion, Mueller Super Centurion 250 SLEEVE TYPE COUPLING: (With Stainless Steel Nuts & Bolts) Standard solid black sleeve — Tyler,Union 5-1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts— Smith -Blair 441 or Romac Style 501 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter, WaterPro or Utility Equipment - Valveo —95E —2 '/z ' ID with lockable cast-iron lid—minimum 18" long, telescoping TRACER WIRE CONNECTORS: T\tilster DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: Direct Bur,: 412 AWG single solid copper conductor, 30 mil LLDPE insulation, blue in color Directional Drilling/Boring: 912 Ayy'G copper -clad stainless steel core, 45 mil LLDPE insulation, blue in color Kris Tech, Copperhead or approved Equal 3/8" meteR�t(W' steel rod uniformly coated with metallically bonded electrolytic Ooppf- T .Iigh stren>4l , ;oia'osion-resistant copper alloy YARD HYDRANT: Iowa Model Y34 and YI SERVICE SADDLES: ANSIIAWWA— C800/C900 AY McDonald 3845 Ford 202BS Smith Blair 325 with nitrile gasket to be used in L.U.S.T. areas Accepted Products for Water Distribution Materials (Remised 21112 013) CORPORATION VALVES: ANSI/AWWA C800 Until December 31, 2013 Mueller B-25008, Beginning January 1, 2014.(No Lead Brass Alloys) Mueller B -25008N BALL CURB VALVES: ANSI/AWWA C800 Until December 31, 2013 Mueller B-25209, AY McDonald 6100Q Beginuing January 1, 2014 (No Lead Brass Alloy Mueller B25209N, AY McDonald 76100Q Page 3 CURB BOX ARCH PATTERN: ANSI/AWWA 0800 — with stainless steel rod and cotter pin AY McDonald 5601 and 5603 with 5660SS-5' shut off rod SECTION 02700 SEWERS PART 1- 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 Sanitaiti• and Storm Sewers ASTM C76; latest edition, Standard Spc6 Ration for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM ( 443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ANSUAWWA-A21.53/CI53, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSUAWWA-A21.11/Cl11, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 02700-1 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low- a� Ilead Pressure Pipe. 11.� orced Concrete Arch Pipe - For Storm Sewers 1 4f"' w ASTM C506, latest edition, Specification for Reinforced Concrete Areb Culvert ee >_CLA) Storm Drain and Scwcr Pipe, LL E. zRia Cin Vi2licd Clay Pipe ea cv ASTM 0700, latest edition, Standard Specification for Vitrified -Clay Pipe, Lvha Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified -Clay Pipe and Fittings. D. , Ductile Iron Pipe 1. ANSI/AW"VA-A21.5/C15I, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lind Molds, for Fater or Other Liquids. 2. ANSUAWWA- A21.50 C150, latest edition, Thickness Design of Ductile -Iron Pipe. 3. ANSUAWWA-A21.53/CI53, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSUAWWA-A21.11/Cl11, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 02700-1 5. ANSUAWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile -hon Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe— For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals PVC Truss Pipe — Por Sanitary Sewers ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTMD2680, latest edition, Standard Specification for Acrylcmitrile-Butadiene- Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Spec ifieation for Elastomeric Seals (Gaskerwor Joining Plastic Pipe G. Manholes 1. ASTM 0478, latest edition, Standard Specification for It 411'for Concrete Manhole Sections. q, `` H. Intake Structures 1. 1DOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QJUALITYASSURANCE. 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. 02700-2 C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage ttvist in excess of 30 degrees, as demonstrated by the farm seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed fi-om the site by the Contractor and replaced with new. P. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITT4LS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional en�hneer registered in the State of Iowa. 1 his submittal will not be reviewed for structural adequacy by the City" PART2-PRODUCTS 2.01 AL4TERL4LS: A. Reinforced Concrete Pipe - For Sanitary Sewers Joints: All joints will be confined O-ring gasket meeting ASTM C443 or .ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. � 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 M or Class C -S as defined in ASTM C361. 3C Pipe Strength: Pipe strength shall be as specified on the plans. If not specified. the UJ a' minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in J aASfyf0361. 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 M the pipe. 5. Lift holes are not allowed. 6. Minirmun Redding — 'Type B per ASTM C 12 with compacted granular material to the springline of the pipe. B. Reinforced Concrete Pipe - For Storm 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 02700-3 groove joints. b. Arch pipe: All joints will be sealed 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 13 -wall as definedui 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 C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of 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. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint asseinbly, subject to approval of the Engineer. 2. All pipe shall be "extra strength' as defined by ASTM C700. 3. Minimum Bedding —Type B per ASTM C 12 with compacteda wan W'terial to.. the springline of the pipe. `a D. Ductile Iron Pipe„ 1. Joints: Use push on joints unless otherwise specified on the pl 1 M 2. Thickness: Unless otherwise indicated or specified, use Class. w 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bitten inous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bitumhmous coating conforming to 02700-4 appropriate ANSI. 4. Minimum Bedding — Type 5 per ANSI/A)nVA Ct50/A21.50 with compacted granular material to the springtime of the pipe. E. PVC Truss Pipe—For Sanitary Se�Ners I All PVC truss pipe shall be tnade of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements it) ASTM F477 and 17913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minhntum Bedding - Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plaits. If not specified; the minimum bedding depth shall be 4" below the pipe. F. Poly- Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above pipes The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of AST1yf D1784, cell 3. Mark date of manufacture. 4. hrverts: Precast and cast -un -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 02700-5 class 12454B. m •• o Corrugated HDPE, with a smooth interior wall sltall meet the standards of AASIITO M--252 and M-294. av` Minimum Bedding—Drainable stone encasement to 6" above pipe. tjL I -A$holes `- 1. 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. hrverts: Precast and cast -un -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 02700-5 maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non -rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. I. Bedding: 1. Granular bedding material shall consist of porous backfill material, IDO�sstandard Specification Section 4131 and Section 4109, Gradation No. 295, o`n A PART 3 - EXECUTION 3.01 INSTALLATION OFPIPF. A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade Im 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids ander 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 pisbre. D. 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. 02700-6 E. Jointing I . Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's rcconmtendations. 3. Suitable couplings shall be used for jointing dissimilar materials. F. Backtill as specked in Section 02220, G. Clean pipeline upon completion. H. Tolerances I:, ,Any deviation in a sewer pipes section more than 11% inch per foot of pipe diameter from the horizontal or vertical aligmnent, as established by the Engineer, will not be " allowed; and all sewer laid incorrectly, as determined by the Engineer, rust be relaid at --the Contractors 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 %hen 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 lamem held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the nest manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE: A. Lamp all pipe to visually inspect for defects and debris. 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 02700-7 B. Leakage I ests: Perform leakage tests on all sanitary- sewers as follows: 1. Perforrn after completion of backfill. 4 th 214f. Perform after groundwater has returned to normal level. W Furnish test plugs, water punips, appurtenances. and labor. Install bulkheads for J testhtg and weirs for measurement as necessary. Groundwater elevation from t T- observation welts or excavations are subject to acceptance by the Engineer. �.. . t 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 ea 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 extiltration 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 02700-7 5. '/z -mile 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) scaling length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure excited by groundwater above pipe invert. (4) (5) (6) Limit internal pressure in sealed line below 8 psig. Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. Acceptable Test Result: (a) Minimum time for pressure to drop greater than maximum pressure exe above pipe invert. Pipe diameter Tim in inches Min es 4 6 8 10 12 15 18 21 24 2.0 3.0 4.0 5.0 5.5 7.5 8.5 10.0 11.5 0 cn �.5 2.5 f gr�nd rv�tex � rn . w u� (b) Minimum allowable time for sewers with more than one 02700-8 ` j size of pipe: based on largest diameter reduced by 0.5 ruin. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe_ c. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. C. Allowable iluiltratioIL includin_a manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. 