Loading...
HomeMy WebLinkAboutSLOTHOWER RD WATERMAIN PROJECT/2015SLOTHOWER RD/ WATERMAIN PROJECT/2015 t ,-�? -1) )A 2 - rJec _ YI�I�_.oti� Y Lt �—i— -17�Y"� C �II I' � r `m 4 CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX ww'WJCgOV.01'a ENGINEER'S ESTIMATE February 20, 2015 City Clerk City of Iowa City, Iowa Re: Slothower Road Water Main Project Dear City Clerk: The engineer's estimate for the Slothower Road Water Main Project is $619,000. Sincerely, Jason Havel, P.E. City Engineer CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE SLOTHOWER ROAD WATER MAIN PROJECT IOWA CITY, IOWA w . he. L Eby certify than lls: engineering document was prepared by me or under.my aired personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: AR M, $arkey, P.E. eg. No. 18183 My license renewal date is December 31, 2016. DATE: SPECIFICATIONS TABLE OF CONTENTS Paqe Number TITLE SHEET 01010-1 TABLE OF CONTENTS 01025-1 NOTICETO BIDDERS.............................................................................................. AF -1 NOTETO BIDDERS................................................................................................. NB -1 FORMOF PROPOSAL............................................................................................. FP -1 BIDBOND................................................................................................................. BB -1 FORMOF AGREEMENT......_................................._.........................._................... AG -1 PERFORMANCE AND PAYMENT BOND.......................................................... -. P1 CONTRACT COMPLIANCE rn _ ~i ANTI -DISCRIMINATION REQUIREMENTS ''— Section 02750 Jacked Crossings... ...................... ....................................... 02750-1 GENERAL CONDITIONS ...................................................+^ I GG1 SUPPLEMENTARY CONDITIONS........................................................................,.; SC -1 BIDDERSTATUE FORM.......................................................................................... R-1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work........................................................... 01010-1 Section 01025 Measurement and Payment ................................................. 01025-1 Section 01310 Progress and Schedules..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ............................ 01570-1 DIVISION 2 - SITE WORK Section 02100 Site Preparation ............ ................................. ..:................. ... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 Section 02270 Slope Protection and Erosion Control .................................. 02270-1 Section 02510 Hot Mix Asphalt Paving, Bituminous Seal Coat and Milling. 02510-1 Section 02660 Water Distribution................................................................. 02660-1 Section 02750 Jacked Crossings... ...................... ....................................... 02750-1 NOTICE TO BIDDERS SLOTHOWER ROAD/ IWV ROAD WATER MAIN PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 24th day of March, 2015. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 7th day of April, 2015, or at special meeting called for that purpose. The Project will involve the following: Installing approximately 3,040 feet of 16 -IN DIP water main (trenched) along Slothower Road and 270 feet of 12 -IN DIP water main (trenched) along Melrose Avenue, and the associated valves, fittings, and, fire hydrants, as well as associated clearing and grubbing, site work, grading, and other associated activities. All work is to be done in strict compliance with the plans and specifications prepared by McClure Engineering Company, of North Liberty, 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 AF -1 771 =z the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project Substantial Completion June 26, 2015 Final Completion October 16, 2015 Specified Start Date: April 27, 2015 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of McClure Engineering Company, 1740 Lininger Lane, North Liberty, Iowa, 52317 by bona fide bidders. The request shall be accompanied by a certified check (made payable to McClure Engineering Company) in the amount of One Hundred and Fifty Dollars ($150.00) for 11 by 17 -inch Drawings. Payment will be refunded if the Drawings and Documents are 1) returned within fourteen (14) days after the Award of the Project and 2) the Drawings and Documents are in a reusable condition. If they are not returned, or returned past the deadline, or are not in a reusable condition as judged by the Engineer, 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to AF -2 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 'Y 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 Ze w FORM OF PROPOSAL SLOTHOWER ROAD WATER MAIN PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 cl L. w� ❑ z Z WO w Q ------------------- H Z O H U 2E Z l Q d ❑ LU Z ❑ w Lu N V o O N [O O o x w Z M M O J Q O wO F Z Z • z 0 U Y O w LL LL ¢¢w Q� w LL U} O LL w U J J 0 H J J J w w U) J J J U F- J J J f6 > f0 > > > N c X 3 > m ( N U U C co O_ C C ❑ 3 vi N � Q � � c O U U E > 2 L U r Kf W KS E m It C C > > y T > N (p15 LL p U t m m m m m m 'o r c m m a m U OO Q1 U O O O O O O N > > U' M N @ OL C E O C O C O C D C O C C CE U O a p- N p > O O O E O F0 a O r C LL L N N N N N NN - E> > O > U '� O N U rn C O 'O w O Q C C C C C C > E ❑ ¢ C) U U U U U v a L°L' U �° mo w CO w N J m t] U O N M N (p Pa L. N CL LL The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name Title: Address: Phone: Contact: FP -3 J4 Iv x 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 SLOTHOWER ROAD WATER MAIN PROJECT. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this ' day<W A.D., 2015. 77-, 7- 1; Witness (Seal) Witness Principal By_ Surety By — (Title) (Seal) (Attorney-in-fact) Attach Power -of -Attorney FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 2015, for the SLOTHOWER ROAD WATER MAIN 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, e. Notice to Bidders; 2 f. Note to Bidders; g. Performance and Payment Bond; Y In Bidder Status Form: 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 CCC Contractor (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND W (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 Dnllnrs for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into -a.... (d ate) _ written Agreement with Owner for Project; and , WHEREAS, the Agreement requires execution of this Performance and Paymenti`B'ond to,` be completed by Contractor, in accordance with plans and specificatior`s prepared by McClure Engineering Company, which Agreement is by reference made a parthereof,,-and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B, Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement, and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not Falmi 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. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF. Witness Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) PB -2 �' Contract Compliance Program J 111 '14 IM ML CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or^designations which are sexist in nature, such as those which state "Men Working" or ?'Flagman -.Ahead;" -and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcoritrbjctors_abide`(by;the City's Human Rights Ordinance. The City's protected classes are listed atlowa City City Code section 2-3-1. mg rlassticontractcomplianceAoc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 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 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. c:z F� i ,.,. mg r\as st\contra ctcomp Hance. doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date mgrlassticontradcompliance.doc 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, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment OpR-Jounity 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 curient equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer5'7his ca'n 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. 12101 ingrlassAce ntradcompIiance.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, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist 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: 1. Any bona fide religious institution or its educational facility, association, corpokstfon or'societym.:; with respect to any qualifications for employment based on religion when such q of ca@gbs ares CC -6 related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95- 3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03- 4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -8 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions N S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non -Resident Bidding on Non -Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICA- TIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY' shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work SC -1 will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. Q CERTIFICATE OF INSURANCE CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Excess Liability Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,00U00 $1,00U00 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 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. 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. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 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. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. m SC -4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC - 1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all 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 necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. data on citynHEna/MasterSpecalfrontend. doc SC -6 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS 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: r` Dates: ! / to !_ _! Address: 'xN City, State, Zip: r Dates: ! / to ! / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part D t. 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. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 R-1 Worksheet: Authorization to Transact Business This worksheet maybe 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 venture. More than 50 percent of the general partners orjoint venture parties are residents of Iowa for Iowa 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 filed 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 neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed 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 state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been 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 My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is fled 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. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled - R -2 ARC 12710 LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts anew 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 rules 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 questioned the constitutionality of Iowa 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 are technical; other more substantive changes are described below. References to "domicile" were removed from several rules- Subrule 1562(1) 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. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 1562(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 bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. Atter analysis and review of this rule making, no impact on jobs has been found. 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 Iowa Code section 73A.21 shall be applicable to such teens 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 91.2dr the labor commissioner's designee. "Division" means the division of labor of the department of workforce development.... r R� .ter �v =r' R-3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body" means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks_ "Resident bidder" means a person or entity authorized to transact business in 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 country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1)- Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder 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 has 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 nonresident bidder, 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 statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity_ (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 7.56.2(3) Determining authorization to transact business. A person or entity is authorized to transact' business in the state if une 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 incotpe tax purposes; b. In the case of a general partnership orjoint venture, more than 50 percent ofthe general paitnners orjomt venture parties are residents of Iowa for Iowa income tax purposes; R-4 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 limited 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 a 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 most recent 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 itsmost 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 k The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 9.1 C. 156:2(4) Determining if bidder {las 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, the 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 business in Iowa that is suitable for more thanreceivingmail, telephone calls, and c -mails; and b. Conducted business in the state for each of those 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. 375156.3(73A) Application 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 tc any preference given or required by the home 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 that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the borne state or foreign country of the bidder's parent. In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvemetzl in this state as would be required in the consbvction of a public improvement by the home state or fob gn country of the nonresident bidder, or the parent of a resident bidder if the parent would'qualify—q-' a nonresident bidder if such parent were to bid on the public improvement in its own name. _ ww A preference shall not be applied to a subcontractor unless the home state or foreign 600 ,;try otfgto nonresident bidder to whom the contract was awarded would apply a preference to the subcyntracter:'-' R-5 Specific methods of calculating and applying a preference shall mirror those that apply in ti]e home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country catmot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner_ Any complaint must provide the information required pursuant to subrule 156A(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(3) Wrilten complaint form_ The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrvle 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and c -mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaintform. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875--156.5(73A) Nonresident bidder record-keeping requirements. while participating in 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 workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting 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 violations of the Act, including allegations set forth in a written complaint. 156.6(1) Invertigalive powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner 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 those facts, conditions, or matters as are deemed appropriate in deternining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Rasaiency of workers The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or heating- 11 e. Employment ofpersonnA The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed ptrF'suapt foie- merit system. provisions of Iowa Code chapter 8A, subchapter IV.- '�^ N r m R-6 f Request far 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 atter the end of tate 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 orvacated. 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. - - 156.7(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 acontract, 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. ht 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 application of this chapter and the Act may cause denial of federal ftmds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule trader this chapter to any person or circumstance is held. invalid:by a R-7 r,, C+J R-7 court, the remainder 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 2/12/14] [Published 118/14] EDITOR'S NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. -a R-8 R-8 SECTION 01010 SUMMARY OF THE WORK PART1-GENERAL General description, not all inclusive. A. Base Bid Work: 1. Install approximately 260 linear feet of 12 -inch ductile iron pipe water main, connecting to an existing 12 -inch water main at a point approximately 200 -feet east of the intersection of Slothower and Melrose Avenue, with associated appurtenances and Final surface restoration. 2. Install approximately 3,040 linear feet of 16 -inch ductile iron water main along the eastern side of Slothower Road with associated appurtenances and final surface restoration. The proposed water main shall be connected to an existing 12 -inch water main located at Tempe Place. 3. Construct a 42 foot bore and jack type crossings beneath Melrose Avenue consisting of 30 -inch casing pipe, 16 -inch carrier pipe and associated appurtenances. 4. Provide traffic control during all phases of project. 5. Clear and grub existing vegetation and furnish and install seed, fertilizer, and mulch throughout project. 6. Other work associated with completion of the water main improvements. 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OFMEASUREMENTSr A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPEOFPAYMENT.- A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered dining 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: pzy item is not provided. Completion of this work is required. If a separate pay item is not Ordvided for this work, it is to be considered incidental to the project and no separate paynq�it will -bei made. ° PART2-PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of lowa evill 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 lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL). disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing„ forming, drying, saater ug and compaction of till material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris offadjaceut driveways, streets, sidewalks and private property, when mud and debris is depQssited there 'IS a result of any construction activity. The cost of clean up shall he incil,�.ntal. . f BID ITEMDESCRIPTIONS - ry L Mobilization. --{•"' `�" - The lump sum price for this item will be paid based on percentage of the total origi•nfal contract completed. 01025-2 2. Traffic Control. The lump sum price for this item will he paid based on percent complete for llnnishing, installing, maintaining, moving relocating, and removing all traffic control devices including barricades, safely fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. Asphalt Cement Concrete Pavement. The unit prices for these items will be paid based on the number of square yards of Asphalt Cement Concrete pavements, driveways, bases and overlays constructed at the specified widths, thicknesses and mix designs. Included with these items are subgrade compaction and preparation, subgrade treatments, supply, placement and compaction of aggregate base, supply, placement and compaction of asphalt, and backfilling at curb lines. 4. Crushed Rock Surfacing: Gravel Driveway Replacement The Unit price for this item will be paid based on the number of tons ofrr� ck surface constructed at the specified widths and thicknesses and includessubgrad�;jireparation and compaction, supply and placement of specified rock,- finish grading end compaction of surface and backfilling along edges. ^^ r`5 Constriction of Culverts. ' y The unit prices for this item will be paid based on the number of liinear fect installed. Length will be measured for each size and type of pipe along the pipe centerline with no deductions for prefabricated bends or flared end sections. Measurement shall exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Trench excavation including furnishing necessary equipment. b. 'french boxes required for safety and to minimize disturbance to features to be saved. C. Exploratory digging required to determine location of existing structures or potential conflicts. d. Furnishing pipe, joint materials, and appurtenances. e. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements - f. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shalt be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. g. Dewatering trenches and excavations for pipe, including furnishing pumps, piping, well points, etc., as required. 