7. Exlihration Test a. Subject sewers to internal pressure bv: (1) plugging flit inlet of the upstream and downstream manholes, (2) filling server and upstream manhole with clean %safer until the water cleeation in the manhole is two feet above top of server, or two feet aboae the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties. braces, and wednos to secure stoppers against leakage from test pressure, where conditions befi-een manholes may result ill test pressure causing leakage. C. Rats of leakage from sewer: Determined by the amount of water required to maintain the initial water elet ation k)r one hour from thee start of the test. d. Allowable exfillration same as allowable infiltration. If the averase head above the section being tested exceeds two feet above top of pipe. then the allowable exfilftation can be increased by 5 for oath additional foot of head. C. Modification to this test only as approved by the P,ngineer. M.rt. f Locate and repair leaks and retest as required. �pp yt"!R�, flection Tests: Perform deflection tests on all PVC truss sewers as follows: The mandrel (,olio -go) device shall be cylindrical in shape and constructed with tom- nine (9) evenly spaced anus or proms. The mandrel dimension shall be 9s% of the Q S flexible pipe's published ASTM[ average inside diameter. Allowances for pipe evall r thickness or' ovahty (fi-om shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel 02700-9 dnriensions shall carry a tolerance off .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-term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving 6V,s may be used to assist in this. Drawings of the mandrel with complete dirriensioniEg shall be furnished by the Contractor to the Engineer for each diameter a� a flexi*in pipe. ..... e'4-� 3.03 CONSTRUCTION AND L1'SYALLATION OT MANHOLES, MANHOLLiDX Aye INTAKE STRUCTURES. -v 3 C'3 V A. Set bases true to line and elevation on minimum six-inch granular backfill aterial 63 ua B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in fill 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 phis the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NFK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220 Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. _ 3.04 MAINTENANCE OF FLOW. A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by constriction. Diversion of storm water into the sanitary sewer system is not allowed. 02700-10 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 Contactor 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 andlor replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Scparale gravity sewer from water mains by horizontal distance of at least 10 feet unless: a 1. Top of sewer is at least 18 niches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. ]Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. E. 'Miere gravity sewer crosses over water- maul or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: 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. Bath 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 watertightjoints. 4. Backfill trench with low permeability- soil for the 20 -foot length centered on the 02700-11 crossmg. rn L<Orritary sewer force mains and water mains shall be separated by a horizontal distance of east 10 feet unless: W force is r The main constructed of water main material meeting a minimum pressure 200 r„ ating of psi. U. 2. Srhe force mann is laid at least four linear feet from the water main. .n r 04/15 0 03 -250-o2700.m� 02700-11 SECTION 02900 LANDSCAPING PART 1 - GENERAL v 1.01 SUHMARY. vo yr+� A. Plantings (trees, shrubs, seed and sod), including soil preparation, finishgzAtig�ndse e accessories and maintenance. .—!I n z 1.02 QUALITYASSURANCE: t p. w A. The fitness of all plantings shall be determined by the Engineer and/or the CityTorestcr with the following requirements: I . Nomenclature: Scientific and cormnon names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. r 1.04 DELIVERY, STORAGEAND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. a B. Set all balled and but -lapped trees and shrubs, which cannot be planted immediately, pin 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 2.07 TREES AND SHRUBS: A. `Trees and shrubs shall be vigorous, healthy, well-fo rued, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container gown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during plaming. C. All trees shall display the following form and branching babits: 1. Free of branches to apoint at d0% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in tb& normal position. Caliper measurement shall be taken at a point on the trunk six inches (61') above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders,. unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Mininrmn Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. PER-NIANENT URBAN MTX* Kcntuckv Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 109% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 PERMANENET RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11°% 5 0.11 �irdsf t Trefoil (Empire) 99% 4 0.09 �! �Alslover et: 9% 4 0.09 MA ��ercial mix may be used upon approval of the Fngineer if it contains a J;iglFotmentage of similar grasses. IL S[ A. N Grass and sod established, nursery grown Kentucky or Mesion Bluegrass sod, vigorous, well rooted, healthy turf. free from discase. 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 cxchides top grouch and thatch. prevent tearing, breaking, drying or any other damage. 02900-2 2 0 LIMEAND FERTILIZER: C." A. Ground agriculture limestone containing not less than 85 percent of tot A ks. B. Fertilizer shall contain the following percentages by weight or as approvalEnaneec - tR � �.✓ Nitrogen* - 15% Phosphorus - 15% Potasha* W *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 -EXECUTION 3.01 PLANTING TREESAND SHRUBS: A. Planting Season and Completion Date: Trees: Spriurg—Nlareh30througltMay l5 Fall—Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting Foil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. t: 3. Do not use auger to excavate planting pits, F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 02900-3 11. Rake bed area smooth and scat. ylulch all tree pits and shrub beds with a minitnutn of three incites of hardwood mulch vvhichlias been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE. - A: Aackftll material for plantin-s shall be a mixture of 2/3 loose finable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. .3.03 SEED, FERTILIZE, LIME AND MULCH: W U... A. Apply lime by mechanical means at rate of 3,000 pounds per acre. ., 13. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Removc weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sovv 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. Rahe seed tightly into loam to depth of not more that %a -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. w D. a E. 4. le Hydro -seeding may be used upon approval of the Engineer. r lawn area adequately at time of sawing and daily thereafter with fine spray until enation, and continue as necessary throughout maintenance and protection period. �p 3 luring approximate time periods of April 1 to Max 15 and Augntst 15 to September t l as only when weather and soil conditions are suitable for such work, unless otheriv ise .tea da(aCd by the Engineer. All 57ns requiring mulch shall be mulched as soon as seed is sorsn and final rolling is CM completed. Mulch shall be evenly and uniformly distributed and anchored into the. soil. The application rate for reasonably dr% material shall be approxirn9tc1% lt/ tons of dry cereal straw, two tons of «good excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material funniAhed. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the content. Crawler -type or dual -wheel tractors shall he used for the mulching operation. Equipment shall be operated in a manner to minhnize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.04 SOD: A. Install sod not more than 43 hours after cuffing. Stale all sod as necessary to prevent erosion before establishment. B. Apply lime by inechanical means at a rate of 3,000 pounds per acre. 02900-4 C. Apply fertiI izer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. P. Roll sod to establish smooth, uniform surface. ., v G. Water area adequately at time of sodding and continue as n *rougttn maintenance period. �4 = ..q. rn H. Sod during approximate time periods of April l to May 15 and Auousto Oatobei" and only when weather and soil conditions are suitable for such wor lesmotherlb directed by the Engineer. V w 1. Apply additional care as necessary to ensure a hearty stand of grass at the end �? the one- year maintenance period. 3.05 MAINILAANCl, -All PIANUNGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Provide sufficient watering of sod and seed areas to promote vigorous growth of grass. The frequency of watering and quantity of water applied is dependent on climatic conditions. No adjustments to unit prices are provided for varying conditions. C. Maintain sod and seed areas at maximum height of 21/2 inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified and reasonably free of.weeds and undesirable grasses. D. Reset settled trees and shrubs to proper grade and position, and remove dead material. E. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 F. Washington Street. 04/15 0339-250=02900.dac 02900-5 r CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 [319) 356-5000 (319) 356-5009 FAX www.icgov.org ENGINEER'S ESTIMATE April 7, 2015 City Clerk City of Iowa City, Iowa Re: East Harrison Street Reconstruction Project Dear City Clerk: The engineer's estimate for the East Harrison Street Reconstruction Project is $450,000. Sincerely, N A W1 Jason Havel, P.E. City Engineer 3� w 0 le Prepared by: Jason Havel, City Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5410 RESOLUTION NO, 15-105 RESOLUTION SETTING A PUBLIC HEARING ON APRIL 21, 2015 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE EAST HARRISON STREET RECONSTRUCTION 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 Harrison St Reconstruction account #53806. 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 21" day of April, 2015, 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. 