01025-3 6. h. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. i. Repair or replacement of utility services damaged by the Contractor. Construction of Water Mains. The unit prices for construction of water mains will be paid based on the number of linear feet installed. Length will be measured for each size and type along the pipe centerline with no deductions for fittings. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL. a. Furnishing and installing pipe, joint materials and fittings (including caps and plugs), and thrust blocking. b. All water main adapters and sleeves required for installation and connections to existing water mains. C. Trench boxes required for safety and to minimize disturbance to features to be saved and or to work within allowable construction limits. d. 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. e. All trench, mole, exploratory, and hand excavation. f Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. g. 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. k. Dechlorination of flushed water entering storm sewer system. "I m y. c-, I. Temporary support of existing utility mains and service lilies: -7 nq in. Repair or replacement of utility services damaged by Conti'aclf r. r") 01025-4 n. Protection of existing valves so they are fully operational and accessible during construction. o. Connection and"Or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. 7. 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. I'he cost for auxiliary valve shall be included in the price for the hydrant. 8. Pavement Removal. The unit prices for this item will be paid based on the number of square yards of pavement removed. Removal quantities shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, and/or brick roadways, gravel driveways, parking lots, curbs and gutters, and sidewalks. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 9. Removal of Culvert Pipe. The unit price for this itern will be paid based on the number of linear feet of designated pipe which is removed as measured along the pipe centerline and includes excavation. saw cut of structures, demolition, removal, including flared -end sections, disposal of debris, and supply, placement and compaction of specified backfill. 10. Fence Removal and Replacement. The unit price for this item will be paid based on the number of stations of specified fence removed and replaced and includes measurements required to reestablish fence in proper location, removal, storage, repairs, painting or replacement of rotted or damaged portions, and replacement of fence. The amount of fence to be removed shall be approved by the. Engineer prior to the work. 11. Clearing and Grubbing. The lump sum price for this item includes all work required to cut. remove and dispose of trees 12 -inch and smaller, stumps, roots, logs, down timber, hedges, brush, shrubs, corn, crops, vegetation, rubbish and field fence within the limits of construction as directed by the Engineer. Also included is removal, salvage, relocation and replacement of mailboxes, decorative fencing planters, flagpoles, and similar other items as directed by the Engineer. [V , 01025-5 12. Topsoil, Strip, Salvage & Spread. The unit price for this item will be paid based on the plan quantity of cubic yards of topsoil stripped, salvaged and spread. Included with this item is all work required to remove topsoil from cuts, or areas to be covered by fill, preparation of vegetation, and hauling, depositing, and spreading the topsoil on areas to be seeded and sodded. Also included is mowing, plowing, blading, disking, and stockpiling. Topsoil shall be removed to a uniform 9 -inch depth. 13. Trench Stabilizing Material. 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. 14. Boring and Jacking. The unit price for this item will be paid based on the number of linear feet bored and jacked as measured end to end of assembled pipe within casing. Included with this item is excavation. jacking pit, receiving pit, boring and jacking, carrier pipe, casing pipe, casing seals, disposal of excavation and spoil material, casing chokes and field lock gaskets, supply, placement and compaction of specified backfill and connections to water mains. 15. Erosion Control.: Silt Fence The unit price for silt fence will be paid based on the number of linear feet installed at locations indicated on the plans or as directed by the Engineer and includes installation, maintenance and removal upon establishment of ground cover. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 16. Seed, Fertilize, and Mulch. 11/00 sh—d%enineerlspces-iIt01025 da 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. 01025-6 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. 1.02 SUBMIMLS: 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 proiect PART2-PRODUCTS —71 None. v ".. PART 3 -EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Bid meeting will be held on March 10, 2015 B. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work shall be substantially completed by June 26, 2015. Saturdays will not be counted as working days. Final completion (including final grading and seeding) shall be completed by October 16, 2015. The anticipated start date is April 27, 2015. Liquidated damages of $500 per day will be char,ed on work beyond the date and $500 per day will be charged on work beyond the final completion date. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to 01310-1 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. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. C. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 COORDINATION WITH UTILITIES: A. The Contractor shall work closely with the utility companies to locate and verify the presence of utilities in the construction area. 11/00 ,h -,J ng,nree 13 10 doe 01310-2 .�s SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART] -GENERAL 1.01 SUMMARY.• A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications, B_ U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control -mot specificall} addressed by the project plans. - - PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the 1DOT 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 IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The Citywill furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. -3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all tines, including non -work hours. Repair, replace and maintain as necessary. R. 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 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibilityof the Contractor. 11/00 sM1amnd\saln,&r ....... A01570.doe 01570-2 w_> ono - 7. SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. 1DOT Standard Specifications. PART 2 -PRODUCTS _7',. None. PART 3 - EXECUT[ON 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 1DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Constriction. Section 2519. Fence Construction. 3.02 EYISTINGTREES SHRURSAND VEGETATION.• A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURESANDPROPERTY.• 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 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 111100 ehsadw ineeiupec,-n10Il00 doe 02100-2 �Tj a SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART1-GENERAL 1.01 SUMMARY.• n� A. Excavating, placing, stabilizing and compacting earth, including.-trench°end cook excavation, addition of borrow and backfill, disposal of excavated niatterial, and topsoil,' strip, salvage and spread. - 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTNT D693-91, unless noted otherevise. PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4199, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. 02220-1 Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRA INA GE A ND DE If A TERING., A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow alone 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. t,=y 3.04 TRENCH EXCA 6ATIOA': N) - A. General QPi r. 1. Excavate trench by machinery to, or just below, designated subgfade. when pipe is,1 to be laid in granular bedding or concrete cradle, provided that i aterial remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints. except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non-ss�orking hours and wOen nonworking in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation I foot above top of pipe. 3. Refer to plans ror allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. 02220-2 -71 D. Excavation Near Existing Structures tti if 1. Discontinue digging by machinery when excavation approaches pipes.. coii1ints or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. E. Disposal of Unsuitable Soil The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the 1DOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contactor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. To Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots P or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 02220-3 S. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled; provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility, lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility- repairs shall be made prior to backfilling the trench. 3.05 ROCK EYCAF_9TION: A. Rock excavation will be considered Class 12 Excavation as definedcin IDO1;-Standard. Specification Section 2102.02. B. Explosives shall not be used for rock excavation. �- 3.116 BACKFILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feel of paved surfaces, including streets. sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95°r6 Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. if not Larder pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. if excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. 02220-4 C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified D. Safety Slopes Culverts beneath driveways should be replaced in the increased lengths specified in the plan set. 2. Grading from edge of driveway surface to culvert opening should be at 6:1 slope, to comply with Detail Sheet for Safety Slopes in the plan set. 3.07 UNAUTHORIZED EXCAVATION. A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 11/00 �narea��me��p�rnoz:zo ao� 02220-5 r.. SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 - GENERAL 1.01 SUMMARY.• A. Placement of silt fence and erosion control mat. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans.,Manual", latest edition. 1.03 QUALITYASSURANCE: - A. Not Used. 1.04 STORAGE: — - A. Not Used. PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4169. Erosion Control Materials. PART 3 - EXECUTION 3.01 TECHNIQUES.- A. ECHNIQUES:A. Except as amended in this document, the work in this section will conform with the following IDOT Standard Road Plans: EC -201 Silt Fence 0270-1 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Not Used. I V00 02270 at., 02270-2 rF- SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT, AND MILLING. PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare; shape, trim and compact subgrades to receive Ilot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Aspha�irpaving. C. Seat Coat. vo 1.02 REFERENCES.- A. EFERENCES:A. IDOT Standard Specifications. 1.03 QUALITYASSUR4NCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: As per IDOT Supplemental Specification 0 10 14, section 04 Quality Control Program. PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 23. Surface Courses. Section 2303 Hot Mix Asphalt Mixtures. Division 4l. Construction Materials. Section 4127. Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. 02510-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22, Base Courses Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Cleaning and Repair. Section 2213. Base Widening. Division 23. Surface Courses. Section 2303. Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. — Section 2316. Pavement Smoothness - Division 25. Miscellaneous Construction s. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement. the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE PAVED: A. Division I - Iowa City Streets - Asphalt Pavement NAME I LIMITS Melrose Ave IRcplace section for water main connection point. 3.05 PAVEMENT MILLING A. Not Used. 3.06 CLEANING AND PREPARA TION OFBASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping 02510-2 operations prior to cleaning each street on a one-time basis only. Any subsequent sweeping required will be at the Contractor's expense. 3.07 AGGREGATES A. Type. 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures. B. Gradation. 1. A'/�-inch mix shall be used on all streets and all divisions of this project. 3.08 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full -depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to'/V below the final finished grade. 'fhe street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.09 ASPHALT BINDER A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. 3.10 E.'WS'TING,S'TREETSURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durablejoint will be made between existing and proposed surfacing. 3.11 ASPHALT CEMENT CONCRETEREPAIR A. Not Used. c- _J -- ta r.. 02510-3 Ir��; nrrr9��sr�sv�:,�ryr��: r�r�i�is>.rr A. Lifts Division 1 - A V/2" depth intermediate course followed by a 1 %" depth surface course. 2. Division 2— A 2" depth base course followed by a 2" depth surface course. 3. Division 3 - A 3" depth surface course. B. Compaction Class I B compaction shall be used on all streets and divisions of this project. 3.13 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORD: A. Work shall conform to Standard Specification Section 2307 unless specified othenvise in this document. Cover aggregate shall be 'V Gradation 21. Bituminous material shall be MC -3000. Primer shall be MC -70. 3.14 STREETS TO BE SEAL COATED: A. Not Used. 3.15 PAVEMENTSMOOTMNESS: A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by the Owner. The Section 2316.05 for Schedule of Payment shall not apply to this project, there will be no smoothness incentive payment. 02510-4 --r CITY OF IOWA CITY %7. SECTION 02660 _ (Revised 2/1/2013) WATER DISTRIBUTION PARTI GENERAL 1.1 SUMMARY: A. Furnish, install and test water distribution system as indicated and specified. 1.2 REFERENCES: A. This specification references the following documents. ht 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 non -nal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus 15%. B. City of Iowa City 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. ANSFAWWA-C I I 0/A2 1. 10: Ductile -Iron and Gray -Iran Fittings, 3 -inch through 48 -inch. for Water and Other Liquids 4. ANSI/AWWA-C111/A21.11: Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSI/AWWA-C 150/A21.50: Thickness Design of Ductile -Iron Pipe WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 0210112013 Page 1 of 16 6. ANSI/Aw'WA-C15l/A21.51: Ductile -iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSFAWWA-051/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch. and 54 -inch through 64 -inch for Water Service 8. ANSI/AWWA C502: Dry -Barrel Fire Hydrants 9. ANSI/AWWA CS04: Rubber -Seated Butterfly Valves 10. AWWA 0509: Resilient -Seated Gate Valves for Water Supply Service. 11. ANSI/AWWA C510 Double Check Valve Back -low -Prevention Assembly 12. ANSI/AWWA C511 Reduced -Pressure Principal Backflow -Prevention Assemblv 13. ANSI/AWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSI,/AWWA 06001`**: Installation of Ductile -hon Water Mains and Their Appurtenances 15. ANSUAWWA C605***: Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water 16. ANSI/AWWAC651***:Disinfecting Water Mains 17. ANSI/AWWA 0900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 8 -inch for Water Distribution D. American Water Works Association: L A W WA Manual M23***: PVC Pipe -Design and Installation 2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire 1lydrants E. American Society for Testing Materials: 1. ASTM D2241 F. Manufacturers Standardization Society: L MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application G. Uni-Bell PVC Pipe Association: 02/01/2013 UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA Standard C-900. WATER DISTRIBUTION- C ITY OF IOWA CITY - 02h60 Page 2 of 16 1.3 SUBN11MLS: 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 operatign, of water distribution system. Submit 2 weeks prior to date of planned opeTation. - C. Shop, Working Drawings or Construction Plans showing: rl 1. Pipe layout with vales, fittings and hydrants shown 2. Bolts 3. Joints 4. Tapping sleeves. couplings, and special piping materials. 5. Polyethylene 6. Thrust block designs and details 7. Special backfill D. Certificates: Swom certificates of shop tests showing compliance with appropriate standard for all piping materials. L4 QUALITYASSUR4-ATCE: 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 TBIE: 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 Towa 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. ;. For review. comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities, provide 48 hours notice. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 0 210112 01 3 Page 3 of 16 PART PRODUCTS 11 All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the lova City Water Division Reference Manual. 22 DUCTILE -IRON PIPE: A. Pipe shall be AWWA C 15 I, 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 snRuct ITes 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 DUCTILE -IRON PIPE JOINTS: A. Single rubber -gasket push -on joints or mechanical joints shall conform to ANSUAWWA Cl 11/A21.11. Furnish with all necessary hardware and gaskets. B. Bell -and -spigot pipejoints shall conform to ANSI A21.6 or ANSI A21.8. C. For bolted/restrained mechanical joint use Griffin Bolt -Lok restrained joint or approved equal, (Class 53). 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. G. Nitrile gaskets shall be used in areas of Leaking Underground Storage Tanks (LUST) and as shoven on the construction drawings. 2.4 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 ANSI/AWWA C153/A21.53 or ductile standard ANSI/AWWA C 110/A21.10. Large fittings, 12 -inch through 20 - inch shall be ductile iron standard ANSUAWWA Cl IO/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 ANSI/AWWA CHH/A21.10 shall be provided. WATER DISTRIBLTION- CITY OC IOWA CITY- 02660 02!01/2013 Page 4 of 16 C. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor -Blue bolts and nuts. Verify dre gasket seats are not made irregular by improper application of the lining materials. 2.5 RESILIENT SEAT "L PTS & VALVE BOXES. A. Gate valves shall conform to ANSI/AW WA C509. 1. Valves shall be fill line size gate valves with epoxy coating inside and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi. 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 conforin 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. 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 scat rings to permit entry of the tapping machine cutters. 1. "Capping 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 furnished with all joint accessories. D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51 to 7F." lids -marked , ;.a "water", - E G WATER DIS I RIB U HON- CI'I Y OF IOWA C.1 EV - 02660 02 /0 112 01 3 Page 5 of 16 2.6 HfD24NTS: Specification standard: Type of shutoff: Type of construction: Main valve opening: Nozzle arrangement and size Nozzle thread: Type of inlet connection: Size of inlet connection: Depth of bury: Direction of opening: packing: Size and shape of operating nut: Working pressure: Color: ANSI/AW WA Standard 0502 Compression Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. 5;'4 inches 3 nozzle. two 2Y2 -inch hose nozzles and one 41'2 -inch pumper nozzle, with caps attached with chains National Standard Hose Threads Mechanical Joint 6 inch Depth of bury shall be 6 feet Open to right (clockwise) Conventional or O -Ring I'/ inch, standard pentagon 250 psi Safety Red 2.7 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 mufa anctUred to meet requirements uireents of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: 1. Shall be mechanical joint, split construction with end gaskets. manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to match the tapping valve. WATER DISTRIBUTION- CITY OF IONA CITY - 02(,60 02/0112013 Page 6 of 16 E. F 2.8 A. C, 2.9 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Required for 12" and larger pipe or under paving. 5. Shall have stainless steel orNSS Cor -Blue nuts and bolts. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 2. Shall meet the OD requirements for class A, B, C. or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). 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. GASKETS, BOLTS, NUTS, AND THREAD ROD: Mechanical joints made with: 1. Bolts: NSS Cor -Blue. 2. Stainless steel bolt studs with SS nuts on each end. All thread rod used to restrain fittings shall be stainless steel with SS nuts and 3/4" diameter. TRACER SYSTEM A. Tracer Wire for Direct Bury: 1.1 C 1. 412 AWG single solid copper conductor. 2. 30 mil high molecular weight polyethylene (LLDPE) insulation. 3. Blue in color. Tracer Wire for Directional Drilling/Boring: r.•� is 1. 412 AWG copper -clad stainless steel core. 2. 45 mil high molecular weight polyethylene (LLDPE) insulations':: 3. Blue in color. Ground Rod: 1. 3/8 inch diameter, 60 inch steel rod uniformly coated with metallically bonded Electrolytic copper. WATER DISTRIBUTION -CITY OF IOWA CITY -02660 02!01/2013 Page 7 of 16 D. Ground -rod Clamp: 4 t 1. High-strength, corrosion -resistant copper alloy. {- E. Splice Kit: 1. Comply with City of Iowa City Accepted Products for Water Distribution Materials. F. Tracer Wire Terminal Box: 1. Comply with City of Iowa City Accept Products for Water Distribution Materials. 2.10 LUb18ER: A. Lumber for bracing or supports shall be hardwood (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.11 RA TER: 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 tong as there is reasonable care to control and conserve the rate and volume used. if there is waste or carelessness, Contractor will be charged for water. PART 3 EXECUTION 3.1 REFERENCES AND DOCUMENTS: A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSI/A W WA C600 except as noted herein. C. Contractor must prepare and retain a set of "as -built' drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Examples of special buried features would be: I . Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. WATER DIS I RIBU I ION- Ct I OF IOWA CITY - 02660 02/01/2013 Page 8 of 16 3.2 RECEIVING, STORAGEAND HANDLING.- A. ANDLING.A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains of smg'lecables even if padded. ra 3. Do not attach cables to pipe unit frames or banding for 1iftiIfg C. Within the "Storage" language of AW WA M23, change "should" to ''.shall.','.. D. Within the "Handling" language of AWWA M23, change "should" to "shall." 3.3 LOCATION, ALIGNMENT, SEPARATION & GRADE. A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Contractor shall have all buried utilities located by the 1 -800 -ONE -CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5% feet. Generally, the maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main and the top of the sewer. Where local conditions prevent this vertical separation, the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one fill length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. 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. WATER DISTRIBUTION- CI I ON IOWA CITY - 02660 02!01 /2013 Page 9 of 16 F. Sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. the force main is constructed of water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the "Iowa Standards for Water Supply Distribution Systems" and 2. the sewer force main is laid at least 4 linear feet from the water main. G. Gravity sewermains shall be separated from water mains by a horizontal distance of 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 2. the sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between sewers and water mains, the sewers must be constructed of water main materials meeting both the minimum pressure rating of 150 psi and the requirements of Sections 8.2 and 8.4 of the "lowa Standards for Water Supply Distribution Systems". however, a linear separation of at least 2 feet shall be provided. H. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. 02/01/2013 1. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a 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. 4. Bring the wire to the ground surface at each fire hydrant and loop wire in a tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box, one -foot from the hydrant base. The tracer wire terminal box must be installed flush with the finished grade. if there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box", which is a ful I -size valve box, and mark the drawings appropriately. WATER DISTRIDLTION- CITY OF IOWA CITY- 02660 Page 10 of 16 3.4 PIPE BEDDINGAND BACKFILLING: A. Ductile -iron pipe bedding shall confoln, to the project plan details or as otherwise specified or directed by the Engineer. B. Trench width within the pipe envelope shall confonn to the plans or as directed by the Engineer. C. Set valves and hydrants on precast concrete bases. 3.5 PIPE RESTRAINT. c A. Thrust Restraint: 1. For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast -in-place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood to prevent shifting before placing concrete. See Iowa City Reference Manual for detail information on thrust blocks — Figure 7.1. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: Where indicated or necessary to prevent joints or sleeve couplings from Pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except Where they replace flange bolts of smaller size with nut on each side of flange. 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 TOINISAND COUPLINGS: A. Push -on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in casing with locking rubbers. B. Mechanical Joints: 1. The range of torque for tightening bolts which is indicated in ANSUAWWA WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 0 2101 /2 01 3 Page 11 of 16 2. 3 4. C600 may be somewhat affected by the temperature. On cold days, more torque may be required. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than IS inches. On PVC pipe connections to M.1 joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. Do not deflect pipe atjoint. C. Sleeve -Type Coupling: - n,w 1. Clean pipe ends for distance of 12 inches. -` 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. 3.7 TAPPED CONNECTIONS UNDER PRESSURE: A. Follow manufactUrer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name_ and address of water customer, schematic drawing, and materials of construction. 3.8 POL17ETH17LENEE1VC9SEME1NT: A. All open cut installed ductile iron pipe and fittings shall be wrapped with an S mil polyethylene encasement in accordance with ANSllAWWA C105!A21.5-99 installation methods. This includes any ductile iron laid in cul-cle-sacs or other small radius areas where PVC main could not be used. 3.9 HYDRANT INSTALLATION: A. Handle carefrdly to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, wafer, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter. C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set -back of 4 feet from the curb line is recommended. Iowa Department of Transportation (IDOT) requires a 9' setback. WA -1 FR D15T21BUCION- CITY OF IOWA CITY -02660 02/01/2013 Page 12 of 16 D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be 18 inches above finished ground. The break -off flange should e.no more than_: 6 inches above ground. There shall be no obstructions to fire hose corinectibbs. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be fin nly braced against the back of the trench wall with pre -cast cement blocks to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be finnly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break -off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as -built" drawings must be on file in the Water Division office prior to using the water supply. C. if requested by the City, the contractor will work with Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. 3.11 DISINFECTION FOR POTABLE WATER SYSTEMS: A. General 1. Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in ANSI/AW WA C651 and the following specifications. B. Special Disinfection Requirements Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. 2. The minimum uniform concentration of available chlorine used for disinfection shall be 25 mg/L. Use either the granulated/tablet or continuous feed method with modifications as described in 3. l 1 C or D below. WATER DISTRIBUTION- CITY OF IOWA CITY- 02660 02/01/2013 Page 13 of 16 3. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 10 mg/L chlorine throughout the length of main. 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 than 3 mg/I, and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than '/ of the main diameter. For 6 -inch through 12 -inch water mains, a single 2V2 -inch fire hydrant opening is adequate. Water entering stonm sewer system shall 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. C. Tablet Method of Chlorine Application — Granulated or Tablet Use ANSI/AWWA C651; however, slowly fill the main (less than 1 cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine Application 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 '/ of the main diameter. For 6 -inch through 12 -inch water mains, a single 2V -inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main completely. WATER DISTRI BUTION- CITY OF IOWA CIT Y - 02660 02/01/2013 Page 14 of 16 r-.'. C� -c" a 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 displace air with water while avoiding damage to new construction, customer services, and adjoining property due to the release of air and water. Public Works staff must be on site to assist with operation of the system valves and hydrants during this operation. 2. Open one hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fresh chlorine odor arc observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. For water main replacement only, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. B. Pressure and Leakage Tests: Conduct combined pressure and leakage test in accordance with ANSI/AW WA C600 and ANSI/AWWA C605, 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. if testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water twain full of water for 24 hours before conducting combined pressure and leakage test. �. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. WATER DIS IRIBU I [ON- CITY OF IOWA CITY -02660 02101/2013 Page 15 of 16 6. Failure to achieve and maintain the specified pressure for at least two howl with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. C. Valve Operations: All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. D. Hydrant Operations: 1. Atter 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 done by placing the hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. E. Flow Test: 0 210112 01 3 1. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine die fire flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test 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. n WATER n1S'I RInOTION- CITY OF 10VfACIrY-••-026h0 :-Page 16 of -16 Department of Public Works Iowa City Water Division (Revised 2/ 1/201 3) Accepted Products for Water Distribution Materials WATER PI PE: (Ductile) ANSI/AWWA — A21.51/CISI 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 DR18 (6" thru 10") FITTINGS: (Ductile Iron Standard) ANSI/AWWA—A21.10/CI10 3" to 24"-350 psi (Ductile Iron Compact) AWWA C153, 350 psi Clow, Tyler/Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Ful] Body Ductile Iron with Stainless Steel and/or NSS Cor -Blue Nuts and Bolts) for 12" and lamer 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, Romac SST, JCM-432 Smith Blair -665 or Cascade CST -EX 3655 with nitrile gaskets to be used in L.U.S. F. areas MECHANICAL JOINT RESTRAINT DEVICE: (Meaalu2—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 FSI. Romac SSI VALVES: (Resilient Seated Gate Vahes) ANSI/AWWA—0509 CloNw F-2640, Kermedy 8571 SS, Mueller Resilient Seat - A-2360-20, or U.S. Pipe - USPO-23-without accessories or USPO-20-with accessories-' VALVES: (Butterfly) ANSI/AWNVA C504, Class 150B Clow, Pratt, Mueller, Kennedy, M & H, DeZurik or Val -Matic VALVES: (Taiminiz) Clow— F-2640, Mueller—T-2360-16. Kennedy 8950 SS, U.S. Pipe—A USPO 16 Accepted Products for Water Distribution Materials Page 2 (Revised 2/1/2013) VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71") East ,Jordan Series 8555 & Item 666A—Range 51"to 71" HYDRANTS (4'/2" for 12" and under) (5'/d' 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 - Valvco —95E-2 %" 1D with lockable cast-ironlid— minimum 18" long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: Direct Bury: #12 AWG single solid copper conductor, 30 mil LLDPE insulation, blue in color Directional Drilling/Boring: #12 AWG copper -clad stainless steel core, 45 mil LLDPE insulation, blue in color Kris Tech, Copperhead or approved Equal GROUND ROD: 3/8" diameter, 60" steel rod uniformly coated with metallically bonded electrolytic copper GROUND ROD CLAMP: High strength, corrosion -resistant copper alloy FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and YI SERVICE SADDLES: ANSI/AWWA — C800/C900 AY McDonald 3845 Ford 202BS Smith Blair 325 with nitrile gasket to be used in L.U.S.T. areas e., r Accepted Products for Water Distribution Materials Page 3 (Revised 2/1/2013) 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 Bevinnin2 January 1. 2014 (No Lead Brass Alloys) Mueller B25209N, AY McDonald 76100Q CURB BOX ARCH PATTERN: ANSI/AWWA C800 —with stainless steel rod and cotter pin AY McDonald 5601 and 5603 with 5660SS-5' shut off rod PART] -GENERAL 1.01 SUMMARY.• A. Famish labor, materials, tools and equipment to install carrier pipe and casing pipe by boring and jacking or by similar approved methods. 1.02 REFERENCES: A. American Railway Engineering Association "Specifications for Pipelines Conveying Non - Flammable Substances," latest edition. B. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Unless otherwise specified, the methods and equipment used shall be the option of the Contractor, provided that the proposed methods and equipment is approved by the Engineer. Such approval shall in no way relieve the Contractor of the responsibility for making a satisfactory installation. Only workers experienced in boring and jacking- operations ackingoperations shall be used to perform the work. Statement of qualifications shall be submitted and approved by the F,nginecr prior to the start of work. PART 2 -PRODUCTS 2.01 CASING PIPE MATERIAL: A. Pipe: Steel pipe to be used as a casing pipe for sanitary sewer or water main shall conform to ANSI Specification 1336.10, current edition, with a minimum yield strength of 35,600 psi and nominal diameter and wall thickness as indicated on the plans. Pipes with exterior projections necessitating excavation larger than pipe body will not be permitted. B. Casing Seals: The casing seal shall be a minimum 1/8 -inch thick manufactured synthetic rubber casing end seal with stainless steel bands and fasteners. 2.02 CARRIER PIPE MATERIALS: A. Water Mail]: Ductile Iron Pipe, Class 52, Conforming to AW WA G 151, and the following: a. Mechanical joint fittings conforming to AW WA C-110 and C-111. Griffin Snap -Lok restrained joint or approved equal shall be used. 02750-1 b. Cement mortar lining for pipe conforming to AW WA C-104. C. All fittings shall be bituminous coated inside and outside. d. All water main shall be installed within casing pipes as specified including the furnishing and installation of casing chokes, 3 per every 20 -feet of pipe. B_ Casing Chokes/Spacers: HDPE Band/Panel and Riser: ASTM D 638 2.Stainless Steel or Carbon Steel Band/Panel and Riser: Type 304 stainless steel according to ASTM A 240 or carbon steel according to ASTM A 36. a. Liner: Elastomeric PVC per ASTM D 149 b. Spacer Skid/Runner: Abrasion resistant polymer with a low coefficient of friction C. Fasteners: Type 304 (18-8) stainless steel per ASTM A-.1.93.- PART `1.93 PART 3 — EXECUTION 3.01 PROTECTION OF UNDERGROUND E4CILITIE5: A. Contractor is responsible for locating all underground facilities and modifying boring operations to prevent damage to existing facilities. 3.02 JACKING EQUIPAIENT. A. The jacking head shall consist of suitable bearing pieces to protect the pipe from damage. B. The jacks shall be of ample capacity to provide more than the anticipated requirement. C. The reaction blocks shall be suitable to provide for resistance to, and distribution of, the reaction from the jacks. D. The Contractor shall take extreme caution to ensure that the jacking apparatus is strongly constructed and set and maintained in proper relative position and aligmnent, in order to minimize forces which cvotdd tend to bend the pipe, cause it to derlect from true alignment, or displace the reaction blocks. 3.03 EXCAVATIONAND JACKING OPERATIONS.- A. PERATIONS: A. Pipes shall be joined before being subjected to the jacking process, or after they have reached final position, depending on the type of pipe and nature of the joint and jointing material. B. The method of jacking, in each case, shall be approved by the Engineer. C. Bracing and backstops shall be so designed and jacks of sufficient rating such that the 02750-2 jacking can progress without stoppage, except for adding lengths of pipe, until the leading edge of pipe is at the jacking limit. D. Jacks and bracing shall be arranged such that the thrust is applied parallel with the centerline ofthe pipe and distributed equally along the jacks. E. The pressure exerted by the jacks shall be applied uniformly over the end of the pipe by a collar, or shall be distributed to a number of points around the pipe circumference by cross timbers. Application of pressure with the metal of the jack in direct contact with the pipe will not be permitted with either concrete, ductile iron or steel pipes. Suitable cushioning material shall be inserted between the jack and pipe. Spalled concrete or crumpled metal, which result in an unsatisfactory joint when the succeeding section of pipe is placed, shall be cause for rejection and removal of the damaged section. E. Once jacking has been started, it shall be continuous until completion of the jacking operations in order to reduce the possibility of a "stuck" pipe and to minimize the creep of the soil into the face, even though this may involve working outside the nonnal working hours or outside the normal working days as approved by the Engineer. The Contractor shall not be entitled to additional compensation for effort required to maintain continuous jacking operations. G. Care shall be taken during excavation and jacking operations to ensure_tliat the jacked ripe - remains true to line and grade. _. H. No open cut within jacking limits shown on the plans shall beLLpBcdritted without, authorization of the Engineer. 3.04 CASING PIPE INSTALLATION: A. Casing is not required, unless noted on plans, for pipelines 60" in diameter or greater. When casing pipe is not utilized, pipe to be bored or jacked shall be supplied with maximum wall thickness available for class of pipe specified. B. Ends of the steel pipe sections shall be beveled ends for butt welding. The casing pipe joints shall be full -circle butt -welded joint conforming to AWWA C206-75. C. Minimum limits of installation of casing pipes shall be as shown on the plans. D. When casing pipes are installed by the boring method, the pipe must be jacked through the soil as the soil is removed by the auger. Installing casing pipes through pre -bored holes after angering is completed is not permitted. Removal of material from bored holes by washing, jetting or sluicing is not permitted. E. If voids between undisturbed embankment and the outside of casing pipe result from installation work, the Contractor shall fill said voids with grout injected under pressure using approved methods. Grout placed as described shall be incidental to pipe installations and no additional compensation shall be allowed. Excavation for a limited distance ahead of forward end of the pipe will be permitted when the soil is sufficiently stable to stand without danger of caving. In this case, the hole shall be trimmed to the neat size of the outside of the pipe to reduce resistance to jacking and to maintain contact between embankment material and outside surface of pipe. In soft or 02750-3 unstable soil, the pipe shall be allowed to cut its way through the soil to avoid danger of caving and subsidence of the overlying embankment and roadways or trackage. If the pipe is metal with a corrosion -resistant coating, care shall be taken to protect said coating from damage during jacking and excavating. G. Obstructions to the progress of the pipe, such as roots, boulders or portions of former structures, shall be removed and deviations from line and grade shall be avoided if such deviation will result in ill-fitting joints. The use of explosives for removing obstructions is prohibited. H. After installation of carrier pipes within casing pipes, the annular space between the pipes shall be filled with grout in conformance with the materials specification herein. The grout shall be injected by pressure methods, in one operation. The Contractor shall submit the proposed method to the Engineer for approval prior to work. After installation of carrier pipes within easing pipes, seal the casing pipe with a casing end seal. 3.05 CARRIER PIPE INSTALLATION. - A. The carrier pipes shall be the class, type and size as indicated on the plans and specified herein. B. Carrier pipes installed in casing pipes shall be supported on shop -fabricated chokes specifically designed for this propose. Support system shall be firmly attached to carrier pipe at specified intervals. Support system components shall be installed near to, but not at, pipe joints and at other locations so that pipes are well supported. Carrier pipe joints or barrels shall not be permitted to bear directly against casing pipe. 3.06 CONTROL OF LINE AND GRADE. A. During the installation of casing pipes and carrier pipes, the Contractor shall be responsible for monitoring alignment and elevation of said pipes. The Contractor shall provide control points and reference marks for this purpose. Allowable deviations from the plan alignment and elevation are as follows: Horizontal Deviation: 0.40 ft. deviation from plan alignment per 100 ft. of installed pipe. 2. Vertical Deviation: 0.20 ft. deviation from plan elevation per 100 ft. of installed pipe. In addition, care shall be taken to assure that minimum positive grade, as determined by the Engineer, is maintained in the installed pipe. Minimum positive grade shall be determined based on maintaining minimum flow velocity (2 feet per second) at 0.8 full pipe conditions. 1 B. The Contractor shall take appropriate measures to maintain jacked installationsiwithin the above -stated tolerances. If measures require removal of newly-installedtpipes,gTemoval-of rocks, boulders or other obstructions encountered or other measures which cause a Void outside the casing or carrier pipes, said voids shall be filled with..grout iaj'ected under pressure by a method approved by the Engineer. 11/00 sM1wed'zo� nsPees-iPd n_]Aldo, 027$0-4 N I 1k f*Z1 NA FAI Tk [ Z UJ I MOW: CW1 TAM m MII e oc s n arm, v', 5 m'3. Mwlnvrlxalsxvnad NORTH Ha«R« Rx�reuart 1rL^n a 6 F NeR�.w+Att F � P 3 I a ImY uevtaaal � .. rE " �} `w --l- - PROJECTRANx1N LOCATION R °.a LOCATION MAP IOWA CITY PUBLIC WORKS DEPARTMENT WITH THE CITY CLERK 1& 1 OWA= ONE CALLSM 1-800-292-8989 www.lcwGClf®CCII.com oiwr`1„r IOWA CITY, IOWA MEC NO. 3314007 / ffi A f V t 7 R i 3 6 1 CITY OF 10ILVA CITY CITY COUNCIL MATT HAYEK - MAYOR RICK DOBYNS MICHELLE PAYNE SUSAN MIMS JIM THROGMORTON TERRY DICKENS KINGSLEY BOTCHWAY II CITY MANAGER TOM MARKUS CITY CLERK MARIAN KARR PUBLIC WORKS DIRECTOR RON KNOCHE CITY ENGINEER JASON HAVEL WATER SUPERINTENDENT EDWARD MORENO CITY ATTORNEY ELEANOR DILKES McCLURETM ENGINEERING CC'. building strong onnwrifiEY. 705 F,1 Menne Norm Fort Doage, Iowa 505D1 5155767155 kx 5155764235 1360 Mw12 1 E STREET CII l— 50325 515-964-1229 Tm515-9612370 1740 Uningar Lan. Na NE LlL.H,, 1. 52317 319-626-9090 fmc 319-620-9096 NOTICE. bm,11 1c.wru.e�nn [�id m.r.A.mrl c.�iw.LL..mlU, U..aI—, «1�1p,r-o, 1 .. nMnr N,gae or k,vrvElen mL/w Nio..rM1aenyTvv.: Fbey,arm uupe„m, anirvvrv, e,.o..savva, mbi;ll9:dv. TM.Fin a.. mvvaGlm iy rvetl by CI Si C h FBS .r mn«mPa.. e I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF IOWA ( MY LICENSE RENEWAL DATE IS DECEMBER 31, 2016 PAGES OR SHEETS COVERED BY Pat THIS SEAL: 6L -L SHEETS. ->1 SLOTHOWER ROAD WATERMAIN PROJECT Cm OF IOWA CITY, IOWA IAC 3314W7-00 IULY2014 RE11MNS Ims 0 ex MC CHECFEO BY EISISEEKUO. UA F@U)SOOIK OMNWG NO. S:Y GN—01 Ol / 27 z 4 Cd G 0 U Z w Z_ U z L-1 U-1 U V INDEX OF PLAN SHEETS SHEET DRAWING NO, NO. SHEETTITLE 1 GN -01 COVER SHEET 2 GN -02 GENERAL LEGEND 3 GN -03 UTILITY AND BID QUANTITY INFORMATION 4 GN -04 GENERAL NOTES 5 PP -01 POLLUTION PREVENTION PLAN 6 PP -02 POLLUTION PREVENTION PLAN 7 WM-01 INDEX TO WATERMAIN DRAWING NUMBERS 8 WM-02 WATERMAIN - PLAN AND PROFILE - MELROSE AVE 9 WM-03 WATERMAIN - PLAN AND PROFILE - SLOTHOWER ROAD 10 WM-04 WATERMAIN - PLAN AND PROFILE - SLOTHOWER ROAD 11 WM-05 WATERMAIN - PLAN AND PROFILE - SLOTHOWER ROAD 12 WM-06 WATERMAIN - PLAN AND PROFILE - SLOTHOWER ROAD 13 WM-07 WATERMAIN - PLAN AND PROFILE - SLOTHOWER ROAD 14 WM-08 WATERMAIN - PLAN AND PROFILE - SLOTHOWER ROAD 15 WM-09 WATERMAIN - PLAN AND PROFILE - SLOTHOWER ROAD 16 WM 10 WATERMAIN PLAN AND PROFILE SLOTHOWER ROAD 17 WM-11 WATERMAIN - PLAN AND PROFILE - SLOTHOWER ROAD 18 DE -01 WATERMAIN TRENCH DETAILS 19 DE -02 WATERMAIN TYPICAL DETAILS 20 DE -03 WATERMAIN TYPICAL DETAILS 21 DE -04 WATERMAIN TYPICAL DETAILS 22 DE -05 CULVERT SAFETY SLOPE DETAIL 23 TC -01 TRAFFIC CONTROL 24 TC -02 TRAFFIC CONTROL 25 TC -03 TRAFFIC CONTROL 26 TC -04 TRAFFIC CONTROL 27 TC -05 TRAFFIC CONTROL McCLURETM ENGINEERING CC'. building strong onnwrifiEY. 705 F,1 Menne Norm Fort Doage, Iowa 505D1 5155767155 kx 5155764235 1360 Mw12 1 E STREET CII l— 50325 515-964-1229 Tm515-9612370 1740 Uningar Lan. Na NE LlL.H,, 1. 52317 319-626-9090 fmc 319-620-9096 NOTICE. bm,11 1c.wru.e�nn [�id m.r.A.mrl c.�iw.LL..mlU, U..aI—, «1�1p,r-o, 1 .. nMnr N,gae or k,vrvElen mL/w Nio..rM1aenyTvv.: Fbey,arm uupe„m, anirvvrv, e,.o..savva, mbi;ll9:dv. TM.Fin a.. mvvaGlm iy rvetl by CI Si C h FBS .r mn«mPa.. e I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF IOWA ( MY LICENSE RENEWAL DATE IS DECEMBER 31, 2016 PAGES OR SHEETS COVERED BY Pat THIS SEAL: 6L -L SHEETS. ->1 SLOTHOWER ROAD WATERMAIN PROJECT Cm OF IOWA CITY, IOWA IAC 3314W7-00 IULY2014 RE11MNS Ims 0 ex MC CHECFEO BY EISISEEKUO. UA F@U)SOOIK OMNWG NO. S:Y GN—01 Ol / 27 z 4 Cd G 0 U Z w Z_ U z L-1 U-1 U V GENERAL LEGEND EXISTING / PROPOSED e••ss e -ss SANITARY SEWER MAIN © ® SANITARY SEWER SERVICE ss BB AIR RELEASE MANHOLE/DRAfN MANHOLE ® SANITARY SEWER FORCE MAIN e2 0 9"ST GI STORM SEWER MAIN OR CULVERT STE ST2 SECONDARY STORM SEWER MAIN ST ST SECONDARY STORM SEWER SERVICE e••w FLARED END SECTION WATER MAIN SATELLITE DISH w w WATER SERVICE WATER VALVE ® UNDERGROUND ELECTRIC 1£ BE iY CURB STOP OVERHEAD ELECTRIC OffE WATER METER MANHOLE T T UNDERGROUND TELEPHONE O ® UNDERGROUND FIBER OPTIC En E9 ro >� UNDERGROUND CABLE TV n 0 0 GAS MAIN OR SERVICE - - - - --------- 0. CONTOUR LINES INTERMEDIATE KT # CONTOUR LINES INDEX 0 -- -------- ---'-'-"- PROPERTY LINE / LOT LINE -- -- --- Q --- SECTION LINE TRAFFIC SIGNAL BOX ----..-.- --'-'---'- Q - EASEMENT Q ® GUARD RAIL OT 0 —X—X— —X ❑, FIELD FENCE —X QQ ® o CHAIN LINK FENCE ❑,x 0 B 0 0 0 0 a o WOODEN FENCE GAS VALVE - --- ROAD CENTERLINE — GRADING LIMITS — CONSTRUCTION LIMITS As AG LINE ------- WATERWAY FLOWLINE ------------------ TOP OF SLOPE ----------------------- BOTTOM OF SLOPE — x x — x — x SILT FENCE X X X X X REMOVAL HATCH GRASS GRAVEL DRIVE ® DIRECTIONAL BORING ROADWAY REMOVAL AND REPLACEMENT EXISTING / PROPOSED Gs GS SANITARY SEWER MANHOLE © ® SANITARY SEWER CLEANOUT ® Q AIR RELEASE MANHOLE/DRAfN MANHOLE ® 0 STORM SEWER MANHOLE 0 Q STORM SEWER CLEANOUT ® ❑ STORM SEWER INTAKE ® MONITORING WELL STORM SEWER BEEHIVE INTAKE > > FLARED END SECTION SATELLITE DISH FIRE HYDRANT wv pd w' D4 WATER VALVE ® e WATER VALVE MANHOLE °cP iY CURB STOP WATER METER MANHOLE YARD HYDRANT O ® ELECTRIC MANHOLE / VAULT ❑E C1, ELECTRIC PEDESTAL / TRANSFORMER >� w OUTDOOR ELECTRIC POWER OUTLET to Rt POWER POLE As 0. POWER POLE w/ STREET LIGHT KT # STREET LIGHT POLE 0 o GUY WIRE Q TRAFFIC SIGNAL Q ae TRAFFIC SIGNAL BOX Q Q TRAFFIC SIGNAL MANHOLE / VAULT Q ® RAILROAD CROSSING SIGNAL OT 0 TELEPHONE MANHOLE / VAULT ❑, ❑, TELEPHONE PEDESTAL QQ ® CABLE TV MANHOLE / VAULT ❑,x CIw CABLE TV PEDESTAL a A GAS VALVE = CONCRETE DRIVE = A.C.C. PAVING ®DRIVEWAY REMOVAL AND E CHIP SEAL REPLACEMENT EXISTING / PROPOSED O T/S BC TC FL CL C F E TOP BOT EP MCCLURFm ENGINEERING CO, building strong commur.:4- 705 Flm Aram. Nw ron UWn., — w501 515 576-7155 h. 5i5 576-4235 1360 NW 121d5THFT Ow.,I— 50325 515-964-1329 lax 5'.5-964 2370 1740 U.Io,er Lnna Nonh Uh.mr, ,1.52317 319-626-9090 (ax 319-626-9695 d6'.IM�+d 1'"baiNl �pohlennwh�d ary vom mblla•M...Ylen>Sp„airo0en;eMd. ®"9a^tleriex enM1bn1m1, Y •-.a' mi c'... e U .Iu,smdl «»~ 6 i. :-J IRON PIN FOUND DRAWING NUMBER • ,y TOP OF SLAB BACK OF CURB TOP OF CURB FLOWLI NE CENTERLINE CUT FILL OFFSET TOP OF SLOPE BOTTOM OF SLOPE EDGE OF PAVING GENERAL LEGEND SLOTHOWER ROAD WATERMAIN PROJECT CITY Of IOWA CITY, IOWA IAC 3314007-00 JULY 3614 B.vINeoa r., 11 BOLLARD (BUMPER POST) -r ROADWAY SIGN ® MAILBOX �1 WELL L;�tr DECIDUOUS TREE �12 EVERGREEN TREE ( SHRUB OR BUSH TREE OR SHRUB LINE STUMP MONITORING WELL qo SOIL BORINGS FLAG POLE SATELLITE DISH ►- SLOPE INDICATORS CONTROL POINT BENCH MARK SECTION CORNER IRON PIN SET MCCLURFm ENGINEERING CO, building strong commur.:4- 705 Flm Aram. Nw ron UWn., — w501 515 576-7155 h. 5i5 576-4235 1360 NW 121d5THFT Ow.,I— 50325 515-964-1329 lax 5'.5-964 2370 1740 U.Io,er Lnna Nonh Uh.mr, ,1.52317 319-626-9090 (ax 319-626-9695 d6'.IM�+d 1'"baiNl �pohlennwh�d ary vom mblla•M...Ylen>Sp„airo0en;eMd. ®"9a^tleriex enM1bn1m1, Y •-.a' mi c'... e U .Iu,smdl «»~ 6 i. :-J IRON PIN FOUND DRAWING NUMBER • ,y TOP OF SLAB BACK OF CURB TOP OF CURB FLOWLI NE CENTERLINE CUT FILL OFFSET TOP OF SLOPE BOTTOM OF SLOPE EDGE OF PAVING GENERAL LEGEND SLOTHOWER ROAD WATERMAIN PROJECT CITY Of IOWA CITY, IOWA IAC 3314007-00 JULY 3614 B.vINeoa r., 11 Jms KJC CME a 111L.soon wo. rFIELOBOOK JA GN -02 02/27 EXISTING UTILITIES NOTE THESE EXISTING UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS AND THEREFORE MUST BE CONSIDERED APPROXIMATE ONLY, IT IS POSSIBLE THERE MAY BE OTHERS. IT IS THE CONTRACTORS RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGING THEM. NO CLAIMS WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. UTILITY AND EMERGENCY TELEPHONE NUMBERS CITY OF IOWA CITY, IOWA PUBLIC WORKS - ENGINEERING DIVISION ...................... ... (379) 356 - 5140 PUBLIC WORKS - STREETS AND TRAFFIC ENGINEERING ................ (319) 356 - 5181 WATER DIVISION..........-.�.....................................(319)356 - 5160 WASTEWATER DIVISION. ...... ................................... (319) 356 - 5170 POLICE DEPARTMENT Traffic Control BUSINESS .......................................................(319)356-5275 LS EMERGENCY .................................................... 911 FIRE DEPARTMENT SY BUSINESS......... ....._..... ...............................(319)356 - 5269 EMERGENCY ..................................... ....... .. .. 911 IOWA ONE CALL (UTILITIES) .......... ............................. ...... (800) 292 - 8989 MID AMERICAN ENERGY ....... .... ........................ .............. (888)427- 5632 IOWA NETWORK SERVICES (INS) ........................................ (515) 830 - 0110 MCI WORLDCOM . .................. _ .................. ... ...... - ...... (319) 358 - 1109 MEDIACOM IOWA CITY, ............... . ... (319) 351 - 0408 .� CENTU RYLINK LOCAL NETWORK ............. ........................... (319) 357 - 2242 WATERMAIN PROJECT SLOTHOWER RD BID TAB BID ITEM NO. DESCRIPTION QTY UNIT 1 Mobilization 1 LS 2 Traffic Control 1 LS 3 Asphalt Cement Concrete Pavement & Driveways 25 SY 4 Crushed Rock Surfacing: Gravel Driveway Replacement 7 TON 5 Construction of Culverts: 18" CMP 40 LF 6a Construction of Water Mains: 164nch DIP 3040 LF 6b Construction of Water Mains: 124nch DIP 270 LF 6c Construction of Water Valves & Hydrants: 164inch Butterfly Valve 12 EA 7a Construction of Water Valves & Hydrants: 124nch Gate Valve 5 EA 7b Construction of Water Valves &Hydrants: Hydrant with Auxiliary Valve 9 EA 8 Pavement Removal 100 SY 9 Removal of Culvert Pipe 40 LF 10 Fence Removal and Replacement 360 LF 11 Clearing and GrubUng 1 LS 12 Topsoil, Strip, Salvage & Spread 600 CY 13 Trench Stabilizing Material 50 TON 14 Boring and Jacking 42 LF 15 jEroslon Control: Silt Fence 750 LF 16 ISeed, Fertilize, and Mulch 1 LS MOIII M% McCLURE' ENGINEERING CO. building strong cnemna n"'., 705 9,0A,,o,, N.1, rare D.d.e, m... SM01 5155769155 fox 515964235 1360 FW 121nS-Rf Cl -,Iowa 50325 515-9641229 fav 515-9642370 1146U II,,ar Lane Nonh L@erry, low. 52317 319-626-9090 fan 319-626.9095 !,+fmn ugmxn.9 <aamnv w„rt wY.ntl,l Senn m Irdm. ro.=e vl,.,, ;a-m:,no..,, ma gin. oll..,a UTILITY AND BID QUANTITY INFORMATION SLOTHOWER ROAD WATERMAIN PROJECT C" OF IOWACIJY, IOWA 11331 400700 JULY 2014 UI -NrNlls Ik'4WN BV JMwC O`11xo" 111Feoon no. UA NELOBOOR "1o. GN -03 03/27 e' '1 t:s SLOTHOWER ROAD WATERMAIN PROJECT C" OF IOWACIJY, IOWA 11331 400700 JULY 2014 UI -NrNlls Ik'4WN BV JMwC O`11xo" 111Feoon no. UA NELOBOOR "1o. GN -03 03/27 GENERAL NOTES: 1. THE LOCATION OF KNOWN EXISTING UNDERGROUND UTILITIES ARE SHOWN ON THE PLANS AND ARE BELIEVED TO BE ESSENTIALLY CORRECT. NO GUARANTEE IS MADE RELATIVE TO THE COMPLETENESS OR ACCURACY AND THE CONTRACTOR IS REQUIRED TO CONTACT THE REGISTERED UTILITY PROTECTION SERVICE AND THE OWNERS OF EACH UNDERGROUND UTILITY FIXTURE/SYSTEM SHOWN ON THE PLANS AT LEAST THREE WORKING DAYS PRIOR TO COMMENCING CONSTRUCTION IN ANY AREA. 2. ALL EXISTING UTILITIES, SERVICES, POLES, AND CONNECTIONS SHALL BE PROTECTED AT THE CONTRACTOR'S EXPENSE. IF DAMAGE IS CAUSED BY CONSTRUCTION TO ANY EXISTING UTILITY, THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE REPAIR OR RESTORATION OF SAME, IN ACCORDANCE WITH THE DIRECTIONS OF THE ENGINEER. 3. THE CONTRACTOR SHALL EXPOSE ALL UTILITIES, OR STRUCTURES PRIOR TO CONSTRUCTION TO VERIFY THE VERTICAL AND HORIZONTAL LOCATION OF THE UTILITY, OR STRUCTURE AND ITS EFFECT ON THE NEW CONSTRUCTION. THE CONTRACTOR SHALL COORDINATE HIS WORK WITH THE UTILITY OWNER. THIS SHALL BE INCIDENTAL TO PROJECT. 4. MAINTAIN OSHA SEPARATION REQUIREMENTS FOR CRANE AND BACKHOE OPERATIONS WORKING WITHIN THE VICINITY OF ENERGIZED PRIMARY CONDUCTORS. TEMPORARY RELOCATION OF ELECTRICAL UTILITIES, INCLUDING RESTRAINT OF POLES, RELOCATION OF POLES, AND RUBBER COVERING OF ENERGIZED CONDUCTORS MAY BE REQUIRED. THE COORDINATION AND COST OF THESE SERVICES IS THE RESPONSIBILITY OF THE CONTRACTOR. THE CONTRACTOR MAY RESTRAIN POLES IF THE METHOD OF SUPPORT HAS BEEN SUBMITTED TO AND APPROVED BY THE UTILITY OWNER. 5. ANY EXISTING PROPERTY CORNER PINS OR MONUMENTS DAMAGED OR DESTROYED BY CONSTRUCTION SHALL BE RESET BY THE CONTRACTOR AT THE CONTRACTOR'S EXPENSE UPON COMPLETION OF THE PROJECT AND PRIOR TO FINAL PAYMENT. A CERTIFICATION SHALL BE FURNISHED BYA REGISTERED SURVEYOR, STATING THAT SAID PINS AND MONUMENTS HAVE BEEN RESTORED. 6. ELEVATION BENCHMARKS! CONTROL POINTS ARE SHOWN ON THE PLANS. THE CONTRACTOR SHALL FIELD VERIFY ALL EXISTING ELEVATIONS AND DIMENSIONS AND MAKE ADJUSTMENTS ACCORDINGLY UNDER THE DIRECTION OF THE ENGINEER. 7. THE CONTRACTOR IS RESPONSIBLE FOR DISPOSAL OF ALL CONSTRUCTION DEBRIS INCLUDING, BUT NOT LIMITED TO, EXCESS SOIL, ROCK, OR ANY OTHER TYPE MATERIALS. THE CONTRACTOR SHALL NOT FILL ANY WETLANDS, LOW LANDS, FLOOD PLAINS, OR DRAINAGE WAYS WITH SAID DEBRIS WITHOUT OBTAINING PROPER APPROVALS, PERMITS, LICENSES, ETC. FROM LOCAL, STATE, OR FEDERAL AGENCIES. 8. ALL DISTURBED AREAS OUTSIDE OF THE WALKS, DRIVES, AND STRUCTURES SHALL BE SEEDED AND MULCHED AFTER THE AREAS HAVE BEEN FINISHED, GRADED, AND TOPSOIL HAS BEEN ADDED. FINAL SEEDING AND MULCHING SHALL BE IN ACCORDANCE WITH IOWA DOT SECTION 4169, "EROSION CONTROL MATERIALS". 9. THE CONTRACTOR SHALL MAINTAIN ALL ROADWAYS BEING USED NEAR THE CONSTRUCTION SITE AND RETURN TO ORIGINAL CONDITION OR BETTER. 10. RESTORE DISTURBED AREAS TO PRE -CONSTRUCTION CONDITION OR BETTER. 11. CONTRACTOR SHALL PROVIDE ONE MARK-UP SET OF RECORD DRAWINGS TO THE OWNER AT THE COMPLETION OF THE PROJECT. THE MARK-UP SET MUST BE NEAT AND LEGIBLE AND MUST DOCUMENT ALL DEVIATIONS FROM THE ORIGINAL CONTRACT DOCUMENTS. 12. ANY EXCAVATION BENEATH NEW OR EXISTING DRIVE AREAS OR SIDEWALKS SHALL BE BACKFILLED WITH CLASS W CRUSHED STONE PER CONTRACT DOCUMENTS SPECIFICATION SECTION 02220, PART 3.06B. WORK SHALL BE INCIDENTAL. SLOTHOWER ROAD WATERMAIN PROJECT OW OF IOWA CITY, IOWA IAC 3314007-00 JULY 2014 JIxE Jms "K1cW nno worcw. UA GENERAL NOTES (CONT.): Mc C L U R E m 13. SEE SPECIFICATIONS FOR SUBSURFACE EXPLORATION REPORT INCLUDING SOIL ENGINEERING C O. BORING LOGS. building strong couununllias. 705 Fin, Awns Nar 14, NOT USED. Fon Dodge, lo, 50501 515-57&7155 h.515d16-aa95 15. DISPOSAL OF TREES AND/OR CLEAR AND GRUB DEBRIS SHALL BE IN ACCORDANCE 1363NW 1n„5rReer WITH IOWA DOT STANDARD SPECIFICATIONS 2101.03.0 THRU 2101.03.F. s., 1. e-50225 ra. 515-9e4-2320 16, WATER MAIN SHALL HAVE A MINIMUM COVER OF 5 FEET 61NCHES UNLESS SHOWN 17O Nninger Lane OTHERWISE. Nord L b.M, Iowa 52917 319.6264090 1.. 3194264095 17. AT SANITARY SEWER AND STORM CROSSINGS, WATER PIPE SHALL BE LOCATED SO -- BOTH JOINTS WILL BE AS FAR FROM THE SEWER CROSSING AS POSSIBLE. ^ `�T^^° -"•^`^'°^"°" 18. A MINIMUM 18 -INCH VERTICAL CLEARANCE (MEASURED OUT -TO -OUT CLEAR) BETWEEN °m'•"°^'''I"^"'^°^''""J'"""'^a^')° ANY NEW WATER LINE AND ANY EXISTING STORM SEWER OR CULVERT MUST BE ^`°^'°^`°°- °-°"'^"�•N�°^ MAINTAINED. Ca+ Hr: I- "n ...... 19. A MINIMUM 10 -FOOT HORIZONTAL SEPARATION (MEASURED OUT -TO -OUT CLEAR) "°°^'°�^°'"°'^a••°w^'r•'^°mm°^^=• BETWEEN ANY NEW WATER LINE AND ANY EXISTING SANITARY SEWER MUST BE roe Mv4bm ena�^^^5�°^°°m MAINTAINED. 20. A MINIMUM 18 -INCH VERTICAL CLEARANCE (MEASURED OUT -TO -OUT CLEAR) BETWEEN ANY NEW WATER LINE AND ANY EXISTING SANITARY SEWER MUST BE MAINTAINED. 21. PROVIDE TRACER WIRE WITHIN PIPE TRENCH PER STANDARD DETAILS SHOWN ON DE SHEETS. 22. FINAL LOCATION OF HYDRANTS AND VALVES SHALL BE DETERMINED BY ENGINEERIOWNER IN FIELD. 23. TRENCH STABILIZATION MATERIAL SHALL BE USED ONLY WHEN DIRECTED BY ENGINEER. TRENCH STABILIZATION MATERIAL SHALL BE PER IOWA DDT SECTION 2552, "TRENCH EXCAVATION AND BACKFILL" PART 2552.02.D. 1. GENERAL NOTES 24. CONTRACTOR TO COMPLETE WORK WITHIN FUTURE R.D.W. ALONG SLOTHOWER ROAD WITHOUT IMPACTING ROADWAY SURFACE. USE TRENCH BOX AS REQUIRED. 25, UPON COMPLETION OF DISINFECTION OF WATERMAIN, THE WATER FLUSHED FROM SYSTEM SHALL BE DECHLORINATED AND DIRECTED TO THE STORM SEWER SYSTEM WITH THE COUNTRY CLUB ESTATES DEVELOPMENT OR TO A STORAGE TANK PROVIDED BY CONTRACTOR. LOCATION OF THE NEAREST STORM MANHOLE IS SHOWN ON DWG. WM-01. WATER USED FOR PRESSURE TESTING AND FLUSHING OF HYDRANTS ALONG PROJECT CORRIDOR SHALL BE DECHLORINATED AND DISCHARGED TO DRAINAGE DITCHES AS COORDINATED WITH ENGINEER. — SLOTHOWER ROAD WATERMAIN PROJECT OW OF IOWA CITY, IOWA IAC 3314007-00 JULY 2014 JIxE Jms "K1cW nno worcw. UA FIELD900K G1. 5":fTNO. GN -04 04/27 POLLUTION PREVENTION PLAN PROJECT AREA DESCRIPTION STABILIZATION AND STRUCTURAL PRACTICES MATERIAL MANAGEMENT PRACTICES CERTIFICATION STATEMENTS 000-I 'I'imilitl The work generally consists of installation of approximately 1. STORM WATER MANAGEMENT 3,000 LF of new 16-inoh apartment, and associated Storm water drainage will be provided with drainage Following are the material management practices that are to be used on site to reduce the risk of spill or other I certify, under penally of law, that I understand the terms and a amm�s of the C appurtenances and final surface restoration. The project is sables. Silt fence may be used to temporarily accidental exposure of materials and substances to storm water runoff. general oniand Pollutant Discharge Elimination System (NPDES) permit mal M C L U R Eno located along Melrose Ave. SW and Slothower RD SW in the check flows on site. autnadzes the storm water diacnorgae aaeaPialed with induetdal acdNly from the city of Iowa City, low.. GOOD HOUSEKEEPING construction site as part of this aerufication. Further, by my signature, I ENGINEERING C o. 2. PERMANENT STABILIZATION PRACTICES 1. Store onlyenough product on site to complete the project. 9 P P P 1 onesrstand that I am becoming a co -permittee. Plan, kith the amen Pod other commeatwo and aubcomtecons signing I cMiflections, to the Iowa Department building strong cwnmoellies. EXISTING SITE CONDITIONS Permanent seeding and planting of all disturbed 2. All materials that are to be stored on site shall be kept in a neat and orderly manner in their appropriate containers, of Natural Resources NPDES General Permit No. 2 For'Stann water Discharge The project area is an agricultural area. areas by seeding fertilizing, and mulching shall be clearly marked and under a roof if possible. Assoahm with Industria Activity For Construction Activities of the identified site. los rim A•. -Nash completed after final grading is finished. This shall 3. Products are to be kept In their original manufacturer's container with the original manufacturer's label. Ad a ca -permittee, I understand that I, and my company, are legally requlmd under Pon mod, aka 50501 occur in a time of year that is appropriate for 4. Substances will not be mixed with one another unless recommended b the manufacturer, y the piece Soler Act and the code of mea, to ensure c.pedicae with the terms 515 5161155 Ian 515-576.d235 AREA DISTURBED 8Y CONSTRUCTION ACTIVITY seed germination. All vegetation in areas not 5. Whenever possible, all the contents of o products container will be used up before disposing of the the dna conditions me storm .mer Prevention plan deaelopad ender fife This project contains 1.25 acres, of which approximately 1.25 disturbed during to construction is to be er manufacturer's container. d s NPIi9. NPDES Darmit and the terms of this NPDES permit. Isco rvw lzlrt srkeEr acres will be disturbed by construction activity as a part of maintained. 6. Manufacturers' recommendations for proper use and disposal shall be followed. Che,: -50325 this plan set. It is the intent of the owner to seed and reach final stabilization prior to November of 2614. 3. TEMPORARY STABILIZATION PRACTICES 7. The site superintendent will inspect the site for proper use and disposal of materials every day. Signe 515 96n fps Y5 -964b370 9 If construction activity ceases after strip and HAZARDOUS MATERIALS 17"Uria ar Lea. NATURE OF CONSTRUCTION ACTIVITY stockpiling for more than 21 days, temporary seed The following practices are to be used to reduce the risk associated with the use of hazardous materials: CdEI Nwrb Mberty, mora 52317 Construction activity will generally consist of the following; and mulching shall be placed no more than 14 319-626-9090 Installation of perimeter erosion control, topsoil removal & days after construction ceases. Silt fence may be 1. Products will be kept in their original containers unless the containers are not resealable. Address: Now 319-62&9095 stockpiling, water main installation, sanitary sewer installotier, used to temporarily check flows on site and help 2. Original labels and material safety data will be saved for future reference. asphalt paving, final grading and final seeding. protect intakes and manholes on site. Any area 3. surplus product must be disposed of, manufacturers' or local and State recommended methods for proper disposal nor" w<ti"•s,er,-,=a comer«:.,..r °.a •n where flows o off site, silt fence shall be laced 9 P will be followed. w phone ®: .,,..n,In°.e RUNOFF COEFFICIENT on the perimeter of the site prior to any grading The runoff coefficient following complete construction takinglace. Frequent watering of the rade on p g g g PRODUCT SPECIFIC PRACTICES Dates nuui° Hit- m,.io e,Hr.a•iou.baai. o„er,.bm«ro..,,o�,,..., includingbuilding and site devclo meet is expected to be 9 P P 0.68. site shall also practiced to minimize dust 1. Petroleum Products: All on site vehicles will be monitored far leaks and shall receive regular preventative maintenance ^^^^^x • �p ••r.�,, «,_•_, .,..,,ea,..,, ,s1.,, ,.. a,:+<e•;. e. p Dilution on site. to reduce the chance of material leakage. Petroleum products will be stored in tightly sealed containers which are SITE MAP 5. OTHER CONTROLS clearly labeled. Any asphalt substances used on site will be applied according to manufacturer's specifications. Any Sig�em A complete site ma can be found an Drawing WM-07. A P p 9 All disposal of construction materials and wastes on site petroleum storage tanks shall be located on an impervious surface and shall be maintained to prevent rrs pan °rlollorm , minme4e n•,••.a er mrcw,.era•..,.°ace...,mr. General Location map for the project can be found on shall follow all local, State and Federal any leakage. .,a,a.•...n•.,n.,, o..as., i,,.r m°,.., Drawing GN -01, is contractor for disposal of such materials. The contractor Is 2 Fertilizers- Fertilizers used will be applied only In the minimum amounts recommended by the manufacturer. Once pompano e.n��,pa cameo;"""' also responsible for the construction and applied, fertilizer will be worked into the soil to limit exposure to any storm water. Storage of fertilizers shall be in RECEINNG WATERS maintenance of a temporary gravel entrance into its original manufacturer's container and under a covered shed whenever possible. Contents of any partially used bog Address: Receiving waters to the South: Old Man's Creek then East to the project to minimize the amount of off site or container shall be placed into resealable bags or containers when not being used. Iowa River, tracking from the site. The bordering roods shall 3. AarkUltural Activities: Runoff from agricultural lands may contain chemicals including herbicides, pesticides, fungicides, be inspected daily and any tracking shall be and fertilizers. Existing farming erosion measures shall be left in place where feasible to help reduce the Phone cleaned up immediately. Any trucks hauling effects of these runoffs. CONTROLS material into or out of the site shall be covered 4. Pgints Paint Solvents and Cleaning Solvents: All containers will be tightly sealed and stored when not in use. Excess !11111111's, Controls will generally consist of those specific Items as by a tarpaulin to reduce any material spillage. point will not be discharged to the storm sewer system or into any drainage ditch. Excess paint will be properly _ depicted on the site map and are the responsibility of the disposed of according to manufacturer's or local and State regulations. contractor/subcontractor responsible far the installation of MAINTENANCE/INSPECTION 5. Concrete Wastes: Concrete trucks will be allowed to washout or discharge surplus concrete at specified location on S'xnsd: these centrals. These controls shall meet the requirements All site controls shall be maintained in good site that will minimize the potential for storm water contact with these materials. The waste concrete shall either of the project specifications as accepted by the City of Iowa working order by the contractor until final be disposed of as non -hazardous wastes or broken up and used on site in appropriate manner. City. Endowing is a sequence of construction and the stabilization is reached for the specific area a 6. Solid and Construction Wastes: A construction dumpster is to be located on site in the designated staging area. All Compon, corresponding erosion control methods that are to be used. control has been placed for. Maintenance shall be waste construction debris and materials are to be placed into the dumpster an site and are not to be buried on done as required following site inspections, and site. This dumpster is to be emptied once a week or as construction needs required. Addres SEQUENCE OF CONSTRUCTION ACTIVITIES AND shall be accomplished within a 24 hour period from 7. Sanitary Wastes: A portable rest room facility is to be located in the designated staging area at oil times unless an STABILIZATION PRACTICE notice. All maintenance shall be recorded in the approved equal is available. Wastes shall be collected and disposed of as required by all local, State, and Federal Lag Book, Following are maintenance and regulations. Phone A 1. PRIOR TO ANY WORK ON 51TE inspection practices to be used on this project: POLLUTION Perimeter silt fence is to be installed before any work on 1. All control measures will be inspected once a week. SPILL CONTROL PRACTICES The contractor is responsible for the training of all personnel in proper use and spill cleanup of oil materials used in the Date: PREVENTION site is started. Also a construction staging area is to be constructed on site in a location that is minimally affected 2. All erosion control measures shall be kept in work they are completing. If a spill occurs, no storm water contact will be allowed and the spill is to be cleaned up PLAN by storm water runoff. This Is the location that all good working order; if a repair is necessary, Immediately. If storm water contact does occur, the storm water is to be contained on site and disposed of in a manner construction materials shall be stored. A description of the it will be initiated within 24 hours of the P 9 that meets all local, State, and Federal regulations. In the case of a materials III the following practices will be followed: Signed: materials anticipated an site can be found in this Pollution Prevention Plot,. report. 3. Sediment buildup shall be removed when the 1. Manufacturers recommended methods for spill cleanup will be clearly posted an site and site personnel will be made sediment height is J the height of silt fence aware of the cleanup procedures and the location of the cleanup supplies. Company. 2. TOPS04L STRIPPING or higher. 2. Materials and equipment necessary for spill cleanup will be kept in the material storage area on site. Equipment and is Check to make sure all silt fencing is in place and in goad 4. Silt fence will be inspected for accumulation materials will include but are not limited to brooms, dust pans, mops, rags, gloves, goggles, kitty litter, sand, sawdust, Address: working order. Topsoil shipping is to occur only if trench of sediment, fence tears, proper fence and plastic and metal trash containers specifically for this purpose. work is to commence in 14 days of less of this phase. attachment and that fence posts are securely 3. All spills will be contained and cleaned up immediately after discovery. Phone k k Clear all areas of will be affected construction activity. attached to the ground. The sediment basin, 4. The spill are will be kept well ventilated and personnel will wear appropriate protective clothing to prevent injury during � 1 e. No materials are to be buried on site. All waste materials a if present, shall be inspected for movement the spill cleanup. P P' are to be disposed of as outlined in this SWPPP. buildup and sediment shall be removed when 5. Spills toxic hazardous materials will be reported to all appropriate State and local government agencies Date: FV - it reaches 10% of the design capacity or le iz of size. The job contractor is responsible for contacting the EPA if any spills are of o size that is larger than _ ._ 3. ROUGH GRADING after the ob Is coal lete. j p the than the quem Edies outlined by federal regulations. (EPA National Response Center. t-800-424-8802 or PLAN CHECKLIST --- Check to make sum all perimeter silt fencing is in lace and P 9 � p 5. Any diversion dikes that are used shall , In good working ander following topsoil stripping. inspected and any breaches shall be corrected me If the s426exceed. 6. If the spill exceeds reportable quantity, the SWEET will be modified in no less than 14 Joys from the inspection _ Drainage Patterns Construction of any diversion dikes and/or mfr basins err to immediately. reports recording and shall reflect all the changes erasion control measures that were enacted due to this spill, he constructed first to prevent any erosion From leaving the 6. Temporary and permanent seeding and el Also the SWEEP shall record a description of the release, an explanation of why the spill occurred, a description of Approximate Slopes after Major Grading site. After completion of rough grading, all interior silt fence planting shall be Inspected for healthy growth, measures enacted to prevent any future spills and/or release of materials and method of spill cleanup used and or other erosion control measure is to be installed. Any area bare spots and any washouts. procedures of disposal of the material. Area of Soil Disturbance that is not to be disturbed during utility construction or 7. A maintenance inspection report will be made 7. The site superintendent Is responsible for day-to-day site operations and will be the spill prevention and cleanup paving to be permanently seeded within 14 days of after each inspection and will be recorded in coordinator. He or she will designate at least three other site personnel who will receive spill prevention and cleanup _ Outline of areas which wont be disturbed completion of rough grading. the inspection log for the project. training. These individuals will each become responsible for a particular phase of prevention and cleanup. The names The contractor is responsible for selecting a of responsible spill personnel will be posted in the material storage area and in the office trailer on site if one is _ Location of major structural and non-structural controls 4. WATER MAIN CONSTRUCTION qualified qualified inspector to complete the Inspection present. SLOTHOWER ROAD Check to make sure all silt forcing and other erosion control and reports as outlined. This person is to be _ Areas where stabilization practices are expected to occur WATERMAIN PROJECT measures are in place and in good working order following knowledgeable in the erosion control methods NON -STORM WATER DISCHARGES sanitary sewer construction. Install water main and place being used in this project and shall be Surface Waters permanent seeding on any areas that are not to be capable of assessing the effectiveness of It is expected that the fallowing non -storm water discharges will or possibly will occur from the site during construction. _ CITY OF IOWA CITY, IOWA t.intha activity. Any water main disturbed by future cted these erosion control methods on site as well By IONS standards these discharges cannot come into contact with pollutants either before or after discharge onto the Storm water discharge locations IAC 3314007-0a flushings will be directed so that all discharges pass through so as the maintenance practices required for site. All discharges will be directed to the sediment basin on site if one is used. _ the silt basin, if one is constructed.derand these methods. penalty of law document attwere JULY zOu 1. Water from water mole flushings re bred and or supervision preparedu preparedmydi and in accordance wed a system 5. FINAL INVENTORY FOR POLLUTION PREVENTION PLAN 2. Water from any vehicle Andre building wash downs excluding any detergents. assure that qon designed toe qualified pers nnel popertygatred and xevlslous Check to make sure all silt fencing and other erosion e sure The materials or substances listed below are 3. Pavement wash waters where no spills or leeks of toxic or hazardous materials have occurred. information ation Basel on evaluated the information submitted. Based an my inquiry of the person or inquiry of the ' control measures are in place and in good working order expected to be present an site during construction 4. Uncontaminated ground waters from dewatering excavation. persons who manage the system, or those persons directly responsible ' following utility construction. Remove all interior erosion of this project. 5. Water used to fight fires on site. for gathering the Information, the information submitted is, to the best of control measures long enough to complete final grading, 1. Concrete 6. Foundation or footing drains where the discharge has not been exposed to contaminants. my knowledge and belief, true .accurate, and complete, l am aware that ' being sure to reinstall all measures until final stabilization 2. Detergents 7. Irrigation sprinklers there are significant penalties for submitting false information, including is met. Once seeding has been completed all erosion 3. Fertilizers B. Air conditioning condensate. the possibility of fine and imprisonment for knowing violations. control measures can be removed and the silt basin can 4, Petroleum Based Products .. swese osaw,+on be cleaned out and removed. 5. Cleaning Solvents DISCHARGES FROM ASPHALT AND CONCRETE PLANTS /_ We KID 6. Wood No asphalt or concrete plants are anticipated for this project site. ORADNG OUANTITIC$ UNADJ118TED ww'N a aY Cain ram ecorc Na. 7. Masonry Black 9' al rc JA FIELDFOOK 8. Solids and Construction Wastes a. Pesticides AREA DISTURBED = 1.25 Acres .M a {� r ,N osAwirvc No seen mo. mow` PdntPad, T PP -01 05 / 27 "dowannind INSTALL WEATNERPRooF FOR DOCUMENT STORAGE �J I'U ------ - -- - -- - - -- - - _ �_.. - - -� _ 4 G I N F rY I ti > (. 0 $-0� building strong .c t _ Po)InFS OFoMdtlA.vw1.waraal 51S5)6)5 %ti515.5)6JR35_ `-- _'_-i-..T_ -_— _ --•-.k- •.. !___ - ---- -------------- �`..� EW6WATERMA7N 1OOw-0(TYP.) ` 10NW111eFE . '{ i!' tll.giow50:R5 NEW I7 WATERkWN 515.9N -ITN k 515.964-ZIM e I IY III vwtxd.Nwtr,. { LIN, ta.rar lY,srry,Fnwe noel) ; �q E a»-�a�-nese F.r av-Baa-wss I I I ' t i 1�� 1 NOM AkPun fy 'p Campamu-'+�m!✓doll „panA-ir 4 MpW,muMhe uXan t'wnb M4xXr Mn,9FeFetl'm,uC N- I y, �N:wfiN rMM'ae:M.a Mpx4nswR[X CONNECT TO EXISTING CITY WATERMAINii t � NORTH SO.TFENCE 1' :LIQ 442 w, ,h yH•+%. No e,n,oeucnx duwa wm4wanmmnmw a44 a mm..Iman ow:.e p6...lbn.ar:e Oanusw..utiw'+a�mm NORTH CP 1� cR-1z __�, -----_-- ---: -' __---- s_= �.. _ — --�_ — -.c _sk ' - __ _.. -.. .-.>^ � y�' ez Deb: ¢v tan m .- g' _ ..�.__._._-• .. �-. .__. _.._. 1---------'___---------------_16 - - '.s -- _...... -._.. .. _... __.. ON POLLUTIONUTI '- — SILT FENCE NEW WATERMAIN• PREVENTION �, ,f -. � ) 1 - PLAN 10818' r SILTFENCE 0 50 100 NOTES: a 1. WORK ON SHEETS PP -02 SHALL BE INCLUDED IN BID ITEM -EROSION CONTROL: SILT FENCE. 2. SILT FENCE ALONG SLOTHOWER RD. EXTENDS TO FUTURE RIGHT OF WAY. I•' 1' �, GRAPHIC SCALE NEW 16' WATERMAIN NORTH •' �_ A-'"T:Y=1(43` CP -186 1,.`3 ___ ____. ._ _ _-_-->__. _,�= r-___ - SLOTHOWER ROAD WATERMAIN PROJECT eq ! f;". •i!q 1 �•� F. TY --- ---- - - w t _ -'--\- _- _ YS. ___ ____ ql'f OF WWACIIY, WWA Y.G 331 /CO) -00 -- SAY 1014 100'-0" (TYP.) A _I.___ -'` --- �^ CP -70^8f SILT FENCE , I cor8ty under penalty oflaw that this documant and all attachments were Prepared under my dimctlon cs supervlslan k, Wcordxlce 1 NEW 12 WATERMAIN wild a system designed b assure that quagged perawmel pmpedy gathered arM swiluated the inlonnabon submitted. Based on my inquiry of the peva cw pemons woo manage the system, Or those persons directly responsible for gaMedng the information, 31e NEW 18" WATERMAIN us, a=utom asst of my knoedge lust belief, bre e• mol eptals. I am aware that Mre eare significssi IaWmalmn submitted is, to the aswl ' hies for submitting false kdalmtlon, including the pmsiN6ly of Erre and mpdsowwd for knowing vitlatiom. } j AYj�w FN61eH11 ouwem os mC exeUnuoeoarw . UA rFF06p9p Nimes m Ire Fes* PP -02 06 / 27 YI 1 rye` .,. -:•y,.n...i�1. PROVIDE PLUG FOR END OF WATERMAIN . CP -103 r• w CP -104-, CP 101. CP -105 4 CP -102 -' h 7 �• 1 �MIi� F CONNECTTO EXISTINGCITY —��� _�— P108 WATERMAIN Q. i Q LN STORM MANHOLE FOR DISCHARGE OF DECHLORINATED FLUSHING WATER I' I'RF 31i0R'', A 91'y 4� fl --- ----- -1r T NEW 16" WATERMAIN CP 106 CP 107 - NEW TEE CONNECTION --� e¢ _or "'_ a h ti. CONTROL POINT TABLE POINT NO. DESCIPTION ELEVATION NORTHING EASTING CP 100 HUB 792.68 607815.18 2157178.53 CP 101 HUB 792.03 607430.59 2157188.97 CP 102 HUB 792A2 607225.77 2157185.99 CP 103 HUB 786.22 606852.37 2157188.47 CP 104 HUB 785.24 606576.14 2157178.33 CP 105 HUB 787.74 606429.26 2157187.47 CP 106 T .,;;- to 783.90 609357.48 2156993.11 CP 107 HUB 788.32 -.r ..o PROVIDE PLUG tFOR 2157159.20 1 END OF 788.14 . _ WATERMAIN e¢ _or "'_ a h ti. CONTROL POINT TABLE POINT NO. DESCIPTION ELEVATION NORTHING EASTING CP 100 HUB 792.68 607815.18 2157178.53 CP 101 HUB 792.03 607430.59 2157188.97 CP 102 HUB 792A2 607225.77 2157185.99 CP 103 HUB 786.22 606852.37 2157188.47 CP 104 HUB 785.24 606576.14 2157178.33 CP 105 HUB 787.74 606429.26 2157187.47 CP 106 HUB 783.90 609357.48 2156993.11 CP 107 HUB 788.32 609360.73 2157159.20 CP 108 HUB 788.14 606734.86 2157279.15 1 11 ,t:f3 '" WM-02 1110 McCLURET' II- McCLURET' building -•o -y -...'..... 705R.AuweF Fun 51d57bw5050t 5115)76-42 6.7155 Sn 515-576-4335 1360W1210siFEE1 awe,k 50345 s11 9 la 515.19"-964�T370 iTq YMnra lar Hann tw.ro•. ww saav a» sssawo Fa, afT-aas-TBTs NOIKE w.waNh MmdfMblMine M'[ewwfiom 'ro' rtpblt..Mr Nm,'�Ymm. ml k" nwro.awm.w.fio�. ewrvxnrt. ni.Aiq Nvxohm/uAP+x�^1N.mmi. tromra Fep �sro.a>N. i (il g CONNECT TO Z> EXISTING CITY WATERMAIN SLOTHOWER ROAD ��F WATERMAIN PROJECT f� ,�i', PLAN AND PROFILE I a, a 89 rf'IAMap NORTH 0 150 300 GRAPH SLOTHOWER ROAD WATERMAIN PROJECT CM OF IOWA an, IOWA U 331a 7,W IULT3014 FFYIFgNS k/S KlC OIm n[IDaCG[rq. F FlFI➢9pOR NBrA va.Nu. WM-01 07/27 cl N� m NORTH 0 150 300 GRAPH SLOTHOWER ROAD WATERMAIN PROJECT CM OF IOWA an, IOWA U 331a 7,W IULT3014 FFYIFgNS k/S KlC OIm n[IDaCG[rq. W FlFI➢9pOR NBrA va.Nu. WM-01 07/27 PROPERTY OWNER: KISNER, DOROTHY J I PROPERTY OWNER: TEMPORARY CONSTRUCTION JOHNSON COUNTY IOWA SLOTr{OweR RD. >+1 L.1._ ¢ _ W I"i �, INSTALL 12" DIP TEE LAUNCHING PIT, ACTUAL SIZE & r EASEMENT 4810 MELROSE AVE 0 N 609395.37 E 2157221.94 DEPTH TO MATCH CONTRACTOR'S 57 Imo— / `tai -0„ �I� MAP KEY M � C L U R E M RESTRAIN JOINT 4 -FT EACH SIDE BEND EQUIPMENT 'c NrG1N E R I N G CO, INSTALL 12" GATE VALVE REMOVE AND REPLACE 15-0 building strong co% mh ':r<. N 609395.37 18" CMP CULVERT 12" DIP WATERMAIN R.O.W./CONSTRUCTIQ� LIMITS.. xos fl IA.,r»" A. W.JCONSTRUCTION LIMITS E 2157220.07 x— x _ — — z— — x-- —" — "--' — .. — — x— F«ag Frim w 515.95-1155 ..—..—.>/ .-- .x — ..—�_ �----- / INSTALLPIREI3LBRANT-AS —_ ' -- —__----> ____ — ____ __ __ _— ' — — — — --R€N1ptiE—THRUST BLOCK AND PWG TO _____----'-" '— — —_ _ 515-5764235 _ _ TNSTALUl 2' GATE. _ _ _— J " VALUE. — CTT6EX15TING-12"DIP TE AIN _ ___ _— _ '� _ _ __ 1360 NW.I,b325 cr,�,io.o soa2s _ _ _ __ _____ �- _ _ -----_---_—___—_—_------_--�— =-------229 _ O — — — — — _ — — — — --- _ — — — —. .55596113701 h. 515 — — — — — — — -- ---yi i4 anger Lane er, ` — — — ____ ------- --. NoNh Ub1740 r,Iowa 92317 on I - - 319-626-9090 GPIP E _, N , _ _ _.. _.. _.. REMOVE AND RERI.ACF ASce}r'�L.r AB �NG09353.30 3198369095 WATERMAIN.— _ '. N£CESSA32Y TO T'ifl ,M�RQ _� --WI.^�.k EL - {�-il•� it .ai Em i e°,:Fm �.— INSTA1:k.76EBUTTERFLYVALVE EXISTING � E blo V 5 T .., PROTFCxT '. `.. OR RFPLgCE.2A CMP. ;CUEJkIKT". GQNiFif;C FOR' CHOICE.. - ..�p's ` - PROviwAllivW �iL, CONTR{�t;a;.tw,Tsteti„ N 6.09397 (ASPH z 0. r.b':m y�KF IF CHOSEN TO REPLACE LBE WORK 8HA INCIDENTAL TOQJECT',- � I AAAINTAIN 1&FFCi,=PL,'cr"civCE-WFFH-6VERHEAD _P41NElR TINE&Dt1RIN_G'GGNS'TF'FUGT#@N=— — —__�" _ _� o� 3xE � x — . — x—_ �z .—x�--..-----+� R.O.W./CONSTRUCTION LIMITS x---- * \ s� i� _164.j o "'f J ' i �l i -- INSTALL 18" BUTTERFLY VALVE N 609346.68'- LTJ E 2157221.93 �' R.O.W./CONSTRUCTION LIMITS Y GJ ✓ PROPERTY OWNER: NOTES: PROTECT JOHNSON COUNTY IOWA CONTRACTOR TO RESTORE DISTURBED AREAS TO FIBER OPTIC PRE -CONSTRUCTION INAL CONDITION OR BETTER. FINAL-- GRADING GRADING SHALL ALLOW FOR UNIFORM SLOPE AND III I t`1 '0 POSITIVE DRAINAGE. CONTRACTOR SHALL DISINFECT AND PRESSURE w TEST EXISTING 12" WATERMAIN BACK TO PROPERTY OWNER: I� j '.-;% �� CLOSEST HYDRANT. (LOCATED APPROXIMATELY SEE DRAWING WM-11 FOR DETAILS ON DRIVE GI »# ,,,- I r< o � REPLACEMENT. 160 LF EAST OF PROPOSED TIE-IN POINT) SLOTHOWER ROAD KISNER, DOROTHY J y i LL WATERMAIN PROJECT CJ PLAN AND PROFILE h T w R TRAINED JOI TS t w x 800 _ o m ❑� N a ❑ °�o LIIIIIIIIi IIII III' If _ N d ¢ R'O V WFO 795 zi y > Q,,,. w MEL OSE z N z T NORTH — - —---- 0 15 30 _ \ f — --. ---- --- --- EXISTING $ BORING IT n----- GRAPHIC SCALE EXISTING FIBER OPTIC (FIELD VERIFYi 16" WAT RMAIN BORING IT v 12" WATE M �& f° ---- J q -------- ---- SLOTHOWER ROAD V WATERMAIN PROJECT F SEAL TYP. BOT PIPES p NtAI NIP 775 cm OF IOWA an,lowA TA: 2+07.79 SEE DETAIL ON DRAWN DE -02 IAC 331400700 IN ALL 16" BUTT FLY VALVE TALL 16" BUTT RFLY VALVE JULY 2014 TA:2+53.00 S + t T 770 lorvs - 765 - 765 'O 6J LO Q1 Do::CO Ni FrvGrvEE0. OPiWN BV O In 00 NS me 0) 00 co 03 00 0) �y �1 CHKNEJ BV flF11 s."U. UA FIELOBOON 3+QQ 2+00 HORIZONTAL SCALE 1111 1+ 0 0+00 oe/+WiNGNo. LF.,F3. WM-02 08 / 27 PROPERTY J SLOTHOWER KISNER, DOROTHY Ju —� MAP KEY M C C L U RU ENGINEERING CO. Q III building strong ccnnmur4tle0. 701—N.1, Nnnh Fon Dodge, low" 505W 515-576-0155 I fcx 515-5756435 III 1360 NW 12121 STREET III r3 R.O.W./CONSTRUCTION LIMITS R.OX/CONSTRUCT ON LIMI�7� 0 Uning _ X X...—X _- -- - ____.-nor- _ % X k �.- ----Oili'_._ _ _ _ _ _ X �. % _ ��_-__ �_ -da _ _ _ _ _ _ _ -IL - % % X % %_ _--___ —%%.. _- _ _ _ X %=_' _.__X .. �._ _ _- SIF% Na 17 319L- 16-909058 nxF FO FO OnL� �i0-- FO FO FO FO—FOS_�XE �'o(—FO F[I _- rtT-EO"G v- O l0"319-626-9095 — — -0 __lE _ _ _ Z — �- - T T T T T _ T-} __ __ -F- _ _ ___ -i- 7' _-_ p,n Brvm. __ T_-_ _____________ _ � '..c- _____________________ _ > ______ __ _ regenmYJry nnA.wA a..b'..n...n'm A.rebom .0L OTHOWER-RD -- _ — �.. ��` � A4CIwa Fn9nwnnp CenPaay. W - - - - -- - - -- o - - �BQ � l - - - - - - _ ` - - - _ � 1., " P w. -RsO - - - -- - - -E21S7 iAG- --- - -- -- - - - _ - - _ - _ - - - - - - Q0 FUTURE R.O.W./CONSTRUCTION LIMITS` II IO FUTURE R.O.W./CONST LIMITS \ INSTALL 16" BUTTERFLY VALVE INSTALL 16" BUTTERFLY VALVE ..-. \ \ \ N 609087.68 E 2157221.85 N 609097.68 E 2157221.90 NEW 16" WATERMAIN / -" (,0 \ \ \ INSTALL FIRE HYDRANT ASSEMBLY \ NOTE: \ \ \ CONTRACTOR TO RESTO% DISTURBED ON AREAS T PRE-CONSTRUCTICON ITION OR BETTER. FIN L -' — \ / GRADING SHALL ALLOW FOR UNIFORM SLOPE AND PROPERTY OWNER: % POSITIVE DRAINAGE.j SLOTHOWER ROAD JOHNSON COUNTY IOWA WATERMAIN PROJECT I } _ PLAN AND PROFILE J - m - W W j p O J Z O � D Y J O J O J + N a z =¢ NORTH ~ z z�v~i -- 0 15 30 _---_ — EXISTING GRA --� — --- ---- — --- ---- --- -_-- o------ --- --- - GRAPHIC SCALE -_790 w J U y + 7815 J + SLOTHOWER ROAD } WATERMAIN PROJECT P: - T QTY OF IOWA CITY, IOWA T 1 IAC 3316007-M T ± .I, JULY 201, END SE -7-75 vmclods + SEE DET - + i ... + INS_ 1 1 CD cD `-NGIrvEP'. DPAMRI BY N N O Jrns "c � _ m 0) F'.El03CP'(NO. cn[uA P --765---- r„ h - �. - �+ -65 FIELDBOOK I,I. 6 0 6 0 5+00 HORIZONTA SCALE V=30' 4 d 3 0 ORaMNG Nb. / WM-03 O9 27 { PROPERTYOWNER: KISNER, DOROTHY SLOTMOW RRD. > _ �Ae /rte 0 aMAP KEY w MCC LURE" ENGINEERING CO. building strong 705 Fm Are, Ne.3, Fod Ded9e, I— 50501 5I55]6d155 R.O.W./CONSTRUCTION LIMITS R.O.W./CONSTRUCTION LIMITS x,515576.<z35 —.. — _ _ _ _ _ . _ _ —. _ _ _ _ _ ._ _ _ _ _ — _ _ _ ._ — .. —.. .—.. 1360 NW 121x 3rREET _ % X_%' % % k_l-`- E F % % X X X X % % % %#-�- % %___% _ X Clive. l96a50325 -��rv'rEo_ o '— JLIE__Fn _i- - ��-�� i FO ... - .a -.-. = __ o Fa 515_96a1229 ._.- _ _ _ _ % l0 515.964.2370 _ ' ___ _ �� -2 _ _i_ _i.—_ { F _L _ _ _.T f ____________ __�_ _ T -�-,- " J T� i T __ --_----------------�--- 7 _. NeM+Libeltl&9eweo5R919 319-626.9090 1i Ism, f.. 319-62�9095 - 10+oa C ' °-SIL Rb. ':"._ N VIJ�-66 r ... � -. i . • "'. �S •' - " - b„ ai lm. Mb Ml .4+Mc d� �z jr]1 rim' - +f�iii+Ti�Hii � S L. ..- � "��Wd�- --.-_.._.i ,i t. sS'SQ@h9R6!F "'r.".. .• ! rver_r_v.a �" _ wvma+ev .... �_ - - - - _ - - - - o FUTURE R.O.W./CONSTRUCTION LIMITS --- ------ ---- - w----- \ ti `. FUTURE R.O.W./CONSTRUCTION LIMITS a^ --`_-------`�����/ INSTALL FIRE HYDRANT ASSEMBLY \ \ t \ - NEW 16" WATERMAIN NOTE: \ CONTRACTOR TO RESTORE DISTURBED AREAS TO PRE-CONSTRUCTION CONDITION OR BETTER. FINAL PROPERTY OWNER: GRADING SHALL ALLOW FOR UNIFORM SLOPE AND JOHNSON COUNTY IOWA POSITIVE DRAINAGE. SLOTHOWER ROAD WATERMAIN PROJECT i PIAN AND PROFILE i T L m m is An u'Qo J z o NORTH 4 m -795 — - - --- —0 795 15 30� zs� f + 1N-G�RrCIS- _ '"_. -- — — — — — —" GRAPHIC SCALE { _DLw } _ _ — ._ v - V-13' (MIN.) 5 4 + SLOTHOWER ROAD v WATERMAIN PROJECT � T > L780 CRY0FIO—OW,10WA T T IAC 3314003-00 JULY 2014 f 0).1 Cit Cd 0i ci .=_ ;Ms1k uc m 00- DO C0 Do rn M:: WEGI30 DY flRO tlOOKNO. 765 UA FIELDBOON 10-0010/2j9 Q HORIZON AL SCALE 1"=3 ' $}QQ ]+QQ 6 5O WM-04 + PROPERTY OWNER: SLOTHOWERl„ KISNER, DOROTHY J I I 11 0MAP KEY 5 MCC L U R E' ENGINEERING CO. building strong co=nmani lies 705 r,u N.dl Fod D-ee, low 50501 515-5)6-)155 fax 515-5)61235 1360 NW 121. STREET OF.n, 1. 50325 515962.1229 R.O.W./CONSTRUCTION LIMITS— R.O.W./CONSTRUCTION LIMITS ioz515-96423)0 — ' — — — _ — — — — — — — — — — . — .. — — — — — — _ _ — — .. — .. — . . 1740 U.I.,.r len. X.0 X_— X —— _FO _�_—__--x % 'v'e % ntlE—FQ mlc —nu[_ — we C_ _ —�rwc -- nu�a 'F"c Nonb lib, low. 933V erty, 319b26-9090 q.a . FFO 0 T� FO F0 inx 319-636-9093 T— mwl. cll - _ __ 1 aiY Taro rcd.m: xliT nam mra ,sp.esel,. 7777. r.,-. '_: "—"�r -.� '.. ... ,<..' -THOWER RM "6i - CIN 1a*oa m _ 1. n�« ,- ...-.: .',:, -.-: :, . -. _ .n..n, ` ` — -- --- --- — -- -- ----- --- -- _--------- -------- — -- -------- _ _ -------------- -- --------------- -_R.n:w=-- a— — — — — — — — — -- — — — — — — —— — -- — -- ---=�ro.rr�mo4 _� _ -------- --._ —. -- ---- N e- -`-- O ---------__ FUTURE R.O.W./CONZTRUCTION LIMITS — —— ——— �s .� INSTALL 16" BUTTERFLY VALVE FUTURE R.O.W./CONSTRUCTION LIMITS _-- 608297.68 NEW 16" WATERMAIN _ INSTALL 16" BUTTERFLY VALVE E 2157221.80 - N 608287.68 E 2157221.80 INSTALL FIRE HYDRANT ASSEMBLY w -- NOTE: __----..— CONTRACTOR TO RESTORE DISTURBED AREAS TO-­ O PRE-CONSTRUCTION PRE -CONSTRUCTION CONDITION OR BETTER. FINAL - PROPERTY OWNER: GRADING SHALL ALLOW FOR UNIFORM SLOPE AND JOHNSON COUNTY IOWA POSITIVE DRAINAGE. _ SLOTHOWER ROAD WATERMAIN PROJECT ` PLAN AND PROFILE r r i m � L i 1 ®_ 2 LULl w + T } - m o 80 o o�Q �uJ-o NORTH De — 795-- - - --= i ¢ u -- - - 0 15 30 N�<795 z zmy N ---- ( - T —790------ - ---- -- —_---XISLGGRAD _ _ _ _ — — — GRAPHIC SCALE w T v 5'-6`(MIN.) t 85 - - -785 — SLOTHOWER ROAD -� O 1 "WATERMAIN * WATERMAIN PROJECT � I r780 CITY OF IOWA CITY, IOWA T Inc 3314oazoo JULY 2016 T YT T pFnzloHS T t — - 77} hrtN N 1 N CY (D O p O O__ 0)ims - tlJCi P! s 1M5 KI c Oi 03 61 ' �T � � CHitILO by HELL1300tt T+0. ' -� UA FIELOSOOK 13-50 13+00 1( 12+00 HORIZONTAL SCALE 1" 30'1 11 00 1 10+00 w' meE1,.o. WM-05 1 1 /2j PROPERTY OWNER: SLOTHOWER FARMS LLC I I- PROPERTY OWNER: KISNER, DOROTHY J SLorrlowea Ro > /� g M c C L U R E M MAP KEY ENGINEERING CO. building strong <ommonifi.ea. }OS Fen venue NonM1 Foe DMO., I— 5050'. 515576.7155 O 4-515.576-4235 R.Q.W./CONSTRUCTION LIMITS R.O.W. CONSTRUCTION LIMITS 136aNwlansrRFL� —..—. __y _— __ _ _ — _ _ _ _ _ — — _ _ _ _ _ '�mvc 58325 ME CHE WE OiE q1E 011E _ --HIIE -� _ iMk Y % % %__-__ %_ % % 515961 -1221 — fa5.59642a}0 ----_ ---------Po - _ ------- ___ _ —'_' _ _ ___ _ -__--_ FDS--`—`— _ _ __-------_-- t]00liningw Lane ____---__�- .—.. .-� ''/ _ __� "�-� _- ________ _ _______ ... _�- N9nh Nlq ,love 52317 — - "' — _______ __-- -_-_ter______________ _- '--- _ 31 -9090 319-626.9095 r-- — — .— H4WER--RD._ xe. M !a by FM - X p- -- --Q- W. ------------- r FUTURE R.O.W./CONSTRUCTION LIMITS _ 'r 15+00 FUTURE R.O.W./CONSTRUCTION LIMITS ism c. N 608099.68 /'JEW 16e WATERMAIN E 2157221.77 NOTES- CONTRACTOR TO RESTORE DISTURBED AREAS TO '_ } PRE-CONSTRUCTION CONDITION OR BETTER. FINAL -- GRADING SHALL ALLOW FOR UNIFORM SLOPE AND- L9 " ' POSITIVE DRAINAGE. I PROPERTY OWNER: TREES TO BE REMOVED UNDER SEPARATE JOHNSON COUNTY IOWA X CONTRACT. SLOTHOWER ROAD WATERMAIN PROJECT PLAN AND PROFILE I ± _ NORTH 9r . -- — --- ---- — 015 30 o -------' ------- '�Y"-------_, -- EXIS NG GRADE � 9L� ""- ----- -- — --- GRAPHIC SCALE _ 5'- "MIN (.) t } w + J U 1 785 v _ SLOTHOWER ROAD 11G.WATERMAIN WATERMAIN PROJECT _ �j _ Ivv CRT OF IOWA CIN, IOWA IAC 3314007-00 T JULY 2014 &ENI GNS 3_ 775T + t r I N N N O O GNE tus oa10ca. 01 03 c)):: [HECMEO BY aGWOI(NO PI -'-r Q 7V- UA FIELDBOOK TOOI__ 16 00 HORIZON AL SCALE V=33' 15+00 I 14 00 13 50 UUN1NG NG. WM-06 12/27 OWNE PROPERTY ARMS SLOTHOWER FARMS ULC sLorN= 'a w /' 0 0 ® MAP KEY 2 M C L U R E" ENGINEERING CO. building strong coanmenilies, 105 nal I-- Henn Fan [adge. 1— 50501 CP -100 k5515576azs R.O.W./CONSTRUCTION LIMITS --- — — — — — — — —. — — --- .. _ — — .. STR 1360 NW 1210 SIRFT -- ---- - - - - - - — — — .. — CI I 5032 '".'I€ b1E�gaE-- DNE f1XE yj[ q1E OXE C91E � �.� s d1E ONE CHE _CYTE ` �OHE _,� — fox 515964.1W0 __ --_------- ------------------ -- ---- — — — — — — — — — -� — --_______________________________ ______________________-__ f]ao unint,er tape T- i T—��i'—'-'-'� - ---- N"nM1 Libeery, lawn 543 V 40 ]14-6826-90 1 —• . - fm 319.686-9095 TM ^1� F�}. C[ I a`i' y ✓5'rY� i 1 'Y4Y T• 'L( 2WFCEM'.Y:iFN¢ }n.fwrl. i is m ml n --- — — FUTURE4R.O.W.lCONSTRUCTION LIMITS / - -x '� __ FUTURE R.O W./CONST n NEW -16" WATERMAIN ]ON LIMI ... -- — — _ i� — — — -- — — EXISTING ---'--�—'—- ." 20'-0" SANITARY � EASEMENT -- NOTES: -. CONTRACTOR TO RESTORE DISTURBED AREAS TU MAINTAIN 10 -FT (MIN.) SEPARATION BETWEEN '- PRE -CONSTRUCTION CONDITION OR BETTER. FINAL '- SEWER LINE AND 16" WATERMAIN GRADING SHALL ALLOW FOR UNIFORM SLOPE AND POSITIVE DRAINAGE. PROPERTY OWNER: JOHNSON COUNTY IOWA x TREES TO BE REMOVED UNDER SEPARATE CONTRACT, SLOTHOWER ROAD WATERMAIN PROJECT PLAN AND PROFILE I 1 STALL -FIR HYDRAN ASSEMBLY $ STA: NORTH 17+04.25 �— -- 0 15 30 T----- GRADE ---- o —_— ---- --- -TING 790 �_ - - - -GRAPHIC SCALE = '-6" (MIN.) w - 1 78.9 J 785 _16' ATERMAIN SLOTHOWER ROAD U WATERMAIN PROJECT K 780 cm OF lownatt,lowA 'r IAC 3314001.00 JULY RDl d 1 T ,75 1 1 - --- REVISIO.vS OT LOT .-- _ N ¢ �+ — i�7 NT $ O$ — N cV N CHIT cwe aew By EnLMSEx D mc Cn= m$ �2 m Q� ffs Qi 61 •... _ �C---. __� �` '� I"•. I� j CI1ECItED 3Y iFIELDB FFIELOBOON OK 20+50 20 OO 19 00 ORIZONTAL SCALE 1"=30' 1&00 17 OO oulnnc rvo. WM-07 13 E/ 27 PROPERTY OWNER: SLOTHOW R RD. a•� SLOTHOWER FARMS LLC =� :n 11'� MAP KEY M C L U RE' ENGINEERING CO - building strong CO -11m.' ::iia 705 FI.' Avenue N.HI FoX Dad9a, l— 50601 R.O.W./CONSTRUCTION LIMITS GP -101 ROW/CONSTRUCTI ON LIMITS 51 55 76-7155 la: 5'.5-576-0235 1360 v'121v5TR=F — _ _ — — _ _ _ — — — — —..— — a ,1 50325 _f�1E OXE OXE— a ONE yHE---' -- _�-.a O]c q1E OXE OHE— ��E 96,I 1279 h555596423N — —. C — _ _ _ _ _______ N o LIbeM. Ewa 5231] T T i T 6 b 21919- 6266-40-90 95 THO1Elt k' 7 nA's PLFi -NEW96'A}N E. _ 1 i•w • ;p 1(K 1 T F h _ EiYMA— —EVCawr . . aT (i MI EN Aw E 2157221a_ 70 E 2157221 70 b Xkn ,n °rA n.w6avee R0 F-7_- W� � �_— ---------- —k. —09. •—.. ..�.. �`-.,.� __75= ���.. �.. �rr� —.. ��• 4v 6eln FUTU ° ONSTRUCTION LIMITS �..�.. .. .. - -- �..�.. �.. �.. �..�r�rr ..�..� �.. �.. �.. �.. �..�..i.�lr.��rr� .. �.` ..�.. �.. FUTURE R.O.W./CONSTRUCTION LIMITS FneeE�[mmv M FM FN 55 95 55 55 55 5� ss 55 MAINTAIN 10 -FT (MIN -}SEPARATION BETWEEN -`1 — — — — — — _ — — — — — — — — , — —SEW ---— — — —� -- 20'-0" — SANITARY _ EASEMENT - NOTES: -" - - CON CTOR TO RESTORE DISTURBED AREAS TO-'-- _ -- 1 POE -CONSTRUCTION CONDITION OR BETTER. FINAL- - _ GRADING SHALL ALLOW FOR UNIFORM SLOPE AND L POSITIVE DRAINAGE. PROPERTY OWNER: TREES TO BE REMOVED UNDER SEPARATE JOHNSON COUNTY IOWA X CONTRACT. SLOTHOWER ROAD WATERMAIN PROJECT PLAN AND PROFILE � J Q] L - O 2 J Q z a _+ I� z = N NORTH * N Q 0 15 30� 795 ------- --- +--- --- .— EXISTING GRADE o } o — ----5'=8"- --- GRAPHIC SCALE w J Q 785 16" QYfTAI'E J U rSLOTHOWER T INSTALL 16" ROAD WATERMAIN PROJECT F- BUTTERFLY VALVE A:21+02.00 -- ----- nn of lownatt, lowe > om a JULY 2014 acus oNs —770— -- 4 h Lc)_ Q ENGINEEP aO N N N N N- N 0) 0) 0) ,21-00 �Nn LVC— f UA FIDEXLxDScOfi 24 00 23 00 22 00 �AL 21 00 20+50 UCMHWK1miYW.EsD rvB0Y wM-08 14/2 7 HORIZON SCALE 1"=' PROPERTYOWNER: SLOTHOMR RD. a SLOTHOWER FARMS LLC MAP KEY M c C L U RE" FNGINEER4NG CO. building strong wormI CP -102 705 eNA-- Norm Fon Dodge, I— 50501 5'.5-96-7155 ROW /CONSTRUCTION LIMITS UON LIMITS- lox 515 96'235 -------- --- —_---- .O.W%CONSTR "60STREET ET x xs NX29 __ IE �HE _1515 _ _R 515964370 vNLWin ____--- — — —T T T _ �a — —_i a i12g1.a, IT40 ne J 1 x314d36T409 — T __ 1 __ -er-- - ---- — — ---- --'--- — -- o .._..._ FUTURE R.O.W.ICONSTRUCTION LIMITS _ .. _____ \ _ __ �.. l _ — 25+___-____ __ _ ___ 00 N 607099.68 E 2157221.65 a---------- _ _ R.O.W./CONSTRUCTION LIMITS -,� I FN M FN FM fl/ FN M ~ FM FM FM FN FM FM FM FM f4 ~ — ---__ —_ EXISTING -� - Y0'-0' ` -_ NEW 16" WATERMAIN — — — MAINTAIN 1D -FT Mt SEPARATION BETWEEN l I`L'1 '-„ — I ~ SEWER LINE AND 16" WATERMAIN- SANITARY EASEMENT NOTES: CONTRACTOR TO RESTORE DISTURBED AREAS TO .. PRE -CONSTRUCTION CONDITION OR BETTER. FINAL _----._ GRADING SHALL ALLOW FOR UNIFORM SLOPE AND - POSITIVE DRAINAGE. PROPERTY OWNER: JOHNSON COUNTY IOWA x TREES TO BE REMOVED UNDER SEPARATE SLOTHOWER ROAD CONTRACT, WATERMAIN PROJECT PLAN AND PROFILE J --- ___ U W LLF —_ J Z H s SO = NORTH ---- -- 0 15 — 30 EXISTING 9RADE---- -------- --- --- --- ---- — — GRAPHIC SCALE LU Q _.- 785 -I 6" WATE M' IN SLOTHOWER ROAD U WATERMAIN PROJECT F - i y CITY OF IOWA CITY, IOWA j— - IAC 3314007.00 T Y IDLY 2014 T -T7 -- 770- $ ¢ � (D N N+ N N a. ENims c J,ns g 3KJ m m m xFl2LOBOOK UA 27 50 27--00 1 2E OO HORIZONTAL SCALE V=30' 25 00 24+00 R.'ONo. WM-09 15 / 27 PROPERTY OWNER: KEMPF, LESTER \ PROPERTY OWNER: storNowER RD. w a \ SLOTHOWER FARMS LLC _ ) I. r/ 1257 SLOTHOWER ROAD 2 \ i MAP KEY M c C L U R E f M 1 \ MAINTAIN OSHA CLEARANCE REQUIREMENTS ENGINEERING C 1 WITH OVERHEAD POWER LINES DURING hailding strong -1 D-.:11.11.:-.:. REMOVE AND REPLACE SIGN \ CONSTRUCTION los FI"'A""".5050 CP -104 \ I Fob oo5 SDs01 57low" 55 m.5isb7[~n235 C R.OW/% R.0WC—STRUCION LIS "I 15' O ,325 1964--229 -x_ . X,�-- ..——.3 51 DNE T -pHE 7�-- ppEq{ _ — - �T OgEE L41E pK '— i-=�_�T_= T i OHE 0 T E�-91{E 3 gHa. `— .p1 l X %— DHE ~ lox 515964-2370 -�-F- ___ ________ _ __ � -� - ._ __ _ _— _-t.,�- -_ _ .� r� -- --- _- — 1)40 LInin9r Lone '^� - -- - - - — T' -- -- - -- NarlFLberly low. 52317 319-626-9090 n _ — — — t f .. B CIOiJ3 FNn - _ ` - EMQVE�DRT-DRI — m H Id ab I R.O.W. - _ _ :L DRI — — -- - — ---- �� G T`rafics�AT.?T ITS 7 N 606599.68 " N 60 e FUTURE R.O.W./CONSTRUCTION LI� M \ / E21 da / Lr. FUTURE R.O.W.fCONST CTION LIMITS \ E 2157221.58 .ao 2� N604t47.t6_ M j FM FM FU FM FM �• \ TALL 16" BUTTERFLY VALVE / E 2157227.73 I � MAINTAIN 110 -FT (MIN.) I =. \ N 806687.71 / '_ — ��— . — . — . — . — . — . . SEPARAT44N BETWEEN -SEWER— 157221.60/ \ E 2157221.60/ r r r FORCEMAIN AND 16" WATERMJ IN EXISTING..- 11 \ INSTALL FIRE HYI)RkNT / 'r ` f --WASTEWAT€RfORGEMAIN — J I SANITAR NOTES: CONTRACTOR TO ASSEMBLY �. �. -� LEACHATE FROM LANDFILL EASEMENT REST E DISTURBED A�EAS TO 1 / r CONTRACTOR SHALL FIELD PRE -CONSTRUCTION COiDITION OR BETTER. FINAL INSTALLI6" BUTTERFLY VALVE r VERIFY LOCATION GRADING SHALL ALLOW FOR UNIFORM SLOPE AND N 60669T.7_ r r — — — — — POSITIVE DRAINAGE. E 2157221.60 r r r TREES TO BE REMOVED UNDER SEPARATE X PROPERTY OWNER: CITY OF - J PROPERTY OWNER: SLOTH W ER ROAD SLOTHOWER CONTRACT. IOWA CITY CP -108 JOHNSON COUNTY IOWA PROJECT T PLAN AND PROFILE f800— t — L W N LU = NORTH LL J -- — – – 0 15 30 o z �+ o¢ N Me> $ J N ? CONTRACTOR LOCATION SHALL FIEL OF LEACHATE FORCEMAIN VERIFY LL + NZ GRAPHICSCALE N ZN k7-85-- — — — G -GRA— — — — — — — _ — — $5_ SLOTHOWER ROAD UWATERMAIN '-6" (MIN.) PROJECT H y > 780 COY OF IOWA CIJ IOWA IAC 331401)7-W - ------ VtkTERMJ 24" { IN. JULY 2014 flmDNfl 110r s Y CN I'l Do - 00 pJGinffl ppgWN BY r`. rl_- n r_1765� CMfC:2fD BY fID BPo%NO. HFIELDBOOR ---- UA 31--00 30 00 HORIZON FAL SCAT1"=' 29 $0 j 28-,-00 j 27 50 no. s1e7n WM-1 0 16/27 REMOVE DIRT ENTRANCE AS REQUIRED FOR CONSTRUCTION OF PROPERTY OWNER: KEMPF, LESTER > NOTES: SLOTHOWER RD. II CONTRACTOR TO RESTORE DISTURBED AREAS TO '^ WATERMAIN. REPLACE DIRT ENTRANCE WITH GRAVEL PAVING. 1257 SLOTHOWER ROAD PRE-CONSTRUCTION CONDITION OR BETTER. FINAL_ ° M' SEE DETAIL ON DWG DE-01. GRADING SHALL ALLOW FOR UNIFORM SLOPE AND $MAP M� C L U R E M INSTALL 16" BUTTERFLY VALVE POSITIVE DRAINAGE. KEY N 606377.41 ENGINEERING CO. NORTH PIT FOR BORE AND JACK E 2157221.56 TREES TO BE REMOVED UNDER SEPARATE building strong commm,iiie, x CONTRACT. N 609416.30 los F�t Wren"e N"+n E 2157207.68 N 609416.68 INSTALL FIRE HYDRANT ."n Daage. I"., sas01 slss�anss E 2157227.70 ra, 515-->6 4235 ASSEMBLY CP-105 R.O.W./CONSTRUCTION LIMITS 1360 NW 1214 SIR N 609405.88 N 609405.88 --— —---- cr.le50325 E215]2],66 - E 2157227 68 / OXE _ _ ➢N p{E p1E OHE 9NE SI59841239 i"x 515.964.2370 --L— — — S T --- T T T — x } _ _ — — — — — — --------------- -� =-_- ---_ -- - --=�-T---= - ` -=-I- - 1741) Danger Lane ._— N"nh Lib ,Iowa 5217 319%Po90 3 _ _ **1^.''��,t +' b pDy y� m{ 6r' k " W+iT k , t . - 4 a al. 1 l (u 319-626-9095 — — �` -- �H .' — J �, _ __ _ _ _ _____ _ M8gC�9 — 61 pbl A ftl —- ---— -a - --- IV VVVJ _ _ -- 21572 1.96 — — — - _... rygpg�3gtg79 . x z-E ---- — — } i Jllaa 2.157238 95 ._._-' corrv,DXF. _~-R.0 INSTALL G PLUG �I— _,,�._-.-„T-r`_�.__ ..'�- •4- .�w1�R.RQ�� AYG,\ 4 - MELROSE .—..—..— — — _ �' ..——..—..—--.—..—..---- —Co—-vn. i�” (WgrEIRMAtN '.\ " - �. INSTALL FULL STICK OF PIPE (20') / FUTURE R.O.W./CONSTRUCTION LIMITS - WITH PLUG AFTER BUTTERFLY "'- AIN _ _ _ - / � VALVE FOR _ � y - '`•\\ — �- — — — — — -: — -- - N� MAINTAIN 10-FT (MIN.) SEPARATION BETWEEN I N SEWER LINE AND 16" WATERMAIN __ __`= -_ _ — — 5'-6" OF COVER TO TOP OF IPE) , = DHE _- AXE"`-` 32 50 NE 12" WATERMAIN - INSTALL-12" GATE VALVE ' N 606380.04 REMO EXISTING THRUST BLOCK, END PLUG, FIRE HYDRANT, i� �^=' - �x rI ! L77 - �- -� \ h I \ `,`�� t \ / / E 2157223.72 VALVES ND LAST SECTION OF 12" WATER MAIN. CONNECT NEW WATERM IN TO EXISTING 12" WATERMAIN. VERIFY EXISTING CONDITIONS) .1 (FIELD - - - �+ RESTRAIN 2-FT EACH SIDE OF JOINT " PROPERTY OWNER: - PROPERTY OWNER: S & J DEVELOPMENT LLP CITY OF IOWA CITY SLOTHOWER ROAD �i EXISTING 12" WATERMAIN WATERMAIN PROJECT T T = - PLAN AND PROFILE Lg W W _ = IN TRA€13- - INTS- : = i W <p o x g = NORTH -- - - - --- - -- - - --T n 1)m 0 15 30 Z M J r - Z O Q F e t ..,. o Z N T p GRAPHIC SCALE 5'-6785 ± SLOTHOWER ROAD 1 O 12" WATERMA N WATERMAIN PROJECT i F 16" WA RMAIN W ----- - 0WONOWAOW, IOWA > IAC 3314007-00 ABANDON SANITARY SEWE JULY 2014R: Q (FIELD IFY DEPTH)775 } O'1 rry'i to N - yyLL� Q)y @IDINE@ DPANNev 1M5 KlC [Q - �y C — yCam I -- r ~ 6J CHECxEDOY fIED dOp(NO. UA FIELD800K I 32+00 31 OO GWAMNG NO. SaEEINO_ WM-1 1 17 / 27 HORIZONTAL SCALE 1"=30' EXISTING GROUND 0 W CL H Of LU W Q J N m 4 PIPE BEDDING IDOT GRADATION 11 15001=16111 1" MIN BEDDING TYPICAL TRENCH DETAIL FOR RIGID (DIP) PIPE NOT TO SCALE NOTE: TRENCH BENEATH NEW OR EXISTING DRIVE AREAS, SIDEWALKS, OR PAVEMENT SHALL BE BACKFILLED WITH CLASS "A” CRUSHED STONE PER SPECIFICATION SECTION 02220, PART 3.03.6 6" THICK CLASS W CRUSHED STONE PER IOWA DOT SECTION 4120, "GRANULAR SURFACING AND GRANULAR SHOULDER AGGREGATE." 1 TO PIPE BEDDING CLASS W CRUSHED STONE BACKFILL PER SPECIFICATION SECTION 02220, PART 3.06.8 SEE GENERAL NOTE 12. CRUSHED STONE DRIVEWAY TYPICAL SECTION NOT TO SCALE -_- FULL-DEPTH SAW -CUT VERTICAL OR PITCHED 5 DEGREES FOR REMOVAL OF SLAB IN ONE PIECE. MAXIMUM SAW DEPTH FREQUIRED 10" OR FULL DEPTH, WHICHEVER IS LESS. 5' ASPHALTIC CONCRETE BASE COURSE I 1 r3" MIN. SURFACE COURSE < I;::;:: PLACE BACKFILL IN MAXIMUM 6" LIFTS. IOWA D.O.T. CLASS W CRUSHED STONE MAY BE USED AS ALTERNATE BACKFILL MATERIAL COMPACTED TO 95% MAX. DENSITY. EXIST. H.M.A. PAVEMENT MIN, BASE COURSE WHEN HOT MIX ASPHALT IS NOT AVAILABLE, APPROVED TEMPORARY WINTER PRE -MIX CAN BE SUBSTITUTED UNTIL HOT MIX CAN BE SUPPLIED WITH APPROVAL FROM THE JURISDICTIONAL ENGINEER. PLACE GEOGRID ON TOP OF COMPACTED SUBGRADE HMA FULL DEPTH PATCH DETAIL NOT TO SCALE MCC LURE' ENGINEERING C:�J, building strong commvy6Iie2. 705 F,Y Avanoe N.,In Fon Dodge. law 50501 5155)64155 fin. 515-576.4235 1360 NW 121n STREET 0io,l-50325 515.964.1929 k. 515-964.2370 1740 Llnln,® Lcoe N,inh Liben,, 1. 52317 319 626 9090 1 319-616-9095 �bA, ,..`a ,J; I -A, www..„�><,sa,,.a;d,. i`_ 7oJ�,. n oen GM: w....... by N.tlun Enprcw+ni�me ne pvdudim,, eFvv1-1''1., vm mann« soma«Y a.- 4-� 9 j a :7— a WATERMAIN TRENCH DETAILS SLOTHOWER ROAD WATERMAIN PROJECT CITY OF IOWA 0.IOWA IAC 3314007-00 JULY 2014 fNG'.NF9l WN9Y ,M5 Uc IXE UA NFOLDBOOK oaAWN�No DE -01 18 / 27A WRAP-AROUND END SEAL WJ ADHESIVE SEALING STRIPS — STAINLESS STEEL BANDING CLAMPS CASING PIPE CARRIER PIPE `RUBBER SEAL rLIM nF'A1 UNLESS OTHERWISE SPECIFIED r- GROUND OR PAVED SURFACE VALVE BOX - FIRMLY SET STRAIGHT AND PLUMB; CENTER BOX OVER VALVE AND OPERATOR SQUARE OPERATING NUT VALVE PIPE VALVE AND BOX DETAIL NOT m WALE rPLACE SPACER AT CENTER OF EACH PIPE SECTION OR IN A COMPARABLE `( MANNER SUCH THAT SPACERS ARE CASING PIPE EVERY S TO 12 FEET OF PIPELINE RESTRAINED JOINTS REQUIRED CASING SPACERS SHALL BE AT ALL JOINTS WITHIN CASING SPACED A MAXIMUM OF ONE FOOT FROM EACH SIDE JOINT CASING SPACER CONFIGURATION Nor ro WO41E RISER CASING SPACER (CONFIGURATION DIFFERS FOR VARYING PIPE SIZES) NOT TO SALE e i11: McCLURETe ENGINEERING CO. building strong wrn!nuuiG->. 'OF Fv,r Avenue Nonn r'on or,dge, Iwva 50501 515-576-71, (x.51 5 -57644 576Z;5 5 1360 NW 121115TREEr CINe, low, 50325 515-9641229 kr 515 964 2370 1740 Unin0er Lane Nann ahem, law. 52317 319-626-9090 fax 319.626.9095 F Pn En-vne,lls G, ten.: IT —.r ppmlSl. ra 1.1,11a,vmbl. m, Mld slu re. m.r, dlo,r.xmr,.n.n �y,;nr and a.=.n PIonG;Mm.. ,."P —d Xvm lMClura EnBn+„inOConymy. WATERMAIN TYPICAL DETAILS r- RIER PIPE SLOTHOWER ROAD WATERMAIN PROJECT CITY OF IOWA CITY, IOWA NG PIPE IAC331401W JULY2014 11II.N1 elwwzrx ouwn er JMS lUC CIIPCFP9Y InLD E00Y. 1. UA FIEL06OOK FawlNv rvo. ErrW.rvo. DE -02 19/27 1t THRUST BLOCK DETAIL[ THRUST BLOCKS ARE REQUIRED AT PIPING DIRECTION CHANGES, AT DEAD ENDS, AND AT FIRE HYDRANTS THRUST BLOCKS SHALL BE POURED -IN-PLACE CONCRETE 2,003 RS:I, MINIMUM STRENGTH,A MINIMUM OF I8 INCHES THICK, AND SHALL BE CAST AGAINST A SOLID, UNDISTURBED EDGE OF TRENCH FOR HEARING, ME BOLTS, JOINTS OR DRAIN HOLES SHALL COME INTO CONTACT WITH. THE CONCRETE THRUST BLOCK AND THE PIPE SHALL HE WRAPPED WITH A PLASTIC SHEET AT THE CONCRETE REARING SURFACES PIPE SIZE DEAD END OR TEE 90` '''.. BEND 45" BEND 11-1f4 GENE 22-112 BEND 4` IA ''�.. 1.9 IC 1.0 1.0 6" 2.8 4,0 2.1 IS -... 110 8" 4,8 6.8 31 1.9 1.0 10" 73 1113 S.8 2.8 1.4 12' 10,3 14.5 _ 7.9 4,0 210 16' ITS r52 1:3,6 7,0 3.5 20" 27,5 38.9 210 10,7 5.4 24' 392 555 30.0 15,3 T7 30" 60,3 85.3 46.2 23.5 ILS 36' 86,4 1222 66,I 33.7 163 42" 1166 1650 89.3 45,5 22.9 48' 152.0 21510 116.3 59.3 119.8 54' 192,1 271,6 147,0 74,9 3Z6 THE ABOVE AREAS ARE BASED UPON A SOIL BEARING CAPACITY OF 2000 PSF OF UNDISTURBED SOIL. IF ACTUAL SOIL DEARING S-RLNHTH IS LESS THAN 2000 PSF, THE THRUST BEARING AREA SHALL BE INCREASED BASED ON ACTUAL SOIL BEARING STRENGTH, THRUST BLOCK BEARING AREA (in square feet) (FIGURE 741) REVISED 1E/2009 HYDRANT 31-0 RADIAL C� LCAR 7 SPACE oz ;b< iT T12ENCH BACKFILL TRACER WIRE r FSPOOLN❑(2 GROUND ROr - Lt D; 'AI MEGA LUG TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) 2-j' 1.0. - LOCKABLE C.I. LID NOTE, TRACER WIRE TERMINAL BOX (DAYLIGHT BDX) MUST BF ONE FOOT <V) AWAY FROM HYDRANT VALVE BOX AND 6' GATE VALVE MtA1N FINAL TRI" ENCS j7.._. GRADE 'WATER MAIN ,7HRJST BLOCK TRACING WIRE OR TRACER WIRE TERMINAL BOX - 4 'AS RED'D LTHRUST '�A'VCHORING TEL OR STANDARD I BLOCK TEE AND "R7TD RING' (SWIVEL ADAPTOR). (SWIVEL TEE PREFERRED) THRUST BLOCK 12'x12'x41 CONCRETE PAG BACKFILL Wf 2. OR LARGER CLEAN GRANULAR FILL TO 18' ABOVE BOTTOM OF .HYDRANT STAND PIPE TYPICAL HYDRANT & VALVE ASSEMBLY (Fiq 7:2) 20' OF PIPE AFTER VALVE FOR FUTURE (12" AND LARGER MAY REQUIRE ADDITIONAL FEET OF PIPE) EXTEND TRACER WIRE TO END OF PIPE BLOCK - HOLDING SPOOL OR MEGA LUG BLOCK - SWIVEL OR ANCHOR TEE EXTEND TRACER WIRE TO END OF PIPE *NOTE* TERMINAL BOX IS PLACED T FROM HYDRANT, REFER TO FIGURE 7.2 GATE VALVES HOLDING SPOOL OR r RODDED OR MEGA LUG TRACER WIRE TERMINAL BOX CONCRETE THRUST BLOCK BLOCK we I 5-1(4" HYDRANT L.C•. LeCOL HYDRANT DETAIL FOR FUTURE WATER MAIN EXTENSION (Fig. 7.4) REVISED 316/,]14 McCLURE'" ENGINEERING f'0. building strong orl ur nslrs. 705 ' -A In. N.Ir- n D d, -5050. 515 576-YL5 'A 515-5764235 1360 4W 121z1 STREET Ow , Iowa 50325 513-964-1219 7,515.9643370 1140 Uningx Inns Norah Ub M, 1". 53317 319-636-9090 1-319-6ffi4"S HUJII is r - 6* r m r n"is ro Ru m..v M ' aIKNw n a,. agow.namce 11. ".1, ... SLOTHOWER ROAD WATERMAIN PROJECT CITY OF IOWA CITY, IOWA IAC 3314007-0 JULY 2014 4MSII lM5 WATERMAIN a- TYPICAL FIELDBOOK --' DETAILS DE -03 20/27 .P SLOTHOWER ROAD WATERMAIN PROJECT CITY OF IOWA CITY, IOWA IAC 3314007-0 JULY 2014 4MSII lM5 KIC FIFELDSOOK UA UA FIELDBOOK CAA.I No. I'll N. DE -03 20/27 LRATLLM PoRT _ ERL014pHA vtm M9 An, e GP ALF 9LCC:M1iL1 MIO 1 v'a �T�NSEL PLAN VIEW PUIPITE CM% 1cR& I P STG LAM" 4211E TI VALM IMM. & 9RECRY CW PST S e"N NO' 4R O'N"1=N 10 M RR WINj 5 MEC TH6R FAIL%I, NO' n` M VN. VE &i AP .UE StG PlK£ E5233.IWL£M NFATLMIRC OF VALVE 1. DOPU�l a { IR eLID, LA.. iYmR ] 1RPCR 1SMS. NAl SIDE VIEW TYPICAL_ DETAIL TRACER VVIRE DAYLIGHT SCALE: NO[ TO SCALE (Fig.7.6) REV5ED 8/2002 1ii.% McCLURET ENG;iP1FE.1ZING CP, building strong mmmo.iit 705 Rmt Av— Nunn Pon o d9 1— 50501 5155767155 k,515 576-0235 1360 NW 2i1STREB CI 50315 5159641929 "51 596 4-2370 1740 LIaBger Lane North Libert, 1— 52317 319 626-9090 l0 3M626-9095 9095 O1KE q' C M +M1"d Fam b N bl s mm�vneria� g® or mnlm H.rM1 nn aPY,4nr oM pq«ry rgl.¢Mdw J.—A w� n,4r n.•n•aM IlDn �Im. to ,wb..iAceidgirJq yi r,nmvn�mevmt , NamMI,-GIi—mWn .—L NA, WATERMAN TYPICAL DETAILS A7 A 7, vi rel t.:1 <7 SLOTHOWER ROAD WATERMAIN PROJECT CITY OF IOWA CITY, IOWA AC3314007-00 JULY 2014 QNGNLQR ou—IY EXTEND TRACER WIRE UP FIRE HYDRANT BARREL. TO INTfRRAL TERMINALS OF TRACER W E TERMINAL BOX AND me LDFD 11 8ACK DOWN. UA FIEIDBOOK CLAMP TRACER WIRE TO GROUND ROO AT SYSTEM tERMINATION POINTS Fu Na . �,nTADAbOM LEVE<�INAL BOX 21 /27 PRE HYCRANT BARREL() ®GROUND RGt)� FIRE HYDRANT VALVE NEW WATER MAIN AFIRENS HYDRANT 1 ANGNOR 00. NOT RUN WIRE UP VALVE FOX EXISTING WATER MAIN \\\ -POSSIBLE SI-UCE SPLICE EXISTNC, LOCATE PARE 1 TAPE MIRE AT MIDPOMJT OF EACH PIPE ..ENGTH SPLICE CHAD RODO TYPICAL DETAIL_ TRACER WIRE INSTALLATION wl EXISTING LOCATE WIRE SCALEI NOT TO SCALE CEM 717a) REVISED 06;2014 1ii.% McCLURET ENG;iP1FE.1ZING CP, building strong mmmo.iit 705 Rmt Av— Nunn Pon o d9 1— 50501 5155767155 k,515 576-0235 1360 NW 2i1STREB CI 50315 5159641929 "51 596 4-2370 1740 LIaBger Lane North Libert, 1— 52317 319 626-9090 l0 3M626-9095 9095 O1KE q' C M +M1"d Fam b N bl s mm�vneria� g® or mnlm H.rM1 nn aPY,4nr oM pq«ry rgl.¢Mdw J.—A w� n,4r n.•n•aM IlDn �Im. to ,wb..iAceidgirJq yi r,nmvn�mevmt , NamMI,-GIi—mWn .—L NA, WATERMAN TYPICAL DETAILS A7 A 7, vi rel t.:1 <7 SLOTHOWER ROAD WATERMAIN PROJECT CITY OF IOWA CITY, IOWA AC3314007-00 JULY 2014 QNGNLQR ou—IY SM5 me LDFD 11 1LLO e0OK NO UA FIEIDBOOK Fu Na DE -04 21 /27 ROAD%AiAy SURFACE ENTRANCE CROSS SF114 EDGE Ot- SliOULDEF INCHES FALL REQ CULVERT IF NEEDED RIGHT 4.iF 4h1FY FINISHED SURFACE SIF SIDE SLOPES REQUIRED THEY SHALL BE 6:11 OR 8-1) CEI*I T EP.LINE ENTRANCE L=E-I•(D-DIANIETEPMJFCLL'EI 7)X2X2 C n LENGTH CF S!n- E SLOPE (FROM EDGE OF EINTPJf i%JICE TO TOE OF DITCH,,) C = DEPTH FO DITCH E = WJDTH Oz DRIVE (20' SINGLE, 40' DOUBLET h. = LENGTH DEF CULVERT R=G;1 GR 8:1 i, 1 Ir CULVERT NEEDED APRONS REQUIRED (130TH Ei`dIO S) EXAMPLE ONLY E ENTRANCE WIDTH - 20 FT. D =DEPTH C;F DL-rCH = 5 F7.. P = SIDE SLOPE = 8 TO 1 CULVERT SIZE =15 INCHES (1.25 FT.) 5 FT. -1.?5 FT. = 3,75 FT, 'x=75 X 8 = 30 FT, X 2 = 635 FT. POP, SIDE SLOPES SJ FT. + 20 FT (SINGLE) = 80 FT TOTAL LENGTH CULVERT SAFETY SLOPE DETAILS NOT TO SCALE 1110 McCLURE ENGI?NIEERING CO. building strong nor.n, (dl2s. 705 Firs Avenue Notl6 Fon Dodaa Iowa 50501 1 55.155 h. 515.57. 915..5516-A435 1360 N'N 121 s STREET Cline, lows 50325 515-'64-1229 lav 515964.2570 1 M Llninger Lane N9fM Llberq, 1.— 52017 319-626-9090 Fox 319.626-9095 wcr—,4danb'WMlwerc. ro nn.:.pnr, a. M 6melwn. L all tlnq antllIpalemv wlillm FF.,PIama....12 n em%,Iw,.-ehm....;malm. n. I:il.6.e.aaa I.mua Gwydyan,a poF, nI—iI,, gnnM •nn+M by MVCIvn Ep6F...-.n6 Com p11w xbrgoya. spin i, m.nnnv vhv 6e„mMllun,F gFu9n6 Co emiv�a nr l CULVERT SAFETY SLOPE DETAILS SLOTHOWER ROAD WATERMAIN PROJECT OW OF IOWAO7, IOWA IAC 3310W]-00 JULY 2016 ims fNUC 8Y IMS Ge UC cmEG,F06YKao. -JA PIFIELDSOOK GM`tiiNG rv0. DE -05 22/27 r a.� SLOTHOWER ROAD WATERMAIN PROJECT OW OF IOWAO7, IOWA IAC 3310W]-00 JULY 2016 ims fNUC 8Y IMS Ge UC cmEG,F06YKao. -JA PIFIELDSOOK GM`tiiNG rv0. DE -05 22/27 GENERAL TRAFFIC CONTROL NOTES: 1. ADVANCE NOTIFICATIONS SHALL BE PLACED AT THE APPROPRIATE LOCATIONS PER MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) AND/OR DEPARTMENT OF TRANSPORTATION (IDOT) STANDARDS. 2. ALL WORK IN PROGRESS WITHIN THE SHOULDER OR PAVED SURFACE SHALL BE PROTECTED WITH A FENCED PERIMETER MEETING IADOT STANDARD SPECIFICATION 2518.02. 3. THE APPROPRIATE IDOT STANDARD ROAD PLAN, SECTION TC'TRAFFIC CONTROL" SHOULD BE APPLIED DEPENDING ON THE CONSTRUCTION OPERATION AND LOCATION, RELATIVE TO THE ROADWAY. 4. THESE IDOT STANDARD ROAD PLANS INCLUDE, BUT ARE NOT LIMITED TO: TC -1, TC -202, TC -211, TC -234. SHEET LOCATION DESCRIPTION NOTES FROM TO 0+00 0+65 CONNECTION TO EXISTING WATERMAIN REQUIRES ROADWAY REMOVAL AND LANE CLOSURE WM-02 0+65 1+80 TRENCHING ADJACENT TO ROADWAY REQUIRES SHOULDER REPLACEMENT AND LANE CLOSURE 1+80 2+60 TRENCHLESS PIPE INSTALLATION UNDER ROADWAY REQUIRES SHOULDER CLOSURE WM-02 to WM-11 2+60 32+23 TRENCHING PIPE INSTALLATION ADJACENT TO ROADWAY REQUIRES SHOULDER CLOSURE AS NECESSARY FOR EQUIPMENT WM-11 0+00 0+83 TRENCHLESS PIPE INSTALLATION U%DER ROADWAY REQUIRES SHOULDER CLOSURE 1110 McCLURE ENGINEERING C building strong commur!i`,i 705 Flro Ave"ve Norm FWO ",—SD501 515-576-7155 fm 5155764235 1360 4W 1215 Si EF 0 ,laud 50325 515-964-1229 1m 513-964-2370 1740 U.Inyer Lune Nonh Liberty, Iowa 42317 319-6264090 IF. 319-626-9093 ore Enpe•w^rp Co,nv,rywlve,vmaM,p :Olay vi,a llvbahro: p.vnl.,a.xia vn:avm ex.Y,ax Plent zycifvuivnx,eM 6v �.�x.a.....x. emelwa�•., A,wle.mnn.. .II�.n. wv.wcnr lrem AKWn En�m,.rmg Cerpeny. 11 TRAFFIC CONTROL SLOTHOWER ROAD WATERMAIN PROJECT att OF IOWA 0n. IOWA IAC 3314007 00 JULY 2014 aEVlslo.Is ertmweEa oPavm ar JMs KJC cneavo sr 111. 'oar Na- ue FIELDBOOK TC -01 23/27 Do not allow work to interfere with the flow of traffic. When parked, locate vehicles as far from the open traffic lane as possible. Entrances and driveways should be used whenever appropriate. Equip all vehicles with an amber revolving light or amber strobe light. d For work lasting longer than one hour, refer to TC-202 or TC-402. k xu>hxia.� Pickup 1 VEHICLE STOPPED ON SHOULDER FOR LESS THAN ONE HOUR 1 Pickup r I SLOW-MOVING OPERATION ROAD SURVEY WORK CREW AHEAD Possible Contract Item: Traffic Control W2,-6 a,: %48° REVISION r, Iowa Department 2 1 of Transportation TC-1 STANDARD ROAD PLAN SHEET, of REVISIONS' PAW.0 ost6 001..1.9 ember Vehicle Waron, Light. LEGEND APPROVED BY DESIGN ME I M EN.- En Traffic Sign ♦. Direction of Traffic WORK NOT AFFECTING TRAFFIC (TWO-LANE OR MULTI-LANE) III.' McCLURE' ENGINEERING Co. building strong cornu +:er,. 705 6rs Avenge North Fod Dodsa, Iowa 50501 515-526-7155 fm 515-576 4 235 1360 NW 121 sr STREET Clae, lown 50325 515 964.1229 k 515-964-4370 1740 unmger Eane Nunn Lib", low. 52317 319-626-9090 Iw 319-636-9095 an;maMo,a linEAiyr,rvr.s'..ne.x'W nn.rro,,, rvmrhry<erv�.Yer<r pm6�m,MiF YBu 2vnuwl n:par�n an Yo. iaecwamevm�ee •.wn.Pm.iv. wmlM +'Fl.xor. vllgaor '_1' 1'_,YJN -11...E, pnairy Coggwe,. d I G.mtl.vtA eLq". M .v C panY- \1 TRAFFIC CONTROL cw> CJ r..o SLOTHOWER ROAD WATERMAIN PROJECT CITY Of IOWA CITY, IOWA IAC 3 314 007-00 JULY 2014 11 M.ul L�W.Ys, JMS mc CHNnD 6Y YLLY.1 UA HELDBOOK NG NO. SHPT— TC-02 24/27 1t ERD RBD Von G20 -2A 48" x 24" h Shoulder Lmc� I 5 devT ices n I I I ROAD ------- e -------"".I YfORK AHEAD SHOULDER DROP 9Ef W8 -9A 48" x 48" LEGEND h Traffic Sign • 42" Channelizer Work Area .�� Direclim of Traffic ---------- SPEED sign. `N °Y LIMIT A B C� T (mph) TC-03 Shoulder edge drop-offs shall be mitigated according to Article 1107.0812 35 or less 500' 250' 11 40' 100' 40-45 700' 350' 80' 200' 50 or greater 1000' 500' 100'(D 200' Spacing = C 2 Length of Work Area When a pavement edge drop-off exists, install a SHOULDER DROP-OFF sign. `N °Y eFIELDBOOK Possible Contract Item: No pavement edge drop-offs greater than pavement depth will be allowed Traffic Control during non -working hours. TC-03 Shoulder edge drop-offs shall be mitigated according to Article 1107.0812 ! IOWA DIL. of the Standard Specifications. T- Q7 When the length of a pavement edge drop-off is 1000 feet or less, the temporary fillet requirement of Arfide 1107.08 of the Standard Specifications does not apply. Reduce channelizer spacing to 40 feet. �2 For work areas less than 200 feet long, use channelizers spaced at 20 foot centers or use a vehicle with an amber revolving light or amber strobe light. J on 76P G20 -2A 48" x 24" III,!.= McCLURE' ENGINFER;NG Co. building strong communl6e.. 105 U. Manua N.1n Fal Dod,., low. 50501 5155?6II55 Im 5155764235 1060 NW 121ItS1 EF CI -,1— 50325 515-964_1729 lm 51 5964-2370 1760 LW,., Lane Nodi Llberry, Io 52a17 019-626-909* I— 319426.W95 NOiI<E ,. .2 rrma.eeu 46lln.n,1�11nb:'P�i�«ti°. \\ 5 TRAFFIC CONTROL SLOTHOWER ROAD WATERMAIN PROJECT CITY OF I0WA C1W, IOWA IAC 3314DD7.00 JULY 2014 XENSIO" euims ° OwMCxv `N °Y eFIELDBOOK UA u. TC-03 25/27 <t> -411 488"" x ■ _ x48 48" W13-1 W20-4 W20-1 24"x24. 46"x48" 41Y' Ix 48" G20 -2A max. O 500' 1009—may 48"8" x x 24" Ali• • • • • RLA - 50D' 500' - 500' ----- 41-5V. 100' 50' -100' ROAD 20- IVMount cre Warning Light at 48' x24" MORK RpA 'v each and of the work area, on HEAD the dram CloeeSt to the Rt -2 W20-1 0720-4 W3-2 48" x 48" x 48" 48"x48" 24"x W'324'-148' 4"x324"48"x48" 48" x 48" to ONCOMING TRAFnt R1 -2A 38" x 30" LEGEND Type'A'WemingLight F Traffic Sign f -....i Work Area 4� Direction of Traffic • 42" Channelizer Do not use this layout when ADT exceeds 2000 vehicles. Locate this layout at least 2500 feet from any other work site layout Full -depth openings during non -working hours will not be allowed. Temporary plating, planking or filling may be necessary. Vehicles, unattended equipment, materials or stock -piled waste are not permitted between the shoulder lines during non -working hours. For bridge deck overlay projects: The night before overlay operations begin, a bridge deck finishing machine and necessary materials may be placed on the roadway. 10 Do not use this layout if a No Passing Zone for the closed lane is located within this area. Possible Contract Item: Traffic Control McCLURE`a ENGINEERING CO. building strong CLIP JUVION ,1"- 705 Fnl Ar.— N.0 Fon J OF, Iowa 50501. SIS -516-7155 far 515.576-0235 1360 MR 121 n$Rrt Clnre,Iowa 503'25 51$9641229 km 515964.2310 1)40 Lininger Lane N, Lib", town .2317 319-626-9090 raz 319-626-9095 M1OIICE ,.uLWn G9:mertnq Grynpwv md"il Mn"M tubo m,n 11"""Incl",w"nLm,",Id� m 1, iM b vhkln mtl" all . M, mBin,m ,ipp tlrnn..hn �yalm vry ".ran, omiv�b"a. nmvzidmdc, vmdgnic, a mnilk¢ wh itli my k W 6e dtl bnuL N n" g B m oral X. ` ,AL* Y Y '+% TRAFFIC CONTROL SLOTHOWER ROAD WATERMAIN PROJECT Cltt OF IOWA OI ,IOWA IAC 3314007.00 JULY 201a ftEV 510N5 ENGINEER lMsoRa Cxv m A By NFIELDBOOK ox wwc.o.RNHT NO TC -04 26/27 SIGNS FACING OPPOSING TRAFFIC -O Wt -6 48'x 24" Shoulderline_ D O I G21-2 50" x 18" Or FRC _ 60" x 1 e" n -sJ I W1-6 48" x 24" 200'-500 — — — — — — ------ — _6 Sand Truck (1il Truck Shoulder line Plc' up Yellow Flashers or 2 2 TMA Strobes Optional L SIGNS FACING TRAFFIC A min. ®® 200' APPROACHING FROM 300' . 500' 50 or greater 1000' Ur Or THE REAR G23-1 1 0 48" x 3"0" LEGEND 4... Direction of Traffic R Truck -Mounted Attenuator (TMA) SPEED LIMIT (mph) A min. 25 or less 200' 30-35 300' 40-45 500' 50 or greater 1000' W1-6 48'x24" W1-6 48" x 24" VEHICLES NOT STRADDLING CENTERLINE Equip all vehicles with an amber revolving light or amber strobe light. Optional Fluorescent Yellow Green (FYG) sign background may be used. Q This arrow display may be operated in a four -corner caution mode. Q3 Move this vehicle to the shoulder to accommodate passing traffic. ® A vehicle mounted Portable Dynamic Message Sign (PDMS) may be used in lieu of this sign, Q Refer to SI -881 for sign details. Possible Contract Item: Traffic Control MccLURETa ENGINEERING Co. building strong corrrtnunities. 70 9.1 Menus Noah Pon Dodse,'.... 50501 515-449155 fm 515-F76 -4235 1360 NW 121 at 5L2EE1 01 , Iowa 50325 515-9641229 Im 616-964-2390 North Uberry, Iowa 52312 319-626.9090 rm 319-626-9095 H Eaclp. raso-1 ca WAY`^•.^am^`a'll wmr.�roow ma m rdp..Ix.ne.Ma� vl,<xo� nax a a aa.m <omwcnJ: CpprflgFlmtl prep.rMNMs m Yiea aou.menrtvn >an",e e. amps'a..anpprparne;.;rsp�z�,,.l.;.�.«r oom uxu.. Erom....,ec"Npmr. 1 TRAFFIC CONTROL SLOTHOWER ROAD WATERMAIN PROJECT CIN OF IOWA CITY, IOWA IAC 3314007 00 JULY 2014 DIHEEA UW"'u" Jac KIC UE[Y.ED BY MECO ta.. 1. UA FIELDBOOK oxAwlrw rvo. _ NU - TC -05 27 / 27 �x t.j N SLOTHOWER ROAD WATERMAIN PROJECT CIN OF IOWA CITY, IOWA IAC 3314007 00 JULY 2014 DIHEEA UW"'u" Jac KIC UE[Y.ED BY MECO ta.. 1. UA FIELDBOOK oxAwlrw rvo. _ NU - TC -05 27 / 27 Prepared by. Jason Havel, Public Works, 410 E, Washington SL, Iowa City, IA 52240, (319)356-5410 RESOLUTION NO. 15-48 RESOLUTION SETTING A PUBLIC HEARING ON MARCH 9, 2015 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE SLOTHOWER ROAD WATER MAIN 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 Slothower Road - Melrose Water Main account #W3215. 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 91h day of March, 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, 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 23rd day of February _'20 15 Aieiz is MAYOR �� Approved by ATTEST: // C- ��srJ '7�rL� Jr e , 4 CITY CLERK City Attorney's Office, � g Jt5 ResoMion 1Vo, 15-48 Page 2 It was moved by Mims and seconded by Resolution be adopted, and upon roll call there were: Dickens the AYES: WAYS: AHSENTi x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton 03-09.15 11 Prepared by. Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5410 RESOLUTION NO. 15-75 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE SLOTHOWER ROAD WATER MAIN 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 Slothower Road - Melrose Water Main account #W3215. 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 24`h day of March, 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 7:00 p.m. on the 71h day of April, 2015, or at a special meeting called for that purpose. Passed and approved this 9th day of March _,20 15 jek MAYOR ,/ Approved by ATTEST: i%lz+ _i �S�y yQCG(Gt �irrFG!?G�Zt�I�r�1YCy. CITY CLERK City Attorney's Office Resolution No. 15 - Page 2 It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: DAYS: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton J O ZO�QH=VSZ¢Qw'vaO{=6Oi�QWavf-��'wFE-hNWuSSt owQ�O:�-UwgF_ ,�®aVxhLL- Qw[W[�oa�_UOTN �lo�-oc"m° 9.� wO� omCrm 9-O. ,ma°o.CcEm-:E2°0 pON a)Y " E110 3m¢ Z3_y°W41_ NU-; o , &OW WoOmnN`m _1c-Yv04 .cS °,ti.11,0 -do3m°am'lcm IQ is O«2. x2m ON, - 7i 000-tsO-Rm>-U Eg LocNvuJ aV m�W¢2u F.c`a0U1 m�°uiw �y ac a71ZQ1-GOOw U pVm�'^mL m2 m-v�0icm 5m -. o as o a.w p ww wm, oyo Y m. «L«1 mE m10 m.. mgi w OZOWIg X�¢m�' am a` m= °i n`m o..- oLmgm ° j 0z O 0 0 0 Q Q U VW- 0 3 c m `o 01 ui - U vi �'.. 0 1° o y o a£ v m W Q UJ w y y LL ¢F a Z O U O o E 1 '° m `o "[ c ° 3 `° 1 'p m U c Z 3 o-c� 'y Eo.T�c.-1 - m �m'-NN Ey LLO OJ�oOQZO��¢ yyorn. mo AE E oUo-�moa� 02cc Uw-- com.- c vE x006 02 aLLHIlmG�Ea°mo P U U ,. F: a U cc O �* z CO 6 n G0 E � z `cl o E'm s � E Q � m Q z NOTICE TO BIDDERS SLOTHOWER ROAD WATER MAIN PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 24th day of March, 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 7th day of April, 2015, or at special meeting called for that purpose. The Project will involve the following: Installing approximately 3,040 feet of 16 -IN DIP water main (trenched) along Slothower Road and 270 feet of 12 -IN DIP water main (trenched) along Melrose Avenue, and the associated valves, fittings and fire hydrants, as well as associated clearing and grubbing, site work, grading, and other associated activities. All work is to be done in strict compliance with the plans and specifications prepared by McClure Engineering Company, of North Liberty, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100°/x) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion June 26, 2015 Final Completion October 16, 2015 Specified Start Date: April 27, 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 McClure Engineering Company, 1740 Lininger Lane, North Liberty, Iowa, 52317 by bona fide bidders. The request shall be accompanied by a certified check (made payable to McClure Engineering Company) in the amount of One Hundred and Fifty Dollars ($150.00) for 11 by 17 -inch Drawings. Payment will be refunded if the Drawings and Documents are 1) returned within fourteen (14) days after the Award of the Project and 2) the Drawings and Documents are in a reusable condition. If they are not returned, or returned past the deadline, or are not in a reusable condition as judged by the Engineer, 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the 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 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 Printer's Fee $. CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 being duly sworn, say thal I am the legal clerk of the IOWA CITY PRESS-CITIZEN,a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper time(sy, on the following date(s): Legal Clerk Subscribed and sworn to before nine this I% day of NA -0— '.D.20 jS Nod* Pl4blic ADAM JAMES KAHLER 0 At Commission Number 785381 My Commission Expires 08/0412017 OFFICIAL PUBLICATION The following limitations shall NOTICE TO BIDDERS apply to this Project: SLOTHOWER ROAD Substantial Completion June 26, WATER MAIN PROJECT 2015 Sealed proposals will be Final Completion October 1b.. received by the City Clerk of the 2015 City of Iowa City, Iowa, until 2:30 Specified Start Date: April 27, P.M on the 24th day of March. 201- 2015 Sealed proposals will be Liquidated Damages: $500 per opened immediately thereafter by day the City 6lgineer or designee, Bids The plans, specifications and pro - submitted by fax machine shall not posed contract documents may be be deemed a 'sealed bid" for pur- examined at the office of the City poses of this Project. Proposals Clerk. Copies of said plans and received after this deadline will be specifications and form of proposal returned to the bidder unopened. blanks may be secured at the Proposals will be anted upon by Office of McClure Engineering the City Council at a meeting to be Company, 174D Lininger Lane, held In the Emma J. Harvat Hall at North Liberty, Iowa, 52317 by bona 7:00 P.M. on the 7th day of April, fide bidders. The request shall be 2015, or at special meeting called accompanied by a certified check for that purpose. (made payable to McClure The Project will lnvolvethe follow- Engineering Company) In the Ing: amount of One Hundred and Fifty Installing approximately 3,040 Dollars ($150.0) for 11 by 17 -inch feet of 16 -IN DIP water main Drawfti Payment will be refund - (trenched) along Slothower ed if the Drawings and Documents Road and 270 feet of 12 -IN DIP are 1) returned within fourteen (14) water main (trenched) akoog days after the Award of the Project Melrose Avenue, and the assn- and 2) the Drawings and elated valves, fittings and fire Documents are in a reusable condl- hydrants, as well as associated tion. If they are not returned, or clearing and grubbing, site returned past the deadlineor are work, grading, and other assocp not in a reusable condltlon as @ted actlyfles. judged by the Engineer, the depos- AII work is to be done In strict it shall be forfeited. compliance with the plans and Prospective bidders are advised specifications prepared by McClure that the City of Iowa City desires to Engineering Company, of North employ minority contractors and Liberty. Iowa, which have hereto- subcontractors on City projects. A fore been approved by the City listing of minority contractors can Council, and are on file for public be obtained from the Iowa examination in the Office ofthe City Department of Inspections and Clark, Appeals at (515) 281-5796 and the Each proposal shall be completed Iowa Department of Transportation on a form furnished by the City and Contracts Office at (5151239-1422. must be accompanied in a sealed Bidders shall list on the Form of envelope. separate from the one Proposal the names of persons, containing the proposal, by a bid firms, companies or other parties bond executed by a corporation with whom the bidder Intends to authorized to contract as a surety subcontract, This list shall Include in the State of Iowa, in the sum of the type of work and approximate 10% of the bid. The bid security subcontract amount(d shall be made payable to the The Contractor awarded the con - TREASURER OF THE CITY OF tract shall submit a list on the Form IOWA CITY, IOWA, and shall be of Agreement of the proposed sub - forfeited to the City of Iowa City in contractors., together with quanti- the event the successful bidder ties, unit prices and extended dol - falls to enter Into a contract within lar amounts. ten (10) calendar days of the City By virtue of statutory authority, Council's award of the contract and preference must be given to prod - post bond satisfactory to the City ucts and provisions grown and coal ensuring the faithful performance produced within the State of Iowa, of the contract and maintenance of and to Iowa domestic labor, to the said Project, if required, pursuant extent lawfully required under Iowa to the provisions of this notice and Statutes. The Iowa reciprocal resi- the other contract documents. Bid dent bidder preference law applies bonds of the lowest two or more to this Project. bidders may be retained for a peri- The City reserves the right to od of not to exceed fifteen (15) reject any or all proposals, and also calendar days following award of reserves the right to waive techni- the contract, or until rejection is calities and irregularities. made. Other bid bonds will be Published upon order of the City returned after the canvass and Council of law. City, lova, tabulation of bids is completed and MARIAN K. KARR, CITY CLERK reported to the City Council. The successful bidder will be 111.111, March 13, 2015 required to furnish a bond in an amount equal to one hundred per- cent (100%) of the contract price. said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materi L and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its comple- tion and formal acceptance b9 the City Council. ) \ ) 3 ) }\ « . - �� (( - �_ E7 Z (\iB \q\d �/ d q q\ a az \ L*. 6 G G \\�\\_\\\ - kI0 EL \\\\ \ ) 3 ) }\ « . - �� (( - �_ E7 Z (\iB \q\d �/ d q q\ a az \ L*. 6 G G 4d(3) Prepared by: Jason Havel, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5410 RESOLUTION NO. 15-91 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE SLOTHOWER ROAD WATER MAIN PROJECT. WHEREAS, Ricklefs Excavating Ltd. of Anamosa, Iowa has submitted the lowest responsible bid of $384,770.00 for construction of the above-named project, and WHEREAS, funds for this project are available in the Slothower Road - Melrose Water Main account #W3215. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Ricklefs Excavating Ltd., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 7th day of April 20 15 ATTEST:_i, z.J 9( 7S�ZiLJ CITY CLERK It was moved by Payne and seconded by adopted, and upon roll call there were: Ap roved by ff City Attorney's Office Mims the Resolution be 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 Ricklefs Excavating Ltd. ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 19'h day of February, 2015, for the Slothower Road Water Main 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 1 and 2 b "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; rM e, Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Bidder Status Form; 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. 3 The names of subcontractors approved by City, together with quantities, unit AG -1 prices, and extended dollar amounts, are as follows (or shown on an attachment): 34gF Lite /�/2vOuc•rS e,v.2P !i Y 'C' /�/•['KcL f3c2/.y�r /n/t_. Oh ULA% 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this %y N day of /MAS' 201$ . CItV ATTEST: Mayor City Clerk AG -2 Contractor yi (Title) '-6(14" ATTEST:I�G2/�� Vu�iv (Title) 5 t(ih ictlefS E S��-�eluYU (Company Official) 1 Approved By: City Attorney's cn r z co d cn .r OFFICIAL PUBLICATION PUBLIC NOTICE OF STORM WATER DISHARGE The City of Iowa City plans to sub- mlt a Notice of Intent to the Iowa Department of Natural Resources to be covered under the NPDES published in said paper time(s), on the following date(s); Legal Clerk Subscribed and sworn to before me this day of A7c,c- 20 Nota ub is ADAM JAMES KAHLER Commission Number 785381 4owi, My Commission Expires 08/04/2017 Ui Viii I. CwRr a c General Permit No 2 "Storm Water Printer's Fee $ ' J •� 1 Discharge Associated with Industrial Activity for Construction CERTIFICATE OF PUBLICATION Activities." The storm water discharge will be from excavation, grading, and STATE OF IOWA, water main utility construction located in Y< Section NE, Section 13, Township 79, Range 7 West, JOHNSON COUNTY, SS: Johnson County and /a Section SE, Section 13, Township 79, THE IOWA CITY PRESS -CITIZEN Range 7 West, Johnson County. Storm water will be discharged from 2 point source(s) and will be FED.ID#42.0330670 discharged to old Man's Creels S�f(n CiiOS then to Iowa River. Comments may be submitted to the Storm Water Discharge beingdui sworn, say that I a y V Coordinator, Iowa Department of Natural Resources, Environmental al the legal clerk of the IOWA CITY Protection Division, 502 E. 9th Street, Des Moines, IA 50319- PRESS -CITIZEN, a newspaper 0034, The public may review the published in said county, and Notice of Intent from 8.00am to 4:30pm, Monday through Friday, at that a notice, a ranted copy Of the above address after it has been P received by the department. which is hereto attached, Was ru..'a April 16, 2015 published in said paper time(s), on the following date(s); Legal Clerk Subscribed and sworn to before me this day of A7c,c- 20 Nota ub is ADAM JAMES KAHLER Commission Number 785381 4owi, My Commission Expires 08/04/2017 Ui Viii I. CwRr a c Prepared by: Jason Havel, City Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5410 RESOLUTION NO. 15-383 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AMENDMENT NUMBER 1 TO THE JUNE 17, 2014 AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND MCCLURE ENGINEERING COMPANY TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE SLOTHOWER ROAD/IWV ROAD WATER MAIN PROJECT. WHEREAS, the City of Iowa City entered into a contract on June 17, 2014 for consulting services with McClure Engineering Company, of North Liberty, Iowa, to provide design services for the Slothower Road/IWV Road Water Main Project; and WHEREAS, the City of Iowa City desires to broaden the scope of services to be performed by the Consultant to provide additional design development and plan revisions and to prepare and update final design for construction of the Slothower Road/IWV Road Water Main Project; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with McClure Engineering Company; and WHEREAS, funds for this project are available in the Slothower Road — Melrose Water Main account #W3215; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The Consultant Agreement, Slothower Road/IWV Road Water Main Project, Amendment No.1 attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Amendment No. 1 to the Consultant's Agreement. Passed and approved this 15th day of December , 2015. O) �r^1 MAY Approved by ATTEST CIT % 7f �� �CGfr2 ��f�°�✓��hl CIT ERK City Attorney's Office �2�i���s Resolution No. 15-383 ]Page 2 It was moved by Mims and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: Dobyns the ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton AMENDMENT NO. 1 TO CONSULTANT AGREEMENT THIS AMENDMENT NO. 1, made and entered into this U`THday of 2015, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and McClure Engineering Company, of North Liberty, Iowa, hereinafter referred to as the Consultant. WHEREAS, the City and Consultant entered into a Consultant Agreement on or about June 17, 2014, for engineering consulting services for the Slothower Road/IWV Road Water Main Project; and WHEREAS, in the course of performance on said agreement, the City determined that a geotechnical study was necessary and appropriate during design of the Project, that a separate tree removal plan was necessary and appropriate to accommodate Indiana Bat habitat and migration activities; and WHEREAS, the City has also determined that the water main should not extend to the landfill as originally contemplated; and WHEREAS, this Amendment No. 1 is necessary to amend the Scope of Services and Compensation to address these changes in circumstances. NOW THEREFORE, it is agreed by and between the parties hereto that the Consultant Agreement, dated June 17, 2014, is hereby amended as follows: I. Section I. Scope of Services, Task 2.03 Soil Boring Coordination in the Consultant Agreement shall be deleted and replaced with the following: The CONSULTANT will prepare request for proposals and obtain bids from Geotechnical Firms for completion of geotechnical investigation of the proposed project corridor. The Geotechnical Firm selected shall be considered a sub -consultant for CONSULTANT. The geotechnical investigation will provide soil boring logs, ground water information, bedrock depths, and corrosive nature of existing soils and leaking underground storage tank (LUST) site testing, including soil and groundwater plume modeling. Additionally, the suitability of the in situ soil for use as bedding and backfill material will be evaluated for the Project. A geotechnical investigation report provided by the selected Geotechnical Firm will be included with the final bidding documents. The geotechnical investigation shall be a contract directly between the CONSULTANT and the Geotechnical Consultant. Costs for the geotechnical investigation shall be paid by the CONSULTANT. II. Section 1. Scope of Services, Task 4.02 Check Plan Preparations (90%) in the Consultant Agreement shall be amended to add the following: Revise the 90% Check Plans, including the drawings and specifications, to remove reference to the IWV Water Main Improvements to the Landfill, as directed by CITY. III. Section 1. Scope of Services, Task 4.05 Final Bidding and Construction Documents in the Consultant Agreement shall be amended to add the following: -2 - CONSULTANT shall prepare separate plan sheet for demolition of trees by CITY and mark/stake trees for removal by CONSULTANT'S Survey Crew. IV. Section IV. Compensation for Services in the Consultant Agreement is amended to add a fee for the amended Scope of Services described above as follows: In consideration of the services, work, equipment, supplies, or materials provided herein, the City agrees to pay the Consultant a lump sum fee of $3,800 for the Geotechnical investigation, and the following HOURLY NOT -TO -EXCEED FEE of $3,887.50 for Revisions to Check Plans and Construction Documents, including any authorized reimbursable expenses, pursuant to the Schedule of Fees attached and incorporated into the Consultant Agreement. The amended total not -to -exceed fee is $60,087.50. III. All other provisions of the Consultant Agreement not specifically and expressly amended herein remain in full force and effect. FOR THE CITY F R THE ONSULTANT By: t/1 BY Title: MayorTt �ro�a!!� MGr�Rq� r Date: December 15, 2015 ATTEST: Date: i2-•,09 • ZO15' Approved by: i� & 4 City Attorney's Office �z��b Date USPS CERTIFIED MAIL NCS[IA6439840MB1 @ PO Box 241566 Cleveland CH 44124 9214 8901 5273 7201 2159 80 CITY OF IOWA CITY WWTP-SOUTH 4366 NAPOLEON ST SE IOWA CITY IA 52240-8201 ATTENTION If you have questions regarding the enclosed document, please email liens@ncscredit.com. Distribution List CITY OF IOWA CITY W WTP-SOUTH 4366 NAPOLEON ST SE IOWA CITY IA 52240-"0201 JOSEPH J. HENDERSON AND SON. INC. 3288 OLD GRAND AVENUE GURNEE IL 60031 JOSEPH J_ HENDERSON AND SON. INC_ clo REGISTERED AGENT SOLUTIONS, INC_ 400 E COURT AVE STE 110 Dos Maines IA 50309 Continental Casualty c= 333 E Wabash Ave Chlcago IL 6D604 - EK - IV MAY 17, 2016 TO: CITY OF IOWA CITY W WTP-SOUTH 4366 NAPOLEON ST SE IOWA CITY, IA 52240-5201 Project: CITY OF IOWA SOU I H WASTEWATER TREATMENT PLANT 4366 NAPOLEON S"FSE IOWA CITY. IA Claimant: MESCO BUILDING SOLUTIONS, A DIVISION OF NCI GROUP. INC. Dear Sir/Madam: Enclosed is the Claim Against Contractor as claimed by MESCO BUILDING SOLUTIONS, A DIVISION OF NCI GROUP, INC., who contracted with JOSEPH .1. HENDERSON AND SON_, INC. and who has not been paid for materials and/or services Provided to the above project. If you have any questions or wish to discuss this matter, please contact 1iens(c0ncscredit.com. Construction Seivices Agent for MESCO BUILDING SOLUTIONS, A DIVISION OF NCI GROUP, INC. c/o Administrative Agent P. O. Box 241566 Cleveland, OH 44124 Re: File(L643994) 14P96593 _. _.._ r:D 9.. To CLAIM AGAINSTCON"TRACTOR Under Provisions of Chapter 573 Iowa Code CITY OF IOWA CITY W WTP-SOUTH 4366 NAPOLEON SP SE IOWA CITY, IA 52240-8201 We, the undersigned: MESCO BUILDING SOLUTIONS, A DIVISION OF NCI GROUP, INC. (CLAIMANT) 5244 DEAR CREEK CT. IRVING, TX 75061-6011 berewlth provide notice of our claim for PRE-ENGINEERED STEEL BUILDING COMPONENT'S (SPECIALLY FABRICATED MATERIALS) Furnished to: JOSEPH S. HFNDERSON AND SON, INC. (GENERAL CONTRACTOR) 42$8 OLD GRAND AVENUE. GURNEE,IL 60031 used by said contractor in tine construction of CITY OF IOWA SOUTH WASTEWATER TREATMENT PLANT 4366 NAPOLEON Si' SE IOWA CITY, IA as per tine attacbed itemized exhibit (Exhibit for which Claimant is owed ONE HUNDRED FORTY FIVE THOUSAND, SEVEN HUNDRED TWO AND 461100 DOLLARS ($145,702.46.) MAY 17, 2016 -a r;, Claimant's Affidavit State ))S.S. of-_� ���j� ) S.S. County of t_ ) 1, MS, REBECCA PAUL, the CREDIT MANAGER for MESCO BUILDING SOLUTIONS, A DIVISION OP NCI GROUP, INC., do solemnly swear that the several items mentioned in the within statement and attached exhibit are just, true, and wholly unpaid.. _M1,,SC0 BUILDING SOLll"Ft,ONS, A DIVISION OF NCIbAOUP, INC. �A 1 11 L By: MS. REBECCA PAUL - CREDIT IvIANAGET Subscrihcd and morn tobefore Inc this ' f f� „ _ 2016. L �v olaiy Puhlie in aq he State of Texas eRenae Timmons SUlxrj Texas, 5lxte af'1'exn iFapku: 0111 VA01f I Reference: (L643984)141196593 Distribution: (Via Certified Mail) CITY OF IOWA CITY W WTI' -SOUTH 4366 NAPOLEON ST SE. IOWA CITY, IA 52240-8201 JOSEPH J. HENDERSON AND SON, INC. 4288 OLGD GRAND AVENUE GURNEE, 11, 60031 JOSGPII J. HENDERSON AND SON, INC. C/O REGISTERED AGENT SOLUTIONS, INC. 400 E COURT AVE STU. 110 DES MOINES, IA 50309 CONTINENTAL CASUALTY 333 E WABASH AVE CHICAGO, II. 60604 _ - i Exhibit A fd AM 52,14 Bu" CRECZ CT NCI nil ILDING SYSTEMS MUM PHONE, TY. 75061-6011 PO Boz 990435 euN, ne.$NOItpnY PHONE, (214)607-9999 P•A%1 (211)607-9739 DALLAS, TX 75289-0935 HILL TOt JOSEPH J HENDERSON & SDN INC SHIP TO; JOSEPH J HENDERSON k 5'011 ,INC 4288 OLD GRAND AWE CITY OF IOWA CITY OURNEE, IL 60031-2734 WWTP-SOUTH 4366 NAPOLEON ST SA IOWA CI'T'Y, IA 52-40-8201 TERMS ;30 NET SHSPDATEt 09 -FPB -2016 F.O.H. CONTACT, SHIP VIA., BEST PRT TMIS: Deacrigtion Qty Unit Price Eutandad Amount Current Contract Amount through Revision R 1 S,145,702.46- * (Include5 145,702.46-*[Includes gdoCed freight, Tax: and additional freight may be applicable) 0201 3645U d743367: $140,052.46 LOT OP NA.TEEIAL PER ATTACHED LIST 14743,167 0101 FREIGHT: y4,.150, 00 FREIGHT 0101 SPECT BAR JOIST: $1,500.00 FOR: ROOF, c: nJ -TI Tax Fxamatld Sub Total $145,702.h6 'lax: $0.00 Down Payment: Total Due this Invnicc: $1,15.702.46 PLEFSC RETURN A COPY OF THE IINOICP }VPPH REMITTANCE. INTEREST AT 'PHE RAPE OF 1.58 PER MONTH (18$ A.P.R.) OR THE t'KTMUM ALF,DWED BY S'PAT'E LAW WILL BN ADDED DU ANY BALANCE NOT PAID WITHIN 30 DAYS AND EACH .SOCCNCSIVE 30 DAY PERIOD THE INVOICE REMAINS UPDAID. HO NOT DEDUCT ANY 1JACAC11ARGP.'S OR OFP.SR_TS. ALL OFFSETS AND BACKCPLARGES ARL: 'PO AE INVOICED TO OUR FIELD SERVICE DEPARTMENT. DISC01.41T'S ARE ONLY APPLICABLE TO MATERIAL. YNVOSCAi{ 14F`96593-01 ORDERS 14PD6593 DAHlVA,?TP-HIO SOLIDS - Rof Sob #22592 COUTROLff 0 DATE 09 -FEB -2016 CUST# 100521 PON 12913-05-13-122-02 CURRENCYI DSD PiAQ4 1 of 1 HILL TOt JOSEPH J HENDERSON & SDN INC SHIP TO; JOSEPH J HENDERSON k 5'011 ,INC 4288 OLD GRAND AWE CITY OF IOWA CITY OURNEE, IL 60031-2734 WWTP-SOUTH 4366 NAPOLEON ST SA IOWA CI'T'Y, IA 52-40-8201 TERMS ;30 NET SHSPDATEt 09 -FPB -2016 F.O.H. CONTACT, SHIP VIA., BEST PRT TMIS: Deacrigtion Qty Unit Price Eutandad Amount Current Contract Amount through Revision R 1 S,145,702.46- * (Include5 145,702.46-*[Includes gdoCed freight, Tax: and additional freight may be applicable) 0201 3645U d743367: $140,052.46 LOT OP NA.TEEIAL PER ATTACHED LIST 14743,167 0101 FREIGHT: y4,.150, 00 FREIGHT 0101 SPECT BAR JOIST: $1,500.00 FOR: ROOF, c: nJ -TI Tax Fxamatld Sub Total $145,702.h6 'lax: $0.00 Down Payment: Total Due this Invnicc: $1,15.702.46 PLEFSC RETURN A COPY OF THE IINOICP }VPPH REMITTANCE. INTEREST AT 'PHE RAPE OF 1.58 PER MONTH (18$ A.P.R.) OR THE t'KTMUM ALF,DWED BY S'PAT'E LAW WILL BN ADDED DU ANY BALANCE NOT PAID WITHIN 30 DAYS AND EACH .SOCCNCSIVE 30 DAY PERIOD THE INVOICE REMAINS UPDAID. HO NOT DEDUCT ANY 1JACAC11ARGP.'S OR OFP.SR_TS. ALL OFFSETS AND BACKCPLARGES ARL: 'PO AE INVOICED TO OUR FIELD SERVICE DEPARTMENT. DISC01.41T'S ARE ONLY APPLICABLE TO MATERIAL. MTMT ' 4d(3) Prepared by: Jason Havel, Public Works, 410 E. Washington St„ Iowa City, IA 52240 (319) 356-5410 RESOLUTION NO. 16-140 RESOLUTION ACCEPTING THE WORK FOR THE SLOTHOWER ROAD WATER MAIN PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Slothower Road Water Main Project, as included in a contract between the City of Iowa City and Ricklefs Excavating, Ltd. of Anamosa, Iowa, dated May 14, 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 Slothower Road - Melrose Water Main account #W3215; and WHEREAS, the final contract price is $389,462.82. 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 17th day of Mav 20 16 ATTEST: -)� k)_ Klc�1� CITY CLERK MOOR Approved ` ,�IGre uYrAAI City Attorney's Office � t z4u. It was moved by Botchway and seconded by rums the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway X Cole x Dickens x Mims X Taylor x Thomas X Throgmorton