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 7th day of ATTEST: )2ta CITY CIERK 20 15 MAYOR Approved by City Attorney's Office q11 Resolution No. 15-105 PgIge 2 It was moved by Pavne Resolution be adopted, and upon AYES: and seconded by call there were: FIAT'S: Flims the ABSENT: Botchway Dickens x Dobyns Hayek Mims Payne Throgmorton Prepared by Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5410 RESOLUTION NO. 15-122 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF COW TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE EAST HARRISON STREET RECONSTRUCTION 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 Harrison St Reconstruction account #S3806. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT. 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 13`" day of May, 2015. 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 TOO p.m. on the 19 day of May, 2015, or at a special meeting called for that purpose. Passed and approved this 21st day of MAYOR ATTEST. R CITY CLERK it 20 15 Appr ved by City Attorney's Office Resolution No. 15-122 ]Page 2 It was moved by Mims and seconded by Dobyns the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Minis x Payne x Throgmorton Printer's Fee $ Q CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.IDk42-0330670 being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN,a newspaper published In said county, and that a notice, a printed copy of which is hereto attached,utas published in said paper time(s), on the following date(s): Legal Clerk Subscribed and sworn to beforJQ�m�e this 1 day o� rIV� .D. 20 S Nnta Pblic ADAM JAMES KAHLER ,004 Commission Number 785381 My Commission FFE*'res W04/2017 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, SPECIAL PROVISIONS AND ESTIMATE OF COST FOR THE EAST HARRISON STREET RECONSTRUCTION PROJECT, IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CIN OF IOWA CRY, 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 con- struction of the East Harrison Street Reconstruction Project in said city at 7:00 p.m. on. the 21st day of April, 2015, said meeting to be held in the Emma J. Harvat Hall in City Hall, 410 E, Washington Street in said city, or n said meeting is cancelled, at the next meeting of the City Council thereafter as post- ed by the City Clerk. Said plans, specifications, form of contract, special provisions and estimate of cost Ere now on file in the office of the City Clerk in City Hall In Iowa 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 objections to and comments con- cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CIN CLERK a„eomw., �u Apn113,2015 NOTICE TO BIDDERS EAST HARRISON STREET RECONSTRUCTION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 13th day of May 2015. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 1 g1 day of May 2015, or at special meeting called for that purpose. The Project will involve the following: Approximately 3,169 square yards of Portland Cement Concrete pavement, 223 feet of RCP storm sewer with related structures, 583 feet of water main with related fixtures, traffic control and other related work. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc. which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment AF -1 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: Phase 1 and 2: Late start: June 8, 2015 Substantial Completion: July 15, 2015 Liquidated Damages: $500 per day Phase 3: Completed: September 11, 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 specifi- cations and form of proposal blanks may be secured at the Office of the City Engineer of Iowa City, Iowa, by bona fide bidders. A $50 deposit is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to: "Treasurer of the City of Iowa City, Iowa". The deposit shall be refunded upon return of the contract documents within fourteen days after award of the project. If the contract documents are not returned within fourteen days after award and in a reusable condition, the deposit shall be forfeited Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, 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 AF -2 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 CLER AF -3 Printer's Fee $_�7 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID442.0330670 I, c� being duly sworn, say that I m the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper time(s), on the following date(si: �l-Z$-1S Legal Clerk Subscribed and sworn to before ma- this Z`a day of 20 1-5 . Notar P blit ADAM JAMES KAHLER Commission Number 785381 $ My Commission Expires 08/0412017 OFFICIAL PUBLICATION The following limitations shall NOTICE TO BIDDERS apply to this Project: EAST HARRISON STREET Phase 1 and 2: RECONSTRUCTION PROJECT Late start. June B, 2015 Sealed proposals will be received Substantial Completion: July 15, bythe City Clerkofthe Cityof Iowa City, Iowa, until 230 P.M. on the 2015 Liquidated Damages: $500 per day 13th day of May 2015, Sealed Phase proposals will be opened immedi- Completed. September 11. 2015 ately thereafter by the City Engineer Liquidated Damages: $500 per day or designee. Bids submitted by fax The plans, specifications and pro - machine shall not be deemed a posed contract documents may be "sealed bid" for purposes of this examined at the office of the City Project. Proposals received after Clerk. Copies of said plans and this deadline will be returned to the specifications and form of proposal bidder unopened Proposals will blanks may be secured at the be acted upon by the City Council Office of the City Engineer of Iowa at a meeting to be held in the City, Iowa, by bona fide bidders Emma J. Harvat Hall at 7 OD P.M. A $50 deposit is required for each on the 19th day of May 2015, or at set of plans and specifications pro - special meeting called for that our vided to bidders or other interested pose persons, The fee shall be in the The Project will Involve the follow- form of a check, made payable to: Ing. 'Treasurer of the City of Iowa City, Approximately 3,169 square Iowa". The deposit shall be refund - yards of Portland Cement ad upon return of the contract Concrete pavement, 223 feet of documents within fourteen days RCP storm sewer with related after award of the project. If the structures 583 feet of water contract documents are not main with related fixtures, traffic returned within fourteen days after control and other related work award and in a reusable condition, All work is to be done in strict the deposit shall be forfeited compliance with the plans and Prospective bidders are advised specifications prepared by MMS that the City of Iowa City desires to Consultants.. Inc, which have here- employ minority contractors and tofore been approved by the City subcontractors on City projects A Council, and are on file for public listing of minority contractors can examination in the Office of the City be obtained from the Iowa Clark. Department Of Economic Each proposal shall be completed Development at (515) 242-4721 on a form furnished by the City and and the Iowa Department of must be accompanied in a sealed Transportation Contracts Office at envelope, separate from the one (515)239-1422. containing the proposal, by a bid Bidders shall list on the Form of bond executed by a corporation Proposal the names of persons, authorized to contract as a surety firms, companies or other partes in the State of Iowa, in the sum of with whom the bidder intends to 10% of the bid. The bid security subcontract_ This list shall include shall be made payable to the the type of work and approximate TREASURER OF THE CITY OF I subcontract amount(s). IOWA CITY, IOWA, and shall be The Contractor awarded the con - forfeited to the CRY of Iowa City In tract shall submit a list on the Form the event the successful bidder of Agreement of the proposed sub - fails to enter into a contract within contractors, together with quanti- ten (10) calendar days of the City ties, unit prices and extended dol - Council's award of the contract and lar amounts, post bond satisfactory to the City By virtue of statutory authority, ensuring the faithful performance preference must be given to prod - of the contract and maintenance of ucts and provisions grown and coal said Project, if required, pursuant produced within the State of Iowa, to the provisions of this notice and and to Iowa domestic labor, to the the other contract documents, Bid extent lawfully required under Iowa bonds of the lowest two or more Statutes. The Iowa reciprocal real - bidders may be retained for a pari- dent bidder preference law applies oil of not to exceed fifteen (15) to this Project calendar days following award of The City reserves the right to the contract, or until rejection is reject any or all proposals, and also made. Other bid bonds will be reserves the right to waive technl- returned after the canvass and calitjes and irregularities. tabulation of bids is completed and Published upon order of the City reported to the City Otani Council of Iowa City, Iowa. The successful bidder will be MARIAN K_ KARR, CITY CLERK required to furnish a bond in an amount equal to one hundred per- April 28, 2015 cent (100%) of the contract price, said bond to be issued by a_ responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City Froin all claims and damages of any kind caused directly or indirectly by the operation of the contrast, and shall also guarantee the maintenance of the improvement for a period of five (5) years) from and after its com- pletion and formal acceptance by the City Council. Prepared by: Jason Havel, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5410 RESOLUTION NO. 15-157 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE EAST HARRISON STREET RECONSTRUCTION PROJECT. WHEREAS, Carter and Associates, Inc. of Coralville, Iowa has submitted the lowest responsible bid of $579,104.00 for construction of the above-named project; and WHEREAS, the bid includes the base bid and alternate bid; and WHEREAS, funds for this project are available in the Harrison St Reconstruction account #53806. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above-named project for the base bid plus alternate bid is hereby awarded to Carter and Associates, Inc., 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 the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 19th day of May 20 15 ATTEST: CIT ERK �— WpM_v Ap roved by / City Attorney's Office It was moved by Payne and seconded by Botchway 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 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Carter and Associates, Inc. ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the Third day of April, 2015, for the E. Harrison Street Reconstruction 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;; ra e. Notice to Bidders;' + f. Note to Bidders, g. Performance and Payment Bond; �> h. Bidder Status Documents; 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 f l I - The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 5 %Iew,6 I&A1,5?x,,ete7-1en/ '019%, oao 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this sT day of 20 /S . By �D -14` Mayor ATTEST: City Clerk AG -2 Contractor Bv L -G " L Approved By: /��pp� City Attorney's Office �' C) �. EE Bond No. 2200407 PERFORMANCE AND PAYMENT BOND Carter and Associates, Inc., 395 Westcor Drive, Coralville, IA 52241-2895 , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and North American Specialty Insurance Company, (insert the legal title of the Surety) a New Hampshire Corporation - , 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 Five Hundred Seventy Nine Thousand One Hundred Four & no1100 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 x4gy am go/5- entered into a (date) written Agreement with Owner for E. Harrison Street Reconstruction 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 City, 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 dp–fiu(t ufszter thb`= Agreement, the Owner having performed Owner's obligations thereunder;-the:Suroty mEa—_ promptly remedy the default, or shall promptly:` = i i, Irl 1. Complete the Project in accordance with the terms and cpnraj`tionj; of the' •ord Agreement, or " 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient im funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five ( 5 } years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 2015 SIGNED AND SEALED THIS all sr DAY OF // OY IN THE PRESENCE OF: Stacy Venn Wtijess NM rr L s Carter and Associates, Inc.:�� Principals ; _N By: ;ee51d,fiv7, (Title) North American Specially Insurynce Company �(SUr fr Dione R- Young (Title) Attor y -i Fact Holmes, Murphy and Associates, LLC 3001 Westown Parkway _ (Street) West Des Moines, IA 50266-1321 (City, State, Zip) 515-223-6800 (Phone) NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG R H,ANSEN, BRIAN M. DEIMERLY, SIHRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN, LACEY CRAMBLIT and DIONE R, YOUNG JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of. FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9°i of May, 2012 "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any ,Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of mry such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is machect." �ssa�ciAlluir 711, P....V'BySEAL , ol .mc Frcrnn P.AndersonFeninr Yla P,wftlen[orwuM1inpron lnleroaaomllaavnnu Cnmpno,Senior V9et PrcXdrpr of NonT American SlM o' inraoee Co.W.,By U Dovid Al.lapm mVkrPmni ofWRst1.,,,o rm,malio.JTnamranre Company & Vitt Prnident of Nara Amercxo Srmialry Imarma Compaq IN WITNESS WHFRFOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this25th day of January„a 2013 North American Specialty Insurance Company L Washington International Insurance Company State of Illinois f-3'- „ I County of Cook as.(•-, On this 25th day of January , 2013 , before me, a Notary Public personally appeared Steven P. Anderson ;$en 0r Vi a Preside'nt4of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Comp city -and D@yid M. Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insistence Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney a$ufficers of bd acknowledged said instrument to be the voluntary act and deed of their respective companies. 1700 Ch4LAD. SyPitbiie,Sunesluminoia 15 Donna D. Skims, Notary Public My CommissionEx ices 16Afit20 I, Jeffrey Goldberg .the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this _ day of , 20 15 r L Jeffrey Oddl ora, Vi- F—id., & Aasiavml S.vrvun of W mismaon In¢ nnllnnnl Insumn c C'—,ani & Man Amen on apnially Imo anw' Comp ny Prepared by: Scott Sovers, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142 RESOLUTION NO. 16-17 RESOLUTION ACCEPTING THE WORK FOR THE EAST HARRISON STREET RECONSTRUCTION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the East Harrison Street Reconstruction Project, as included in a contract between the City of Iowa City and Carter and Associates, Inc. of Coralville, IA , dated May 21 st 2015, 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 East Harrison Street Reconstruction account # S3806; and WHEREAS, the final contract price is $616,386.73. 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 19th day of January 2016 MOOR Approved by ATTEST: / // 74r". ie ./L 01 CITY RK City Attorney's Office It was moved by trims and seconded by Thomas the Resolution be adopted, and upon roll call there were: AYES x Pweng/ma stern/acptwork. doc 1/16 NAYS: ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton