Loading...
HomeMy WebLinkAboutHIGHLAND AVE WATERMAIN REPLACEMNT/2015WATERMAIN REPLACEMENT/ HIGHLAND AVE/ 2015 n , 2ci of Highland Avenue Water Main Replacement Project Engineer's Estimate Watersmith Engineering 5/4/2015 Engineer's Estimate (Draft For Review) $195,998.00 �7 y0 Cn 3� i Estimated r •r.. Item Description Units Quantity Unit Price, $ Extended Cost 1 Mobilization LS 1 $25,000.00 $25,000.00 2 Traffic Control LS 1 $3,100.00 $3,100.00 3 Erosion Control, Inlet Protection EA 3 $350.00 $1,050.00 4 Erosion Control, Silt Fence LF 574 $3.00 $1,722.00 5 Erosion Control, Silt Fence Removal LF 574 $2.00 $1,148.00 6 Removal of Sidewalk SY 143 $13.00 $1,859.00 7 Removal of Driveway SY 22 $15.00 $330.00 8 Removal of Curb LF 120 $12.00 $1,440.00 9 Removal of Street Pavement SY 122 $30.00 $3,660.00 10 Abandon valve, 6" EA 1 $400.00 $400.00 11 Removal of valve, 6" EA 1 $400.00 $400.00 12 Removal of hydrant assembly EA 1 $600.00 $600.00 13 Water Main, Bored, PVC, 8" LF 502 $55.00 $27,610.00 14 Water Main, Trenched, PVC, 8" LF 43 $95.00 $4,085.00 15 Water Main, Trenched, Ductile Iron, 8" LF 26 $120.00 $3,120.00 16 Water Main, Trenched, Ductile Iron, 6" LF 48 $110.00 $5,280.00 17 Water Main, Trenched, PVC, 6" LF 20 $90.00 $1,800.00 18 Fitting, Ductile Iron Mechanical Joint LB 590 $12.00 $7,080.00 19 8" Coupling Sleeve EA 3 $750.00 $2,250.00 20 6" Coupling Sleeve EA 4 $600.00 $2,400.00 21 Cap or plug, 6" Water Main EA 3 $600.00 $1,800.00 22 Connection to Existing Water Main EA 5 $800.00 $4,000.00 23 Water Service, Copper, 1" Far Side of Street EA 6 $S,00o.00 $30,000.00 24 Water Service, Copper, 1" Near Side of Street EA 3 $2,400.00 $7,200.00 25 Temporary Flushing Tap, 2" EA 1 $2,400.00 $2,400.00 26 Valve, Gate, 8" EA 8 $1,800.00 $14,400.00 27 Valve, Gate, 6" EA 2 $1,400.00 $2,800.00 28 Fire Hydrant Assembly EA 1 $5,000.00 $5,000.00 29 Granular Surfacing SY 50 $18.00 $900.00 30 Curb and Gutter LF 120 $37.00 $4,440.00 31 Sidewalk, PCC, 4" SY 93 $60.00 $5,580.00 32 Driveway, PCC, 6" SY 22 $60.00 $1,320.00 33 Street Pavement, 11" SY 122 $75.00 $9,150.00 34 Mulching SY 228 $3.00 $684.00 35 Hydroseeding, Fertilizing, and Mulching SY 665 $6.00 $3,990.00 36 Sanitary Sewer Replacement LF 20 $400.00 $8,000.00 Total $195,998.00 Engineer's Estimate (Draft For Review) $195,998.00 �7 y0 Cn 3� i .� r •r.. CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2015 HIGHLAND AVENUE WATER MAIN REPLACEMENT PROJECT IOWA CITY, IOWA 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 �Q f g 3IOA/ is and he laws f the State of I ,r 2 t BRADLEY W. °J ROETH m = (signature) (date) v : 16536 Bradley W. Roeth License number 16536 My cense wal date is 31, low owum "`0N\ `\\\ Pages lor sheets covered by this seal: December SPECIFICATIONS 00i A113 VMC1 98313 A113 WATERS, Wd300 1-gyecon Wp` 3nE. t ` ENGINEERINC(]Sus tI IA 52761 SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICETO BIDDERS............................................................................................ AF -1 NOTETO BIDDERS............................................................................................... NB -1 FORMOF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORMOF AGREEMENT........................................................................................ AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 GENERALCONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SC -1 BIDDER STATUS FORM.. ...................................................................................... BF -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 02050 Demolitions, Removals and Abandonments ........................ 02050-1 Section 02100 Site Preparation................................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 Section 02270 Slope P Oi.ox. 1. W��n Control ................................. 02270-1 Section 02520 Portland ��++'" (PlooPaving...................................... 02520-1 Section 02660 Water Distri ution................................................................ 02660-1 Accepted Prgac&3Rd V4rteAMIALtion Materials Water Main Testing Procedures Section 02665 Water Sery }02665-1 Section 02700 Sewers.....T1 � ............................................. 02700-1 Section 02900 Landscaping....................................................................... 02900-1 NOTICE TO BIDDERS 2015 HIGHLAND AVENUE WATER MAIN REPLACEMENT PROJECT r^� 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 AF -1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 PM on the 91" of June, 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 16" day of June, 2015, or at special meeting called for that purpose. The Project will involve the following: Bore installation of 8" PVC water main; trench installation of 6" and 8" water main, valves, and fittings; removal and replacement of sidewalk, driveways, curb and gutter, and limited areas of street pavement; associated erosion control, traffic control, and other related items. All work is to be done in strict compliance with the plans and specifications prepared by Watersmith Engineering, of Muscatine, 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 tQ� r bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. S t£ iid �— AN 9101 The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said band to r^� 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 AF -1 AF -2 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 one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date (all work except seeding): August 1, 2015 Liquidated Damages (all work except seeding): $500.00 per day Specified Completion Date (seeding only): September 15, 2015. Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Engineering Division, City of Iowa City, 410 E Washington Street, Iowa City, IA 52240, 319-356- 5140, by bona fide bidders. A $25 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. A refund will be issued if re -useable plans and specifications are returned to the City of Iowa City within 14 days of the project award date. 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 Iowa domestic labor, to the extent lawfully re - VIM • , quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. �C;£ Nd_ �i�i�a� The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Q Published upon order of the City Council of Iowa # f i City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 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: Bid Bond Envelope 2: Form of Proposal Envelope 3: Bidder Status Form V!i01%1131Vt0i M333 A113 "T Rd ti -AMM, 0371) NB -1 VAGI ,Alto vmol M31a Allo 9s :s wa �- aw gloz 031i.J NB -2 FORM OF PROPOSAL 2015 HIGHLAND AVENUE WATER MAIN REPLACEMENT PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder 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 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Mobilization LS 1 $ $ 2 Traffic Control LS 1 $ $ 3 Erosion Control, Inlet Protection EA 3 $ $ 4 Erosion Control, Silt Fence LF 574 $ $ 5 Erosion Control, Silt Fence Removal LF 574 $ $ 6 Removal of Sidewalk SY 143 $ $ 7 Removal of Driveway SY 22 $ $ 8 Removal of Curb LF 120 $ $ 9 Removal of Street Pavement SY 122 $ $ ,� 10 Abandon valve, 6" EA 1 $ $ Al }}Ufthomoval of valve, 6" t IO EA 1 $ $ 213 Removal of hydrant assembly EA 1 $ $ T Wd h-14Q91)�ater Main, Bored, PVC, 8" LF 502 $ $ 14 Water Main, Trenched, PVC, 8" LF 43 $ $ 03 �5 .f Water Main, Trenched, Ductile Iron, 8" LF 26 $ $ G Water Main, Trenched, Ductile Iron, 6" LF 48 $ $ 17 Water Main, Trenched, PVC, 6" LF 20 $ $ FP -1 18 Fitting, Ductile Iron Mechanical Joint LB 590 $ 19 8" Coupling Sleeve EA 3 $ 20 6" Coupling Sleeve EA 4 $ 21 Cap or plug, 6" Water Main EA 3 $ 22 Connection to Existing Water Main EA 5 $ 23 Water Service, Copper, 1" EA 6 $ Far Side of Street 24 Water Service, Copper, 1" EA 3 $ Near Side of Street 25 Temporary Flushing Tap, 2" EA 1 $ 26 Valve, Gate, 8" EA 8 $ 27 Valve, Gate, 6" EA 2 $ 28 Fire Hydrant Assembly EA 1 $ 29 Granular Surfacing SY 50 $ 30 Curb and Gutter LF 120 $ 31 Sidewalk, PCC, 4" SY 93 $ 32 Driveway, PCC, 6" SY 22 $ 33 Street Pavement, 11" SY 122 $ 34 Mulching SY 228 $ 35 Hydroseeding, Fertilizing, and Mulching SY 665 $ 36 Sanitary Sewer Replacement LF 20 U01 'A11-3 KM01 XV313 A1C3 9S.£ Wd h—Avwslez (1311A TOTAL EXTENDED AMOUNT= $ FP -2 R 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: VA 01 ?,113 VtAOJ 5113'13 alto 9S .0 Nd h- An 3102 0a I1.� FP -3 NM313 A113 9S l£ Nd h- AN SIOd 0311 FP -4 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 2015 Highland Avenue Water Main Replacement Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20 Witness V/401 "AI1a b 01 348370 AM 53 *£ Nd h- ,SYN SIDI +'Witness C13 1t.d MM (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney ss T ud t- Avu Sifla d3"113 EM FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20, for the 2015 Highland Avenue Water Main Replacement 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; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; L Contract Compliance Program (Anti -Discrimination Requirements); U01 1X110mJA6j XS313 %iijJ Proposal and Bid Documents; and 99:C Wd I— AVU510? This Instrument. f"1 ZITtl Flof bove components are deemed complementary and should be read together. In the •7 4 Jnt o evef 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 City By ATTEST: VMDI `J1113 ON MS313 A113 9S t£ Hd h- AN 9102 01311 q day of Mayor Contractor ATTEST: City Clerk (Company Official) AG -2 Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for 2015 Highland Avenue Water Main Replacement Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Watersmith Engineering, which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or VM01'e if*_Won a bid or bids for submission to Owner for completing the Project in 348313 �ik2cordance with the terms and conditions of the Agreement; and upon determina- 9S 'E Nd I— AVb4GWOwner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even ough there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of 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 two (2) 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 (Principal) (Title) (Surety) Witness (Title) *U10 V Z�al (Street) 99 .0 Nd h— AM slot G 3 111 1 A (City, State, Zip) MM (Phone) Contract Compliance Program .1111111111, .� "I AYx110' ITY OF IOWA CITY 9S :E Wd h- AVW 3101 (1311zj SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. r 13AiI til 99 .1£ Nd h- AN 9101 mgrlassticontractcompliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sect.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the nef, toggt cs :s wd h- aw 3101 03-1JJ mgAassflcontractcompiiance.doe 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 Print Name VM01 "kilo VAWI MH313 AIM LS :C Wd h- AVW 51 OZ (1311 -4 Phone Number Title Date mgr\asst\contractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) 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 VA101 . � W,elated. Train your interviewers on discrimination laws. Biased and subjective judgments in Al prove interviews can be a major source of discrimination. prove hiring and selection procedures and use non -biased promotion, transfer and training L rCdid �Q j� to increase and/or improve the diversity of your workforce representation. Companies `rRi kake 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 —Jompanies should post and otherwise publicize all job promotional opportunities and "'encourage all qualified employees to bid on them. 12/01 mgr\asst\contractcompllance-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. `dM01'Alt3 VA01 M-4313 A113 LG -C Hd h-AVWSIUZ C1 3112 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 si nificant risk of transmission of the human immunodeficiency virus to other persons in a speci I �HQl o F. The UAir�rAFxWWRrom the provisions of this section: 0311J CC -6 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95- 3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03- 4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) VM01 `A.lt3 VMGI M8313,03 LS tg Wd 't- ASH 9191 0311A 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. U8313 'W3 is *£ Nd h- AVW SIOZ (]31t:4 CC -8 vmol,Al,13 YAW,, LS :£ Wd h- 4VW 51DZ (13l,zi CC -9 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. VM0I U13 VMof )44313),Ito LS :C Nd '1- 4vW SIQZ 03"11:4 GC -1 M8310 AIIO LS :s Nd h- Avw S►ot C131IJ CC -2 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Bidder Status Form 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 ]DOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended. S-2 LIMIT% i ATIONS. Add thttle1g; pEnragr�,pIn tto11108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be .9ittlrn Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage' Each Occurrence Aggregate $1,000,000 $2,000,000 Automobile Liability Combined Sinqle Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. 'Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs 0.01 .A113 V1404 incurred by Contractor's insurer. The entire amount of the Contractor's liability insurance policy coverage limits shall be LS :C d +AVW �I fgayable by the Contractor's insurer, with no deductible to be paid by, or self-insured Orreetention 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 U Z 1 I. such deductible or self-insured retention. SC -2 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. G. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's G r�' Insurance are canceled or modified, the City may in its discretion either M k on tractor's operations or activities under this Contract, or terminate this G { on rac , and withhold payment for work performed on the Contract. C. li LBH RMLE4SSi0Z 1. (JT74[tt�ctor 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 SC -3 expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the 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 tfilii his/her subcontractors, shall employ any person whose physical or con i n is that his/her employment will endanger the health and safety of them- mentalselves�(g pfh$[a eqpI%VVg3 the project. Contractor hall not commit any of the following employment practices and agrees to include the following c63 inRyd, ubcontracts: SC -4 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. S-12 BIDDER STATUS FORM ON NON -FEDERAL -AID PROJECTS. To be considered a responsible bidder for this Contract, the bidder shall submit along with Bid Bond and Form of Proposal, a separate envelope labeled BIDDER STATUS FORM which shall contain the completed form included with these specifications entitled BIDDER STATUS FORM. Note that these requirements involve all projects not funded with Federal monies. VM01 #A113 001 )pj313 A113 Ls -€ Wd h- �VwsloZ 03-11A SC -5 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: Dates: Dates: to to Address: City, State, Zip: 1 I Address: City, State, Zip: to / 1 Address: You may attach additional shoot(s) if needed. To be completed by non-resident bidders City, State, Zip: 1. Name of home state or foreign country reported to the Iowa Secretary of State: Part C 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 sheets) if needed - To be completed by all bidders I certify that the statements made on this document are true and complete to the be: failure to provide accurate and truthful information may be a reason to reject my bid. Part D I know that my Firm Name: f C :r WA tl— IN 5101 _-- Date: . You must submit the completed form to the governmental body r questing i s per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-600102-14 Worksheet: Authorization to Transact Business This worksheet may be, used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa_ ❑ Yes ❑ No My business is currently registered Elsa 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 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. ❑ 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. VMQi'311,i3 'M01 114313 ki L5 .£ Wd h- OW 9100 013113 3036001 02-14 ARC 1271C LABOR SERVICES DIVISION[8751 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 11600. Public comments regarding the proposed rules were received. Commenters stated that some of the ndes 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 publisbed under Notice of Intended Action. Some changes arc technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subtitle 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 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Patagmph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-1563(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875156.9(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. After 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 effcclive on February 12, 2014. The following amendment is adopted. Adopt the following new 875—Chapter 156: CHAPTER I56 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 87- 156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational proccdures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate,"when used with respect to any specified person or entity, means a r e 0 that, either. directly or indirectly through one or more intermediaries, controls, iris under common control or ownership with, such specified person or entity. , "Commissioner" means the labor commissioner appointed pursuant to Iotw4 Cgdgrs�ct u the labor commissioner's designee. ".ttrr MMtltl "Division" means the division of labor of the depvtment of workforce development. 1 03"11A BF -3 "Nonresident bidder" means a person or entity (hat 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 wbole 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 laborforce 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 affrliatc 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 cath 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 comtrussioner. 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 nomesponsive. 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 irmmediately 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. 156.2(3) Determining authorization to transact business. A person or entity ispflk Wi t' business in the state if one or more of the following accurately describes the person o t 33 AMa. In the case of a sole proprietorship, the sole proprietor is an low a resident for owa income tax purposes; OS E Nd I-INSIDI b. In the case of a general partnership or joint venture, more than 50 percent otithe general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; 2 I:1=11 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 496A.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 limit€d 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; L In the case of a corporation whose articles of incorporation are tiled 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 ma state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed itsmostrecent 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 91C. 1$6:2(4) Determining if bidder has conducted business in state_ In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement- a_ mprovementa. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; mid b_ Conducted business in the state for each ofthose three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(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 to 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 home 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 Pref ement it) this state as would be required in the construction of a public improverifleR�oi4.� e or foreign country of the nonresident bidder, or the parent of a resident bidder rf t ren would qualify as a nonresident bidder if such parent were to bid on the public hnprovertjtttit awM1ajdjW S I DI A preference shall not be applied to a subcontractor unless thell s t or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor3 03-11A BF -5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nomesidem 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 cannot 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. 875-156.4(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 subrale 156.4(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 Avenuc, Des Moines, Iowa 50319_ 156.4(2) Written complaint fmm. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any 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 complaint form. 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 wriuen complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Herrrbtgs. The commissioner may hold hearings and investigate charges of violations of the Act. b. Fnoy into place of employment. The commissioner may, consistent with due process of law, triter 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 determining whether any person has violated the provisions of the Act_ The commissioner shall only snake an entry into a place of employment in response to a written complaint. C- Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. paths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition ofwimesses, and require by subpoena the attendance and testimony of witnesses and the�a production of all books, registers, payrolls, and other evidence relevant to a matteit�S'1�{'`lllv,�109W01 orhearing. N8313 A110' e_ Employmentofpersonnel. The commissioner may employ qualified personnel as are necessarjv; for the enforcement of Iowa Code section 73A.21. The personnel shall be en*l@yQ[ "uatjt-t(AW SIQZ merit system provisions of Iowa Code chapter 3A, subchapter IV. 3 1 1 J C f Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by (his 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 the a written request for an informal conference, The request must be received by the division within 15 daysafter the date of issuance of the division's deter[ nation. 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 parry 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 a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $I,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civilaction 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 funds 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 under this chapter to any personva A1ty �1 61 invalid by a !'Jllf „tl3 A.it3 9S :C Wd h-1VWSIC a371� BF -7 court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. 'I hese rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/141 [published 1/8/14] EDITOR'S NOTE' For replacement pages for 1AC, see IAC Supplement 1/8/14. VM01 `1113 VA IDI )48313,k113 9S :£ Nd I— A'iN910Z 0311A SECTION 01010 SUMMARY OF THE WORK PART 1 - GENERAL General description, not all inclusive. A. Base Bid Work: Provide erosion control and vehicular and pedestrian traffic control measures throughout project. 2. Saw cutting of existing pavement, sidewalks, curbs and gutters and curb ramps prior to reconstruction. 3. Remove Portland Cement Concrete and Hot Mix Asphalt roadways, driveways, parking lots, curbs and gutters, sidewalks, curb ramps and other miscellaneous items. 4. Replace sanitary sewer with water main material. 5. Bore and install water main. 6. Excavate open trench for water main where required. Protect -in-place existing utilities and site features adjacent to excavation. 7. Install water main, fittings, valves, hydrants, thrust blocks, tracer wire, and other related items. 8. Backfill and compact trench. 9. Flush, disinfect, pressure test water main. 10. Connect existing service connections to new water main. 11. Abandon old water main. 12. Construct Portland Cement Concrete and Hot Mix Asphalt roadways, driveways, parking lots, curbs and gutters, sidewalks, curb ramps and other miscellaneous items. 13. Seal all saw cuts and expansion joints. VM()1%113 ymal 14. Coordinate work schedules, water outagesMMIDt1A(Jt0ntrol with City Staff. 15. Mulching and hydroseeding restored %S;q)AqAds.tl- AWS101 16. Other work associated with pavement andl�aifs due to utility work. e 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01010-1 Uof 1 l VM41 44W3 113 95 :C Wd h- OwSIDI a311 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01010-2 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. B. Measurement shall be rounded to the nearest tenth -foot. C. Contractor shall submit a list of locations with square footage for payment. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 -PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: VM01 IAIIO VMGI )481113 )1113 A. Payment under this contract shall occur no pTor -T9 drip nth for work completed by the Contractor. Payment is baseeegKr i gest total amount and value of work completed. It is not the City'spgli� to ray for materials and equipment stored or furnishings fabricated off site.© !1 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 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. All trees and shrubs shall remain and be protected from damage, unless noted otherwise on the drawings. Special precautionary measures required to prevent injury or damage to said tree, shrub or root system shall be considered incidental. The prices for those items which involve grading or excavation shall include disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. WA01'Xilo VM01 The Contractor must pay for all parking permit fees, meter hoods, lot and ramp X8313 A113 fees, and parking tickets. The Contractor must figure these costs into their bid is T �d �_ AiNSjdl 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. 03111 The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01025-2 are deposited there as a result of any construction activity. The cost of clean up shall be incidental. The Contractor shall be responsible for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. The cost of providing traffic control for each site shall be incidental. B. BID ITEM DESCRIPTIONS Mobilization, lump sum. a. When 5% of the original bid amount is earned, either 25% of the contract price for mobilization or 2.5% of the bid amount, whichever is less, may be paid. b. When 10% of the original bid amount is earned, either 50% of the contract price for mobilization or 5% of the bid amount, whichever is less, may be paid. c. When 50% of the original bid amount is earned, either 100% of the contract price for mobilization or 10% of the bid amount, whichever is less, may be paid. d. Upon completion of all work on the project required by the contract, full payment will be made for mobilization, including any amount not paid as a progress payment. 2. Traffic Control, lump sum. Payment is full compensation for: a. Erecting, maintaining, moving, and removing all traffic control devices required by the contract documents, including warning lights, b. Furnishing all materials, labor, and equipment, and c. Traffic quality control. 3. Erosion Control, Inlet Protection, each. The unit price for this item will be paid based on each inlet protection device installed meeting the requirements of Section 02270. Unit price includes, but is not limited to, removal of the device upon completion of the project and maintenance events for the duration of the contract. 4. Erosion Control, Silt Fence, linear feet. The unit prices for this item will be paid based on the length of silt fence properly constructed to the nearest foot. Payment for construction of silt fence is full compensation for labor, equipment and materials necessary to construct the items according to the contract documents. 5. Erosion Control, Silt Fence Removal, linear feet. The unit prices for this item will be paid based on the length of silt fence properly removed VM0j t foot. Payment for removal and disposal of silt fence is full compensation for r��c� ent and materials necessary to construct the items according to the contract documen s. BS :£ Nd h— ASN g 0 6. Removal of i ewalk, square yards. t price for this item will be paid based on the number of square yards of pavement hatm d� Removal quantities shall include Portland Cement Concrete, full depth Hot Mix Asp, and/or brick sidewalks and curb ramps. Removal of compacted granular material and traffic control shall be considered incidental. Saw cuts and hauling and disposal of 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01025-3 waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. 7. Removal of Driveway, square yards. The unit price 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 Hot Mix Asphalt, and/or brick driveways. Includes sidewalks integral to driveways. Removal of compacted granular material and traffic control shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. 8. Removal of Curb, linear feet. The unit price for this item will be paid based on the number of linear feet of curb and gutter removed, as measured at face of curb. Removal quantities shall include Portland Cement Concrete, full depth Hot Mix Asphalt, and/or brick curbs and gutters. Removal of compacted granular material and traffic control shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. All brick that is removed shall be salvaged and returned to the City of Iowa City. Additional effort required for this purpose is considered incidental. 9. Removal of Street Pavement, square yards. The unit price for this item will be paid based on the number of square yards of pavement removed. Removal quantities shall include Portland Cement Concrete base, full depth Hot Mix Asphalt, and/or brick roadways and streets. Removal of compacted granular material and traffic control shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. All brick that is removed shall be salvaged and returned to the City of Iowa City. Additional effort required for this purpose is considered incidental. 10. Abandon valve, 6", each. The unit price for this item will be paid based on the number of valves abandoned in place. Payment includes excavation, removal and disposal of valve box, backfill, and compaction. 11. Removal of valve, 6°, each. The unit price for this item will be paid based on the number of valves removed. Payment includes excavation, removal and disposal of valve, backfill, and compaction. 12. Removal of hydrant assembly, each. Tpy .py, I�e for this item will be paid based on the number of hydrant assemblies 0I b� ti ment includes excavation, removal and disposal of hydrant, valve, backfill, ;ction. Hydrant assembly shall remain the property of the City of Iowa City, to 8S .£ w9e (Aeli EMfy,Contractor to a City facility designated by Engineer. 13. Water Main, Bored, PVC, 8", linear feet. Qeta iLd ice for this item will be paid based on each type and size of pipe installed by ec4tl rTa� drill methods and will be measured in linear feet along the centerline of the pipe, including the length through the fittings. Unit price includes, but is not limited to 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01025-4 boring and receiving pit excavation; drilling fluid handling and disposal; potholing and backfill for visual identification of utility conflicts, including core drilling of sidewalk or pavement; back reaming; assembling and installing PVC restrained joint pipe; gaskets; tracer system; testing; disinfection; backfill and finished grading of disturbed areas. Additional length of pipe required to achieve minimum depth is incidental; payment is limited to length of bored pipe shown on the drawings. 14. Water Main, Trenched, PVC, 8", linear feet. 15. Water Main, Trenched, Ductile Iron, 8", linear feet. 16. Water Main, Trenched, Ductile Iron, 6", linear feet. 17. Water Main, Trenched, PVC, 6", linear feet. The unit price for this item will be paid based on each type and size of pipe installed in an open trench and will be measured in linear feet along the centerline of the pipe, including the length through the fittings. Payment will be made at the unit price per linear foot for each type and size of pipe. Unit price includes, but is not limited to trench excavation; stock piling top soil; removal and disposal of excavated material within 5 feet of paved area; sheeting, shoring, and bracing; dewatering; removal of abandoned private utilities encountered during trench excavation; temporary support for existing water, sewer, gas, telephone, electric, and other utilities, or services that run parallel to or cross the trench; tracer system; testing; disinfection; gaskets; and polyethylene wrap for ductile iron pipe and for fittings; Class A Roadstone backfill within 5ft of paved areas; and finished grading of disturbed areas. 18. Fitting, Ductile Iron Mechanical Joint, pounds. The unit price for this item will be paid based on each type and size of fitting installed as specified in the contract documents or as required for proper installation of the water main. Determine the total weight of fittings counted, in pounds, based on the standard fitting weights published in AWWA C153 for ductile iron compact fittings. Payment will be made at the unit price per pound for each type and size of fitting. Unit price includes, but is not limited to, gaskets; restrained joints and thrust blocks. 19. 8" Coupling Sleeve, each. 20. 6" Coupling Sleeve, each. 21. Cap or plug, 6" Water Main, each. The unit price for this item will be paid based on each type and size of coupling, cap, or plug installed as specified in the contract documents or as required for proper installation of the water main. Unit price includes, but it not limited to, pipe cutting, removal and disposal of pipe, disposal of trench water, and thrust restraint (for caps and plugs subject to pressure). 22. Connection to Existing Water Main, each. The unit price for this item will be paid based on each cut -in connection to existing water main as shown in the contract documents or as required for proper installation of the water main. Unit price includes, but it not limited to, coordination with Water Division and bfA01rwigvIc6jwater main outage, pipe cutting, removal and disposal of pipe, disposal of �i4r. Coupling fitting paid under separate item. 8S :93WWaffc �JW�FO2Copper, 1 ", Far Side of Street, each. 24. Water Servide,, Copper, 1 ", Near Side of Street, each. rtit p ice for this item will be paid based on each type and size of water service stub © m e ater main to the stop box (curb box), removal of old stop box, and connection to the existing service line. Payment will be made at the unit price for each type and size of water service stub. Unit price includes, but is not limited to, excavation and backfill; 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01025-5 disposal of soil and providing Class A Roadstone backfill within 5 ft of paved areas; corporation, service pipe, boring beneath the street, stop, and stop box. 25. Temporary Flushing Tap, 2", each. The unit price for this item will be paid based on each temporary flushing tap. Unit price includes, but is not limited to, installation of flushing tap, temporary piping to drain flush water, removal of temporary piping. Flushing and testing are incidental to water main installation. 26. Valve, Gate, 8", each. 27. Valve, Gate, 6", each. The unit price for this item will be paid based on each type and size of valve. Unit price includes, but is not limited to, all components attached to the valve or required for its complete installation, including underground or above ground operator, square valve operating nut, valve box and cover, valve box extension, and valve stein extension. 28. Fire Hydrant Assembly, each. The unit price for this item will be paid based on each fire hydrant assembly. Unit price includes, but is not limited to, the fire hydrant, barrel extensions sufficient to achieve proper bury depth of anchoring pipe and height of fire hydrant above finished grade, and components to connect the fire hydrant to the water main, including anchoring pipe, fittings, thrust blocks, pea gravel or porous backfill material, and fire hydrant gate valve and appurtenances, except tapping valve assembly if used. 29. Granular Surfacing, square yards. The unit price for this item will be paid based on the number of square yards of granular surfacing used as temporary surface for curb ramps. Included with these items is subgrade preparation and compaction, furnishing, placing, compacting, and trimming to the proper grade. 30. Curb and Gutter, linear feet. The unit price for this item will be paid based on the number of linear feet of Portland Cement Concrete curb and gutter constructed and includes excavation required to place forms and curb and gutter at required elevations, forming, reinforcing steel, supply, placement and finishing of concrete, curing, jointing and joint sealing, asphalt patching to match adjacent paving, grading to establish a uniform grade between the sidewalk and top of curb, backfilling at curb lines, and traffic control. Portland Cement Concrete mix shall be IDOT M mix. Curb width shall be as indicated on drawings. 31. Sidewalk, PCC, 4", square yards. The unit price for these items will be paid based on the number of square yards of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, reinforcing steel, forming, concrete placement and finishing, curb ramps, curing, jointing and joint sealing, backfilling at form lines, and traffic control. Portland Cement Concrete mix shall be IDOT C mix. VM01 `A110 VMOI N8333 A113 32. Driveway, PCC, 6", square yards. The unit prices for these items will be paid bw": Ade 11[trMR3404are yards of Portland Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thicknesses and mix designs. Ancld�1d with these items is excavation to place forms and pavement at required p do ply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01025-6 placement and finishing of concrete, special concrete mixes, reinforcing steel, Portland Cement Concrete curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges, and traffic control. Portland Cement Concrete mix shall be IDOT C mix. Aggregate durability class for all P.C. Concrete paving shall be Class 3. Pavement smoothness shall be evaluated for main line pavement per current IDOT Specifications. No incentive will be paid. 33. Street Pavement, 11 ", square yards. The unit prices for these items will be paid based on the number of square yards of 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 and Portland Cement Concrete base, reinforcing steel, supply, placement and compaction of asphalt, and traffic control. The minimum Hot Mix Asphalt thickness shall be 3 inches; Portland Cement Concrete Base 8 inches. Allowable alternate construction is 11" Portland Cement Concrete. Portland Cement Concrete mix shall be IDOT M mix. 34. Mulching, square yards. This unit price is for mulching all disturbed areas as directed by Engineer. The unit prices for these items will be paid based on the number of square yards of area mulched. Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; furnishing and placing mulch. 35. Hydroseeding, Fertilizing, and Mulching, square yards. The unit prices for these items will be paid based on the number of square yards of area hydroseeded. Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. 36. Sanitary Sewer Replacement, linear feet. The unit price for this item will be measured in linear feet along the centerline of the pipe. Unit price includes, but is not limited to trench excavation; removal and disposal of excavated material; sheeting, shoring, and bracing; dewatering; removal of abandoned private utilities encountered during trench excavation; temporary support for existing water, sewer, gas, telephone, electric, and other utilities, or services that run parallel to or cross the trench; water main material for sewer pipe; couplings; connections to existing sanitary sewer; Class A Roadstone backfill; and finished grading of disturbed areas. 1 lav A113flI 6S --E Wd h- Aw 910Z 03'11A 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01025-7 V 4313 A113O( 6s. E 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01025$ SECTION 01310 PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to pedestrians, residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit a detailed schedule of the proposed work. The schedule shall include proposed dates and durations of lane reductions and street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules as requested by the City throughout the project. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION. A. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Contractual dates from Notice To Bidders: a. Specified Completion Date (all work except seeding): August 1, 2015 b. Liquidated Damages (all work except seeding): $500.00 per day C. Specified Completion Date (seeding only): September 15, 2015. IM01'A113 I'Aj©i d. Liquidated Damages: $500.00 per day )48313 A -W3 No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the bs ;£ �d h_ approval of the Engineer, with the exception of saw cutting freshly poured S10Zconcrete. Q3 '� } B Work will proceed in a well organized and continuous manner to minimize the e disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01310-1 maintained at all times. C. Construction will proceed in phases. Prior to advancing to the next phase or sub - phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. D. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. E. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. W01 `,«,C0 ,VM01 )M310 ;1.110 00:4 Wd h- AVNglut Q311.q 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -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 not specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the [DOT 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 VISI (1tV3 J7.Lf,j 3.01 cU�1Wd �SA VN 310Z A. Except as amended in this document, the work in this section will conform to the Q 31110 dvisions and sections of the IDOT Standard Specifications: E 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01570-I Division 11_ General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary 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 responsibility of the Contractor. dr)W 3 A113a1 00:4 Nd 'I- M 5101 ®311J 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART1-GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this I V.61conform to the following divisions and sections of the IDOT Stan�i�ft9ns: Division 25. Miscellaneous Construction.— KIRS10 1 Section 2510. Removal of Pavement. Section 2511. Removal and Construction o Sidewalks nd Recreational Trails. �i1 Section 2515. Removal and Construction of Driveways. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02050-1 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non -working and non- active periods. C. Site Access Measures VA01 "kilo VA01 1. Pedestrian access to homes and busines I1"3naintainod at all times. Temporary surfaces shall be provided as directed b the Engineer. 00:1 Wd h-1,VA0Z 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent pront' b sinesses to the maximum extent possible. L J 1 j 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02050-2 D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, Portland Cement Concrete and Hot Mix Asphalt pavements, driveways, alleys, parking lots and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Saw cuts shall be approved by the Engineer. 4. All brick that is removed shall be salvaged and returned to the City of Iowa City. 5. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. }483 3 ,k1.4304 00 -h Nd I— ivwsIOZ G311:1 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02050-3 b°h101 `Allo VMOI M8311 Alli 00 h Wd h- AN SIOZ (1311:1 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02050-4 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. IDOT Standard Specifications. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform to the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of c"1Wd I3ai AkPJ trees, shrubs and vegetation not designated for removal. The CNU,?J''M'J&Qlity for tree and shrub damage will be based on the appraised value, not replacrr t value, and shall include the cost of appraisal by a qualified araDsml Wd �1' Iy 01 3-03 EXISTING STRUCTURES AND PROPERTY: (3 9 1 1 A A. Remove existing signs and posts within the construction area as directed by the 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02100-1 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. 001 'AM V101 }48330 A113 00 .q bid h— Ow 910Z ®3 11=1 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 - GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 - PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, [DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Granular surfacing material shall consist of Class A crushed stone or Class C gravel complying with Iowa DOT section 2315. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform to the following divisions and sections of the IDOT Standardf0*40p3wol A8313 X1110 Division 21. Earthwork, Subgrades and Subbases. All sections 00 .q Nd h— AN SIR Division 24. Structures. Section 2402. Excavation for Structures. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02220-1 3.02 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.03 BACKFILLING: A. General 1. Do not place frozen or unsuitable materials in backfill or place backfill upon frozen material. Remove previously frozen or unsuitable material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger ft;@P1,knp3 Pn 2 feet of pipe nor larger than 12 inches in backfill 101�lpucjf arge masses of backfill material into trench. C. Backfilling Around Structures 00 :q Wd h- aw SJOZ' 1. Do not place backfill against or on structures until h11 tained a 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02220-2 sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.04 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. V'M010All3 VM01 M310 A113 00M Wd h- nw SIUZ 03111 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02220-3 U01 ',4110 Vh101 A8313 4113 00'q Nd h- AN SIOZ C1311A 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02220-4 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART1-GENERAL 1.01 SUMMARY. A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A_ IDOT Standard Specifications. B. Towa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 7.03 QUALITY ASSURANCE: A. Revetment stone and erosion stone shall met the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (gcotextile) shall be of a non -woven material and confonn to the requirements of IDOT Engineerings Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotexfile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specd`iCV*0':*'k ,13 VM01 M313 k113 Division 41. Construction Materials. ,�y Section 4130. Revetment Stone and EtnsiolooA�.wd �— In 3102 Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. f 9 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02270-1 2.02 INLET PROTECTION. - A. Drop-in Intake Protection: 1. Use a manufactured device that is inserted into the intake and is capable of trapping or filtering sediment from runoff prior to entering the storm sewer. 2. All components must be contained entirely below the surface of the intake grate. 3. Incorporate means of emergency outflow to prevent flooding if plugged with sediment. B. Surface -applied Intake Protection: 1 _ Use devices or filter socks, placed around or over the intake, that are capable of trapping or filtering sediment from runoff prior to entering the storm sewer. 2. Do not allow the device to completely block or plug the intake, preventing inflow. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Constriction. Section 2507. Concrete & Stone Revetment. and the following IDOT Standard Road Plans: EC -t01 Wood Excelsior Mat EC -20t Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans before removal of top soil. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTTLE: A. Surface Preparation 1. The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be�t,r as n �j qh and free of loose rock and clods, holes, depressions, projet�0�tly ,tions and standing or flowing water. !!�� B. Placement 00 sq Nd h— AN SIR 1. Prior to placement of the geotextile, the soil surface wilupeltidr quality of design and construction. The geotextile will he placed on e approved surface at 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02270-2 the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. Al horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a tnininutm of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified coveting within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. VM01 W1113 VA101 00.4 Wd I- AN SIDI Q3 r1A 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02270-3 VM01 `A113 VMO1 U310 A110 00.4 Nd h- IN 9101 a311A 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02270-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint, cure and seal Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air, 3. Slump. 4. Density Tests of Base and Subgrade. PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, ra e��tPis section will conform to the following divisions and sections ofd d Specifications: Division 41. Construction Mid_ A�(j� ilut Sections 4101 throu 41 B. Aggregate durability class for all Portlannsx3enl �2 crete paving shall be Class 3. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform to the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Cleaning and Repair. Section 2213. Base Widening. Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Widening. Section 2310. Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Railroad Approach Sections. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35 OF, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Minimum 35-32'F Covering One layer plastic or burlap. � � Minimum 31-25°F One layer plastic and one layer .iiia vM01 burlap or two layers burlap. 34a-313 A11.3 00 :q NdBelow 25°F Commercial insulating material 41 AYNSIOZ approved by the Engineer. Q 3qt oncrete shall be protected from freezing temperatures until it is at least five days 11 Id. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02520-2 C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90'F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90'F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. VM01 "A110 001 N8313 Alia 00:4 Nd 'i- AN Sin C1311:1 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02520-3 U01 IAM VmO1 AU313 Alla 00 M Wd ' - AN 9102 Q37l.4 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02520-4 SECTION 02660 WATER DISTRIBUTION PART1 GENERAL 1.1 SUMMARY.- A. UMMARY:A. Furnish, install and test water distribution system as indicated and specified. 1.2 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a *** shall be kept on the site, readily available and accessible to the Contractor during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus 15%. B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10, Iowa City Municipal Design Standards. 2. Iowa City Water Division Policies & Procedures Manual, Backflow Ordinance - Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AWWA-C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI/AWWA-C105/A21.5-99: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSI/AWWA-C110/A2I.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI/AWWA-Clll/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 W WA-C151/A2l.51: Ductile -Cron Pipe, Centrifugally Cast, for M313� Other Liquids 7. /AWWA-CI53/A21.53:Ductile-Iron Compact Fittings, 3 -inch through 00M did "hVWSWd 54 -inch through 64 -inch for Water Service S. ANSI/AWWA C502: Dry -Barrel Fire Hydrants /9j � tlSl AWWA C504: Rubber -Seated Butterfly Valves (2 fiG.�A C509: Resilicnt-Scated Gate Valves for Water Supply Service, 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-1 11. ANSI/AWWA C510 Double Check Valve Backflow -Prevention Assembly 12, ANSI/AWWA C511 Reduced -Pressure Principal Backflow -Prevention Assembly 13. ANSUAWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSI/AWWA C600***: Installation of Ductile -trop Water Mains and Their Appurtenances 15. ANSI/AWWA C605***: Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water 16. ANSI/AWWA C65 I***: Disinfecting Water Mains 17, ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 8 -inch for Water Distribution D. American Water Works Association: L AWWA Manual M'2')*-`*: PVC Pipe -Design and Tnstallation 2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire Ilydrants E. American Society for Testing Materials: ASTM D2241 F. Manufacturers Standardization Society: I . MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application G. Uni-Bell PVC Pipe Association: 1. UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA Standard C-900. 1.3 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. Vim 01'AP Plans for initial operations and final operations: Special prepared drawings and �1 ��iWed list of sequences of steps are needed prior to any operation of water A 11"3 distribution system. Submit 2 weeks prior to date of planned operation. 'T AVNs��7 j"� C. Rp, Working Drawings or Construction Plans showing: V 7 -1I J 1. Pipe layout with valves, fittings and hydrants shown 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-2 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: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 1.4 QUALITYASSURANCE: A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 TIME: A. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. Service disruptions shall take place at night after normal business hours. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division is listed below. Serve notice- to the Water Division at 356-5160. 1. For lapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide- 3 days notice. 4. For locations of underground facilities, provide 48 hours notice. PART 2 PRODUCTS 2.1 All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual and included following this ��""BT,ct1r1� 11 3 VM 0,1 2.2 DUCTILE -IRON PIPE: A�M8313 A113 A. Pipe shall be AW WA C151, Class 52. 10 .ry Nd h— kvw 510Z B. Pipe is to have an exterior bituminous enamel coating anda star c' nent mortar lining in accordance with AWWA C104, II J 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-3 C. Pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. D. Pipe is to be complete with all necessary rubber 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 CIII/A21.11. Furnish with all necessary hardware and rubber gaskets. B. Bell -and -spigot pipe joints 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. 2.4 POLYVINYL CHLORIDE PIPE: A. Pipe shall conform to ANSUAWWA C900 and shall be thickness class DR 18 (Class t50). All pipe shall have the same outside dimensions as ductile -iron pipe. For pipe installed by boring, provide pipe with restraining system manufactured integrally into pipe end. B. PVC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecular Wei -lit petroleum products or organic solvents or vapors. C. PVC pipe shall not be installed under public roadways and shall not be used around cul-de-sacs or other small radius curves. 2.5 PITTINGS: A. All fittings shall conform to ANSUAWWA C110/A21.10, with pressure rating of Class 350 for 3" to 24". B. Mechanical joint fittings shall be ductile iron compact ANSUAWWA C 153IA21.53 or ductile standard ANSI/ANVWA C110/A21.10. Targe fittings, 12 -inch through 20 - inch shall be ductile iron standard ANSUAWWA C110/A21.10 SO � lees shall be ductile iron standard ANSUAWWA C110.A21.lOd_y �c eA' non is not available (i.e., offsets), cast iron standard ANSUA.-V310 c. "1.10 shall be provided. Q ;4 Wd t1- AVw SIR C. All fittings shall be bituminous coated inside and outsi aud�tall furnished 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-4 complete with necessary accessories including rubber gaskets, ductile iron glands, NSS Cor -Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. D. All fittings shall be restrained joint. 2.6 RESILIENT SEAT VALVF,S & VALVE BOXF,S: A. Gate valves shall conform to ANSI/AWWA C509. I Valves shall be full line size gate valves with epoxy coating inside and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi. 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. 6. Seals and gaskets shall be rubber. 7. All valves shall be restrained joint. B. Butterfly valves shall conform to ANSI/AWWA 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 shod body pattern with mechanical joint ends. 5. Shaft seals shall be o -ring type. 6. Valve shall have manual operator with a 2" square operating nut for operation of the valve and shall open left. 7. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. C. Tapping Valves shall be as specified for resilient -seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves shall be 175 psi minimum working ressure. 10.M 2. Valves shall be epoxy coated inside and4 M , 4�D *�� bolts. �V3tainless steel nuts and 3. Valves shall be furnished with all jolre 4qc*dorfttt. AVW SIOZ D. Valve Boxes shall be 2 -piece or 3 -piece slip type S�l toF. Use lids marked "water 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-5 2.7 2.8 A. B. C. HYDRANTS: Specification standard: ANSUAWWA Standard C502 Type of shutoff: Compression Type of construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main valve opening: 4'/2 inches for 12" water main and under 5'/a inches for 16" water main and above Nozzle arrangement 3 nozzle, two 21/2 -inch hose nozzles and one 4'/2 -inch and size, pumper nozzle, with caps attached with chains Nozzle thread: National Standard Hose Threads TYPO oIinlet connection: Mechanical Joint Size of inlet connection: 6 inch Depth of bury: Depth of hury shall be 6 feet Direction of opening: Open to right (clockwise) Packing: Conventional or O -Ring Size and shape of 11/2 inch, standard pentagon operating nut: Working pressure: 250 psi Color: Safety Red SPECIAL FITTINGS: Special pipe fittings must be approved by the Engineer. Special fittings must be the same diameter, thickness and pressure class as standard fittings_ Special fittings may be manufactured to meet rte tte�r' nis of same specifications as standard fittings except for laying length Q p slo Y16 Xnection. 0313 Full Body Tapping Sleeves: 10 ch Nd +I— IN 91QI 1. Shall be mechanical joint, split conith,end gaskets, manufactured to fit cast iron or ductile iron pipe. Branc 4 h ange fitting to match the tapping 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-6 valve. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Required for 12" and larger pipe or under paving. 5. Shall have stainless steel or NSS Cor -Blue nuts and bolts. 6. Seals and gaskets shall be rubber. E. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 2. Shall meet the OD requirements for class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with aft accessories. 4. Rubber gaskets shall be used. F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shalt have stainless steel bolts and nuts. 3. Seals and gaskets shal I be rubber. 2.9 GASKETS, BOLTS, NUTS, AND THREAD ROD: A. Mechanical joints made with: 1. Bolts: NSS Cor -Blue. 2. Stainless steel bolt studs with SS nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with SS nuts and 3/4" diameter. 2.10 TRACER SPSTE1Vl A. Tracer Wire for Direct Bury: 1. #12 AWG single solid copper conductor. 2. 30 tail high molecular weight polyethylene (LLDPE) insulation. 3. Blue in color. B. Tracer Wire for Directional Drilling/Boring: 1. #12 AWG copper -clad stainless steel core. 2. 45 mil high molecular weight polyethylene (LLDPWb)UlKiT99.+;j IWI 3. Blue in color. -A8313 X113 C. Ground Rod: 10. � Nd q-1t'WS10Z 1. 3/8 inch diameter, 60 inch steel rod uniformly coate"Git�11111 lly bonded 2075 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-7 Electrolytic copper. D. Ground -rod Clamp: 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. 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice- must he given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART 3 EXECUTION 3.1 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 ANSUAWWA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23, ANSUAWWA-C605 and Uni-Bell PVC Pipe Association UNI -B-3-88 except as noted herein. VAIiipl %kilo VMOJ )48310 'kilo D. Contractor must prepare and retain a set of "as -built" drawings on the job site witrt�S��Z accurate and current information on the location of all valvdsO�ielxlspi€11 construction features. Examples of special buried features would be: (^� Q3''y 11-1 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 07660-8 1. Offsets in alignment. 3. Changes in depth, depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. 3.2 RECEIVING, STORAGEAND HANDLING: 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 or single cables, even if padded. 3. Do not attach cables to pipe unit frames or handing for lifting. 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 wilt be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5i. -i 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 full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from thV(01,ejI, JfM9secver crosses over, or less than 18 inches below, the water main, sewer pipe of water main material shall be centered at the point of crossing ,,tthe sewer pipe joints are as far as possible, and an equal dist A t o � i air. The water and sewer pipes must be adequately supported and have pressure tight gi- joints. A low permeability soil shall be used for backfill marmlt A feet of 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-9 the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. Sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 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 4linear feet from the water main. G. Gravity sewer mains 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 the sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a nunimum 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 "Iowa Standards for Water Supply Distribution Systems". However, a linear separation of at least 2 feet shall be provided. H. Should physical conditions exist such that exceptions to Sections 33 Pat F and 3.3 Part G of this standard are necessary, the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. f. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a public well or 50 feet of a private well. Sewers constructed of water main materials may be laid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. J. All PVC water main and ductile iron water main with are'AtPIA t09e feet between features that extend to the surface (such as hydrants �>w�vq> oxq�i) kgW1§OZmarked with a wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pQ j]baUiJd. The wire 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-10 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 full -sine valve box, and mark the drawings appropriately. 3.4 PIPE BEDDING AND BACKFILLING: A. Ductile -iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI -B-3-88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by hand tamping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. 3.5 PIPE RESTRAINT.- A. ESTRAINT.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 TL 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: UWAIM U01 Where indicated or necessary to preventqt UriSIVS11ygtMtEgs from pulling apart under pressure, provide suita scc e pipe c amps, tie rods, and bridles. Bridles and tie rod diameter shall be at IQLst 4. iIf cep' where they replace flange bolts of smaller size with nut ® h e flange. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-11 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 JOINTS AND 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: The range of torque for tightening bolts which is indicated in ANSI/AWWA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 18 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. C. Sleeve -Type Coupling: 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. 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 "01.,113 VM Q1 the Water Division. This includes connections made on public and private mains. 4 A new and site specific tapping application must be prepared for each tap regardless 10 Ill Nd l}— AVW Slof size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer. schematic 3 -11 j drawing, and materials of construction 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-12 3.8 POLYETHY"I FIVF ENCASEMENT: A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSI/AWWA C]05/A21.5-99 installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PVC main could not be. used. 3.9 HYDRANT INSTALLATION: A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter. C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set -back of a feet from the curb line is recommended. Iowa Department of Transportation JDOT) requires a 9' setback. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break -off flange should be no more than 6 inches above ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench will with pre -cast cement blocks to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the, barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break -off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as -built' drawings must bec on file in the Water Division office prior to using the water supply. �Iff, hee ested by the City, the contractor will work with Water Division personnel to �s a plan for initial operations and a plan for final operations to the Water �ih stun for approval. The plans shall include a drawing and typed list of actions 0 aj Wd tl_r��i lttow all the significant steps necessary to connect to the existing water distri ution system or conduct the tilling, flushing and testing operations. The j (ITUPurpose of both plans is to minimize the impact of service interruptions and pressure flow variations on the water distribution system and existing customers. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-13 3.11 DISINFECTION FOR POTABLE. WATER SYSTEMS: A. General Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in ANSI/AWWA 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 3.11 C or D below. 4. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 10 mg/L chlorine throughout the length of main. 5. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mg/L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than '/n of the main diameter. For 6 -inch through 12 -inch water mains, a single 21/2 -inch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). 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. VM01 .,k�o VM�jlilet Method of Chlorine Application — Granulated or Tablet NN313 X113 1. Use ANSI/AWWA C651; however, slowly fill the main (less than 1 cubic 10:1 tad I— IN SIQZ foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. 0311A 2015 Highland Avenue Water Main Replacement Project Iowa city, Iowa 02660-14 D. Continuous Feed Method o[Chlorine Application 1. Prior to applying chlorine, do a preliminary hush at a nunimum velocity of 2.5 feet per second in the main through an opening not less thtm 1A of the main diameter. For b -inch through 12 -inch water mains, a single. 21/z -inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main completely. 3.12 TESTING (Refer also to Appendix B. Water Mair: Testing Procedure, incladed following this section): A. Filling the water main: L 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 darnage to new construction, customer services, and adjoining property due to the release of air and water. Public Works staff must be on site to assist with operation of the system valves and hydrants during this operation. 2. Open one. hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. For water main replacement only, each water service connection shall be tested at a sill cock and observed by the Contractor to bM01 "kilo VM01 verify adequate pressure and flow. 34831-3 A "n W Pressure and Leakage Tests: f 0 c� 4!d 'i- AYIJ 51�Z 1. Conduct combined pressure and leakage test in accordance with ANSI/AWWA C600 and ANSI/AWWA C605. Q�J 2. Pressure test off the hydrants or furnish and install temporary testing plugs 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-15 or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for at least two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover. and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. C. Valve Operations: 1. All valves shall be located and tested to verify operation. Remove the, valve box lid, insert the valve key and open and close each valve. Count the turns mud record the results. D. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 3. After hydrant has been flushed, close it and check for drainage. This is done by placing the hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. E. Flow Test: 1. Flow tests shall be conducted to verify all components of the water system VA101',l113 bMaf are fully open and operational and to determine the fire now capacity, H83'13 AR) Public Works staff personnel must be on the site to operate, the system valves and hydrants during this test. 10 .q kd h- ASW SIDZ 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 (13 capability of the system. Static and flowing pressures and flow rates shall 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-16 be recorded, and a copy forwarded to the Water Division. 3.04 TRENCHLESS INSTALLATION A. General: Select a method of installation that is appropriate for the soil conditions anticipated and will 1) allow the pipe to be installed to the desired line and grade within the specified tolerances; 2) prevent heaving or settlement of the ground surface or damage to nearby facilities; and 3) prevent damage to the carrier pipe and any lining materials within the carrier pipe. 1. Installation Method: a. Directional Drilling: A method for installing pipe from a surface -launched drilling rig. A pilot bore is formed and then enlarged by back reaming and removing the spoil material. The pipe is then pulled in place. b. Other: Other methods may be allowed with the Engineer's approval. 2. Line and Grade: a. Install pipe at line and grade that will allow the carrier pipe to be installed at its true starting elevation and grade within the specified maximum alignment deviation of the pipe centerline. It. When no deviation tolerances are specified in the contract documents, apply the following maximum deviations to the carrier pipe. 1) Pressured Pipe: a) Horizon tally: ± 2.0 feet b) Vertically: ± 1.0 loot. Maintain the minimum depth specified in the contract documents. c) Greater deviation or interference with other identified facilities may be cause for rejection. Deviation from Line and Grade: a. Installations deviating from the specified tolerances that cannot be adjusted to conform to the specified tolerances may be rejected by the Engineer. If nonconforming installation is not rejected, provide all additional fittings, manholes, or appurlenances needed to accommodate horizontal or vertical misalignment, at no additional cost to the Jurisdiction. b. Abandon rejected installation and place special fill materials, at no additional cost to the Jurisdiction. Replace abandoned installations, including all additional fittings, manholes, or appurtenances required to replace rejected installations. B. Casing Pipe or Un -cased Carrier Pipe Installation: VNsol .,kt1b. VMO [nstall pipe by approved methods. R8310A110 2. Use a jacking collar, timbers, and other means as necessary to protect the 10 .q Nd I- AN fj*cn end of the pipe from damage. Do not exceed the compressive or tensile strength capacity of the pipe during 3 pushing or pulling operations. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-17 4. Fully support bore hole at all times to prevent collapse. insert pipe as soil is removed, or support bore with drilling fluid. 5. Fully weld all casing pipe joints. Use an interlocking connection system when approved by the Engineer. 6. Fill space between the inside of the bore hole and the outside of the pipe with special fill material if the space is greater than 1 inch. C. Pit Restoration: Remove installation equipment and unused materials from the launching a receiving pits. 2. When the currier pipe extends beyond the limits of trenchless installation and into the bore pit, place bedding and backfill material according to this Section. 3. place suitable backfill material in the pit. Apply the testing requirements of this Section. 4. Restore the site to original condition or better. "Of )U10 IVIA01 34013 X1110 10 M Nd h- AYN SIOi G3"11-4 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02660-18 Department of Public Works Iowa Citv Water Division Accepted Products for Water Distribution Materials WATER PIPE: (Ductile) ANSI/AWWA—A21.51/C151 American, Clow, Griffin, McWanc, 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 DR 18 (6" thru 10") Rests airing system for directional drilled pipe: Certa-Lok C900RJ or RJIB. FITTINGS: (Ductile Iron Standard) ANSI/AWWA — A21.10/C110 3" to 24"-350 psi (Ductile Iron Compact) AWWA C153,350 psi Clow, Tyler/Umou, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Bodv Ductile Iron with Stainless Steel and/or NSS Cor -Blue Nuts and Bolts) for 12" and larger or under pavement Mueller - H615, Kennedy, TyleraJnion, 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.T. areas MECI3ANICAL JOINT RESTRAINT DEVICE: (Megalug — with NSS Cur -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, FordFSl, Romac SSI VALVES: (Resilient Seated Gate Valves) ANSUAWWA — C509 Clow F-2640, Kennedy 8571 SS, Mueller Resilient Seat - A-2360-20, or U.S. Pipe - USPO-23-without accessories or USPO-20-with accessories VALVES: (Butterfly) ANSUAWWA C504, Class 150B Clow, Pratt, Mueller, Kennedy, M & H, De.Zurik or Val -Matic VACi'AlIC 001 VALVES: (Tapping) %AJ313 Alta Clow — F-2640, Mueller — T-2360-16, Kennedy 89501S:qU,$aPie[O- ] 6 a3"11A Accepted Products for Water Distribution Materials Page 2 (Revised 21112013) VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71") East Jordan Series 8555 & Item 666A — Range 51" to 71" HYDRANTS (41/2" for 12" and under) (5 1/" for 16" and above) AW WA 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 —2112" ID with lockable cast-iron lid — 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 tail 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 ` thin X110'IMOI Ford 202BS x8313 X113 Smith Blair 325 with nitrile gasket to be used in L.U.S.T. areas 10 :h Wd tl_ JVW 9101 G3113 Accepted Products for Water Distribution Materials (Revised 2/1/2013) CORPORATION VALVES: ANSI/AWWA C800 Until December 31, 2013 Mueller B-25008, Beginning January 1. 2014 (No Lead Brass Allovs) Mueller B -25008N BALL CURB VALVES: ANSI/AWWA C800 Until December 31, 2013 Mueller B-25209, AY McDonald 61000 Beginning January 1, 2014 (No Lead Brass Alloy Mueller B25209N, AY McDonald 76100Q Page 3 CURB BOX ARCH PATTERN: ANSUAWWA C800 — with stainless steel rod and cotter pin AY McDonald 5601 and 5603 with 5660SS-5' shut off rod 'dht01',R1l0 vM01 )i?3310 A110 10 :1 Wd I- IVw SIOZ t7T11A Accepted Products for Water Distribution Materials (Revised 2/112013) x°3,3 h1�I3 10 cq Hd h— M SIDI G3"1i 4 Page 4 APPENDIX B Water Main Testing Procedure Contractor will be present for EACH step along with City of Iowa City Engineering/Water Division staff. 1. Please be aware that the testing window, indicated below in BOLD will need to be completed within a 4 day window. This means that testing on a water main system will have to be started on a Monday or Tuesday in order to complete all of the items as required. Depending on the Hygienic Lab schedule, Wednesday is possible if everything proceeds in a timely fashion. 2. Use only the specified amount of granular chlorine to disinfect the main. 3. Fill the line slowly until you get a trickle of water from the highest available hydrant. Shut off the hydrant and leave the line filled. No SOONER than 24 hours and no LATER than 48 hours, the first bacterial test should be taken. 5. Contractor will take bacterial tests from all locations determined by City staff. Tests will be taken AFTER water has been flushed to normal residual levels. CONTRACTOR IS RESPONSIBLE FOR DECHLORINATING ALL DISCHARGED WATER. The Iowa City Water Division is available for professional guidance if the contractor is not experienced in current dechlorination procedures. 6. Within 24 hours ANOTHER (2nd) bacterial test must be taken for EACH of the initial tests taken. Verbal or written verification from the U of I Hygienic Lab must be provided for the entire initial round of tests prior to undertaking this second round of tests. VERIFICATION MUST BE PROVIDED FOR ALL BACTERIA TESTS PRIOR TO PRESSURE TESTING - this can be in the form of a call out to the Hygienic Lab, an email or a fax. 7. Pressure test will be performed on all new water mains. Tests are for 2 hours at 150psi. Pressurize the line no higher than 155psi to begin. A City owned pressure gauge must be placed on the line in addition to the contractor's gauge. 8. City Engineering staff will give notice to the Water Division to locate the water main via all of the tracer wire boxes installed by the contractor. Wire boxes must be fully installed and placed in their final locations before a locate will be performed. The main must trace as it will when it's put into service. 9. Final flush will be performed. At this time, the as-builts, HARD COPIES of all bacterial tests, and a fully filled out materials list, signed by the Contractor must be turned over or on -hand. VtAb)',kilo vmdi M313 kilo 10. After final flush is completed, City Engineeringg, s aff���w�yyillttrnrot {{yy ater Division that the main is acceptable and tapping permits c b ki i 3iaed. e full acceptance of the job, water main punchlist items (plumbing valve boxes, setting final box elevations, turning hydrants, etc...) must all be cola -,9959 F J 02660 -Bi SECTION 02665 WATER SERVICE WORK PARTI- GENERAL I.01 DESCRIPTION: A. Furnish and install new water services and yard hydrants as indicated and specified. 1.02 RELATED WORK: A. Section 02660: Water Distribution 1.03 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. B. City of Iowa City Water Division: Policy and Procedures Manual. C. American National Standards Institute and American Water Works Combined Standards: ANSI/AWWA-C800 Underground Service Line Valves and Fittings. D. American Society for Testing Materials: 1. ASTM B75-86 Seamless Copper Tubing. 1.04 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval 4 weeks prior to installation. Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 2. Working drawing or site plan with customer location, address, size, and materials of water service and main pipe including a full list of materials required from the Iowa City Water Division, as applicable. 1.05 PERMITS: VM01IA113 VM01 A. City of Iowa City: M313 ,W3 1. Contractor's superintendent on Alp101iiiilsthavP''aMe'Zse as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. (13 1 1 4 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02665-1 2. The Contractor or their agent will be responsible for the tapping application forms and records. 1.06 TIME: A. Time is of the essence for water service work. All required work must be completed as quickly as possible to minimize inconvenience to the consumers. The Contractor is expected to comply with the minimum response and completion times listed. & Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division is listed below. Serve notice to the Water Division at 356-5160. For tapping service, provide 24 hours notice. Scheduling depends on workload. 2. For locations of underground facilities, provide 48 hours notice. C. Response Time - the maximum time allowed from telephone notice by the Engineer until the Contractor is on the job and ready to begin work: 1. For 1 service which is planned work, less than 24-36 hours. 2. For 1 service which is emergency work, less than 4-6 hours. 3. For 3 or more services which are planned work, less than 48 hours. D. Completion Time - the maximum time allowed from the time the Contractor turns off the water until the water service is connected and operational under normal circumstances: 1. For 1 service, where it is necessary to break and remove concrete with no prior warning or planning, less than 12 hours. 2. For 6-8 services or more in one block area with prior planning, some services on each side of the street and in conjunction with paving projects, less than a 12 -hour workday. 1.07 WORK ON PRIVATE PROPERTY FOR OTHERS: A. Water service work may be necessary or desired by private property owners at the same time as the new water service work under this contract is done. The Contractor will be allowed to work on private property adjacent to the work site in order to do water service work directly for the private properly owner. Work on private property shall not adversely affect the time schedule for work under this contract. 13, 'hhe work on private property will not be the responsibility of the City. PART 2 - PRODUCTS **01,A113 V1401 2.01 WA TER SERVICFNIATERIAL5 10 oq Wd h- JW WZ All products used for this work shall be from the list of "Accepted Produc t�r i istribution and Water Service Materials" contained in the Iowa City Water Drvisio 4oc ual. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02665-2 The manufacturer shall furnish a certificate indicating all new materials meet the specifications. All valves, fittings and pipe shall be inspected several times during the manufacturing process and pressure tested with air under water before shipment. All water service materials shall be visually inspected before installation. Brass and copper are soft metals and care in handling shall be exercised to avoid damaging threads or distorting piping, valves or fitting bodies_ All water service lines will be furnished and installed by the Contractor. Material shall be new type K copper in coils for sizes 314 -inch through 11/2 -inch and in coils or straight pipe for 2 -inch size. No couplings or connections will be permitted under the paving. A. SERVICE SADDLES: 1. Service saddles shall meet or exceed current to ANSI/AWWA C800IC900 specifications and shall be made in accordance with ASTM B-62. 2. Saddles shall be equal to but not exceed up to 200 PSiG. 3. Body shall be 85-5-5-5 cast brass. 4. Strap shall be wide band, 304L stainless steel with 304L stainless steel studs. 5. Nuts and washers shall be 304 stainless steel. Nuts are supplied with fluorocarbon coating. 6. Saddles shall be AWWA tap thread (CC thread). B. CORPORATION VALVES: 1. Corporation valves shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. 2. Valves shall be 300 PSIG maximum working pressure. 3. Body shall be made of "no lead brass" alloy which shall not contain more than nine one hundredths of one percent (0.090/t, or less) total lead content by weight per ASTM B584. 4. Valves shall be inlet: AWWA taper thread, outlet: conductive compression connection for CTS O.D. tubing. 5. Valves shall be compression ball type valves. 6. Seals and gaskets shall be rubber. VMOI •Alb ImpLL CURB VALVES: ANTIO X113Ball curb valves shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. ZO MNd h- AVN�IUZ Valves shall be 300 PSIF maximum working pressure. Q3 3. Body shall be made of "no lead brass" alloy which shall not contain more than nine one hundredths of one percent (0.09% or less) total lead content 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02665-3 by weight per ASTM B584. 4. Valves shall be compression connection for CTS O.D. tubing, both ends. 5_ Valve shall have a quarter turn check with fluorocarbon coated ball and stainless steel reinforced seat. 6. Valve shall have end pieces o -ring sealed with rubber double o -ring seals. D. CURB BOX — ARCH PATTERN: 1. Curb box shall meet or exceed current ANSI/AVJWA C800 specifications. 2. Curb box lid shall be Erie Pattern — 5601L— 2 -hole. 3. Curb box shall be 5 -foot box (telescope 1 -foot) and shall telescope cup and down inside the base casting. 4. Curb box shall be slide style. 5. Curb box and accessories shall be black dip coated inside and out. 6. Curb box rod length shall be a 5/8" rod, 42 -inches long, small key -clamp welded to rod with stainless steel rod and cotter pin. E. STRAIGHT THREE PART UNIONS: 1. Unions shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. 2. Union shall be conductive compression connection for CTS O.D. tubing both ends. 3. Body shall be made of "no lead brass" alloy which shall not contain more than nine one hundredths of one percent (0.09% or less) total lead content by weight per ASTM B584. 4. Gripper band shall be stainless steel and overlap itself so no gasket material can get underneath. 5. Conductor spring shall provide metal to metal contact between copper tubing and the fitting for electrical conductivity. 6. Entire gasket shall be enclosed. Seals and gaskets shall be rubber. 7i Fluorocarbon coating shall be on inside surface of nut. 001 A110 Ok01 ANP -3 44- n pressure rating shall be greater than the valve or fitting with which it ZO .q Nd h-1)sN Od F. COPPER TUBING: Cl9 ! V per tubing shall meet or exceed current ANSUAW WA (7800 specifications. 2015 Highland Avenue Water Main Replacement Project Iowa City. Iowa 02665-4 G. YARD HYDRANTS: 1. Yard hydrants shall be freezeless style. PART 3 - EXECUTION 3.01 RECORDS AND DOCUMENTS: A. Contractor mast prepare and retain it set of "as -built" drawings on thejob site with accurate and current information on the location of all water service valves, pipe and special construction features. Examples of special construction features includes Offsets in alignment. 2. Changes in depth and depth greater than S feet or less than 5 feet. 3. Special fittings or construction materials. Following completion of the project, it copy of these drawings shall be furnished to the Water Division, 3.02 RECEIVING, STORAGE AND HANDLING: A. The Engineer may mark materials found on the job site which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site and replaced with new. 3.03 E.XCAVATIONAND BACKFILL: A. All excavators shall comply with the requirements of the O.S.H.A Standards subpart P- 1,.xcavations. B. Earth excavation, backfill, fill and grading shall be in accordance with Section 02220. C. Excavation and backfill shall include all excavation, backfilling, compacting, stockpiling of Surplus material on the site, and all other work incidental to the construction of trenches, including any additional excavation which may be required for construction of the water service 1 i nes_ D. Along the proposed water service lines, the Contractor shall remove the surface materials only to such widths as will permit a hole or trench to be excavated, which will afford sufficient mom for proper construction. paving removals shall be as directed by the Engineer woI .A.Lufk bMgJhe Engineer shall approve removal limits. "310_X113 Where working space permits, holes or trenches may be excavated by machine, provided Z0 ;� Wd tr_ AVW gtjt by so doing, public and private improvements will not be subjected to an unreasonable amount of damage. The size of the hole shall be as small as reasonably possible to do the work. If, however, excavation by machine methods cannot be made without damage being done to public and private improvements, hand excavation shall be employed. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02665-5 G. The Contractor shall use a mole for excavation of a hole to place the water service piping, /a" to 2" diameter, at any location under a street surface, driveway, sidewalk or lawn area whenever the distance from the water main to the water service connection is greater than 20 feet. The mole shall be used even though the street surface has been removed so as to protect the new street surface from settlement. The mole shall be a maximum of four inches in diameter. The Contractor shall be responsible for all labor, equipment, materials and supervision for mole excavation. 1I. The Contractor shall be responsible for coordinating the location of all buried utilities and for all damage or repairs to utilities caused by mole excavation. I. Whenever, in the opinion of the Engineer, it is necessary to explore and excavate to determine the best line and grade for the construction of the new water service line or to locate an existing water service which must be disconnected, the Contractor shall make explorations and excavations for such purposes. J. All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Fire hydrants under pressure, valve- pit covers, valve boxes, curb stop boxes, or other utility controls shall be left unobstructed and accessible until the work is completed. Gutters shall be kept clear and adequate provisions shall be made for street drainage. Natural watercourses shall not be obstructed. K. The Contractor shall provide and maintain ample means and devices with which to promptly remove and properly dispose of all water entering excavations or depressions until all work has been completed. No sanitary sewer shall be used for disposal of water. E. To protect persons from injury and to avoid property damage, adequate barricades, fencing, construction signs, caution lights and guards as required shall be placed and maintained by the Contractor at excavations during the progress of the construction work and until it is safe for pedestrian and vehicular traffic to use the roads, sidewalks and facilities. All material piles, equipment and pipe which may serve as obstructions shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. The rules and regulations of O.S.1LA. and appropriate authorities for safety provisions shall be observed. M. Tress, shrubbery, fences, poles and all other property and structures shall be protected during construction operations unless their removal for purposes of construction is authorized by the Engineer. Any fences, poles, or other improvements which are removed or disturbed by the Contractor shall be restored to the original condition after construction is completed. Any trees, shrubbery or other vegetation which are approved for removal or ordered for removal by the Engineer shall be removed completely, including stumps and roots. The Contractor shall be responsible for any damage caused by construction operations to shrubbery or other landscape improvements which were not authorized for VAr1101 .xil<a U01 removal by the Engineer. HU37V1W WA TEM SERVICE CONSTR17010N. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by a3the Water Division. This includes connections made on public and private mains. 71, B. The City Water Division will provide, at Contractor cost, labor to tap the water main for 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02665-6 services. Each water service pipe shall be connected to the water main through a brass corporation stop. A tapping saddle is required on all water main materials. 'Phe plastic plug from PVC main shall be recovered. The main shall be tapped at an angle of forty-five degrees (45°) with the vertical, if possible. Thestop must be mored so that the T -handle will be on top. C. The old water service under the street right-of-way will be shut off and removed. The old stop box will be removed. D. The Contractor shall install the new copper service line from the, new corporation stop to the new curb stop and from the curb stop to the customer service line near the property line. The size will be determined by the Water Division. The minimum size will be 1 -inch to the stop box. The service pipe shall be laid in the mole hole excavation and in the trench with sufficient weaving to allow not less than one foot extra length for each 50 feet of straight line distance. E. Underground water service pipe shall be laid not less (Iran ten (10) feet horizontally from the building drain, and shall be separated by undisturbed or compacted earth. Where the horizontal separation cannot be met, the water service pipe shall be installed so the bottom of the water service pipe is at least eighteen (18) inches above the top of the building drain line at its highest point_ F. A curb stop shall be furnished and installed for each service at the, location shown on the plans, or as directed by the Engineer. Place a brick or masonry block under each stop box valve_ A cast iron stop box shall be furnished and installed over the curb stop and held in a truly vertical position, until sufficient backfill has been placed to ensure permanent vertical atlignment of the box. The top of the box shrill be adjusted and eel flush with the finished surface grade. The step box shall be located between the curb and the property line and visible from the sidewalk. If the stop box is located in the concrete (such as a driveway or sidewalk) a cement -style stop box lid must be used instead of the regular style lid. C. The Contractor shall make a clean cut on the existing service line and connect the new service line at the location as directed by the Engineer. H. The Contractor shall be responsible for visual inspection of all water service materials used in this work. If water pressure is available or will be available within 24 hours of making the now serviceconnection, the new service shall be subjected to normal system pressure and visually inspected for leaks. If any leaks appear, the Contractor shall mace repairs. Each water service shall be turned on and observed by the Contractor within the premises to verify adequate pressure and flow. VM01 "kilo VAO1 ZOM Nd �—OWSIR a3 1_� 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02665-7 Vt4tM3 3IADO01 ZO :h Nd h- W910Z C13 11A 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02665-8 SECTION 02700 SEWERS PART 1 - GENERAL 1.01 SUMMARY: A. Constriction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Not used. 1.03 QUA LITY ASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.0.1 SUBMITTALS: A. Concrete Pipe: Submit current town Department of Transportation certification. B. Shoring: Submit plans for all shoring, excluding french boxes, certified by a professional engineer registered in the State of Iowa. 'Phis submittal will not be reviewed for structural adequacy by the City. PART 2 -PRODUCTS tli�kfl(',llla tlAlfll 2.01 MATERIALS: A1313 X113 A. Ductile tron Pipe ZQ :h Nd JVW SIDZ 1. Follow specifications for ductile iron water main Gt'g-on 6.4 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02700-1 2. Joints: Use push on joints unless otherwise specified on the plans. 3. Thickness: Unless otherwise indicated or specified, use Class 52. 4. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 5. Minimum Bedding — Type .5 per ANSI/AWWA C150/A21.50 with compacted granular material to the springline of the pipe. B. Poly Vinyl Chloride (PVC) Pipe 1. Follow specifications for PVC water main in Section 02660. 2. Minimum Bedding — Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. if not specified, the minimum bedding depth shall be 4" below the pipe. C. Bedding: Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE. A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding �t�+01 A113' M01 1. Support on compacted granular beddin z _rY5nlling the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Pail of these specificattoril wd I- �VW �J OZ 2. Place bedding material to ensure that th voi s under or alongside the length of the pipe. Slice with shovel to 'n e d. ompact with pnemnatic 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02700-2 equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrams shall be connected to storm sewer intakes and manholes using 1DOT standard intake outlet detail RF -19C_ CMP outlet shall be used unless approved by the Engineer. E. Jointing Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used forjointing dissimilar materials. F. Backfill as specified in Section 02220. G. Clean pipeline upon completion. H. Tolerances Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade_ 3.02 TESTING OFPIPE: A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Pei -form leakage test' 0my3 ers as follows: 1. Perform after completion �f bgekf ll. �A_ m iol 2. Perform after groundwater has returned to normal level. a 311 4 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02700-3 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltradon or infiltration test performed on sections of approved length (maximum i'z-mile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole -to -manhole sections of pipeline. 5. Low-pressure an test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so an, pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 prig_ (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Ace eN J3JTAsJf3sVhi01 N8313 Alla (a) Minimum time for pressure to drop from 3.5 to 2.5 psig ZO ttr r ftrRnA1�WJ@Jm pressure exerted by ground water above pipe invert. CJ311:1 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02700-4 Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 mm. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. c. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration "fest a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and connections: maximmn 200 gallons per inch diameter per mile per 24 hours. 7. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. Q Use suitable ties, braces, and wedges to secure stoppers against leakage VOf 'Alto VIA�� ��� from test pressure, where conditions between manholes may result in test pressure causing leakage. ZO :h Nd h- AtiW V.OZ Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the 31IJ test. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02700-5 d. Allowable exfiltration same as allowable infiltration. Il the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: The mandrel (go/no-go) device shall be cylindrical in shape and constricted with nine (9) evenly spaced m -ins or prongs. The mandrel dimension shall be. 95170 of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5%v allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of ± .001 ". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short-term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplerWAtWd,+ 1*LWU structure. A8313 ,1113 D. Plug holes for handling with mortar. ZQ .1 Nd �— IN 9101 E. Lay grading rings in full bed and joint of mortar without subsequent gr(, im.44 hz or filling; bond thoroughly. 1 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02700-6 F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. Clean manhole upon completion. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 MAINTENANCE OF FLOW: A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water maib, maintain a linear separation of at least two feet. VM01'i,113 'A ! )Q313 X1.13 E. Where gravity sewer crosses over water main or service or where thQtor is less than 18 inches below the bottom of the water main or sZOJA M&O , *Asrements shall apply: ((�''� I. The sewer may not be placed closer than 6 inches belowa �"r 4eiajor 18 inches 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02700-7 above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Cloth joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. d. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. F, Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main_ dt,N443 3lX113Rl ZR :h Wd h- IN Mz (1311 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02700-R SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE: A. The fitness of all plantings shall be delorained by the Engineer and/or the City Forester With the following requirements: Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shalt be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cam of b 1, birnmediately, on ground and protect with soil, wet peat moss or olhN I nal, and water as required by weather conditions. YI 111111 h- ivw SIOZ C. Keep container grown trees and shrubs, which caAQt:banted immediately, moist by adequate watering. Water before planting. ff 4 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02900-1 PART2-PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position_ Caliper measurement shall be taken at a point on the trunk six inches (6") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Mix Minimum Proportion Lbs./ LbsJ by Weight Acre 1,000 sq.t't. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue nlrn 20% 35.0 0.80 IX;-- Kenttiek, escue cerci J3 t � c:ttellgfiu." (Black Well) rhe/ 8 n�e Bu-CI;',.:..t T e' f'gi1 ; 9% 4 WN A!! C—leN er 9% 4 0{a9 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD: WAIDI'A113 VMoa A. Grass and sod established, nursery grown Kentucky o1 ass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. Z 0 :♦r Wd I- AN 310Z B. Sod harvested by machine at uniform soil thickness of afa o e inch but not less than 3/4 of an inch. Measurement for thickness excludt gr ly id thatch. Prevent tearing, breaking, drying or any other damage. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02900-2 2.04 LIME ANDFERHLIZER: A. Ground agriculture limestone containing not less than 95 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - I56/o Potash - 150/i, �['At least 50 percent of nitrogen derived from natural organic sources of ureafortn. 2.05 MULCH: A. For Conventional Seeding: 1. Material used as mulch may consist of the following: a. Dry cereal straw (oats, wheat, barley, or rye) b. Prairie hay c. Wood excelsior composed of wood fibers, at least 3 inches long, based on an average of 100 fibers, and approximately 0.024 inch thick and 0.031 inch wide. The fibers must be cut from 3reen wood and be reasonably free of seeds or other viable plant material. 2. Do not use other hay (bromegrass, timothy, orchard grass, alfalfa, or clover). 3. All material used as nmlch must be free from all noxious weed, seed -bearing stalks, or roots and will be inspected and approved by the Engineer prior to its use. 4. The Contractor may use other materials, subject to the approval of the Engineer. B. For Hydraulic Seeding: I. Wood Cellulose: a. Use material that is a natural or cooked cellulose fiber processed from whole wood chips, or a combination of tip to 50% of cellulose fiber produced from whole wood chips, recycled fiber from sawdust, or recycled paper (by volume). h. Product contains it colloidal polysaccharide tackifier adhered to the fiber to prevent separation during shipment and avoid chemical co -agglomeration during mixing. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: VNI M13 VAGI 1. Trees: Spring —March 30 through May 15 8313 A113 Fall—Sept. 18 through Nov. is ZO -h Nd �— i vw S{OZ 2. The Contractor may plant outside the lints of such date.—,.v r nt ion of the City Forester. The City Forester may slop or postpone p a tT d rralliese dates if weather conditions are such that plant materials may be adversely affected. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02900-3 B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete_ H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester_ 3.02 PLANTING SOIL MIXTURE.: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH: A. Follow DOT Section 2601 for hydroseeding. B. Apply lime at rate of 3,000 pounds per acre. U01 `1+113 VM01 C. Apply fertilizer at rate of 450 pounds per acre. )48313 ABO D. Water lawn arca adequately at time of sowing antoaijf kqrc*fWrA"J(Ne spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 toMa 'uT t 15 to September 15, and only when weather and soil conditions are suitab uc , unless otherwise directed by the Engineer. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02)00-4 F. All areas requiring separate mulching shall be mulched as soon as final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately I'ri tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a maturer to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April I to May l5 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. Apply additional care as necessary to ensure a hearty shad of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE - ALL ['I-ANT/NGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. VM01 Mainhun sod and seed areas at maximum height of 21ii inches by mowing at least three 34-8313 A 113 times. Weed thoroughly once and maintain until time of final acceptance. Reseed and a0 -q pfd fertilize with original mixtures, watering, or whatever is necessary to establish, over rentile area, a close- stand of grasses specified, and reasonably free of weeds and undesirable 03114 grasses. Reset settled trees and shrubs to proper grade and position, and remove dead material. 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02900-5 D. All plantings shall be guaranteed for a period of one year after City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1300 S. Riverside Drive- All riveAll water must be paid for in advance at the Civic Center, 410 E. Washington Street. VA01 'AM bAOI N8313 AVO Z© .q Nd h— AN 9102 C1311=1 2015 Highland Avenue Water Main Replacement Project Iowa City, Iowa 02900-6 CITY OF IOWA CITY LEGEND SA SANITARY MANHOLE {} UTILITY POLE —"� ABBREVIATIONS APPROX APPROXIMATE DIP UTILITY POLE WTH GUYS LF FIRE HYDRANT LT LEFT 1/V GATE VALVE PVC RE ER RT RIGHT N PROPOSED WATER MAIN We EXISTING WATER MAIN G— — — EXISTING NATURAL GAS E. EXISTING OVERHEAD ELECTRIC — xAR —sax EXISTING SANITARY SEWER ST EXISTING STORM DRAIN SF SILT FENCE —' — — PROPERTY LINE — T — T EXISTING OVERHEAD TELEPHONE LINE C-504 MATUkINE PAVEMENT REMOVAL ABBREVIATIONS APPROX APPROXIMATE DIP DUCTILE IRON PIPE LF LINEAR FEET LT LEFT MIN MINIMUM PVC POLYVINYL CHLORIDE RT RIGHT ST STREET STA STATION WATER MAIN REPLACEMENT PROJECT CITY OF IOWA CITY ISSUED FOR CONSTRUCTION DRAWING INDEX DRAWING NUMBER DRAWING TITLE REV G-001 COVER SHEET 0 C-100 DEMOLITION AND TRAFFIC CONTROL PLAN 0 C-101 PLAN/PROFILE - SHEET 1 0 C-102 PLAN/PROFILE - SHEET 2 12. CONNECTTO EXISTING WATER MAIN AT STA 1+99 (MARCY& HIGHLAND). FLUSH, DISINFECT, AND C-103 PLAN/PROFILE - SHEET 3 to C-110 RESTORATION PLAN CRESCENTST, FLUSH, DISINFECT AND TEST CONNECTING PIPE THROUGH TEMPORARY FLUSHING UNE C-501 DETAILS C-502 DETAILS EXCAVATION. SEWER, NATURAL GAS,TELECOM, AND OTHER HOUSE SERVICE LINES ARE NOTSHOWN C-503 DETAILS License Number 16536 December 31, 2616 C-504 DETAILS & QUANTITIES LOCATION MAP CITY OF IOWA CITY ENGINEERING DIVISION APPROVED FOR CONSTRUCTION CIN ENGINEER DATE BURIED UTILITIES ARE SHOWN ACCORDING TO AVAILABLE INFORMATION. CONTRACTOR SHALL LOCATE ALL UTILITIES PRIOR TO EXCAVATION. PHASING PLAN 1. CONSTRUCT WATER MAIN ACCORDING TO IOWA CITY SPECIFICATIONS. 2. REFER TO SPECIFICATIONS FOR ALLOWABLE SERVICE DISRUPTION TIMES AND WATER DM51ON NOTIFICATION REQUIREMENTS PRIOR TO SERVICE DISRUPTIONS. 3. REPLACE SANITARY SEWER AT MARCY STREET CROSSING WITH WATER MAIN MATERIAL, 4. INSTALL 8" PVC WATER MAIN BY DIRECTIONAL DRILL METHOD FROM STA 0+20 TO STA S+40. BORE LOCATIONS AND DIRECTIONS ARE TO BE DETERMINED BYTHE CONTRACTOR. ALL WORKTO BE PERFORMED IN THE PUBLIC RIGHT OF WAY, SIDEWALK REMOVALS AND TRAFFIC CONTROL ARE SHOWN BASED ON ONE BORING FROM ENO TO END WITH OPEN EXCAVATIONS AT EACH ENO, AT WATER SERVICE CONNECTIONS, AND AT THE TIE-IN LOCATIONS AT MARCY STREET AND CRESCENT ST. ATLEAST ONE WEEK PRIOR TO EXCAVATION, CONTRACTOR SHALL SUBMIT BORING PLAN SHOWING PROPOSED OPEN EXCAVATIONS, DRILL LOCATIONS, PIPE LAYOUT AREAS, AND SIDEWALK REMOVALS, S. INSTALL TEES, VALVES, AND HYDRANTS AT HIGHLAND & MARCY. 6. INSTALL TEE AND VALVES AT HIGHLAND & CRESCENT. N 7. INSTALL DIP WATER MAIN ACROSS LUKIRK AND CONNECTTO EXISTING WATER MAIN. O CCC 8. CONNECTTO EXISTING WATER MAIN AT STA 0+00. I hereby certify that this engineering documentwas prepared by 9. FLUSH, DISINFECT, AND TEST WATER MAIN FROM BOTH ENDS TOWARD HYDRANT. -t. 10. AFTER APPROVAL FROM CITY, INSTALL SERVICE CONNECTIONS ALONG HIGHLAND AVE me or or my direct personals isbn and that I am a duly 11. AFTER SERVICE CONNECTIONS HAVE BEEN SWITCHED TO NEW WATER MAIN, ABANDON WATER MAIN ..,.44M ON SOUTH SIDE OF HIGHLAND, CLOSE VALVES AT EACH END OF ABANDONED WATER MAIN."fir Ilce a rofessio Englneer der he la of the State of 12. CONNECTTO EXISTING WATER MAIN AT STA 1+99 (MARCY& HIGHLAND). FLUSH, DISINFECT, AND �.. TEST CONNECTING PIPE TOWARD NEW HYDRANT.(„' to 13. INSTALL WATER MAIN ACROSS HIGHLAND AT CRESCENT ST. CONNECT TO EXISTING WATER MAIN AT > o CRESCENTST, FLUSH, DISINFECT AND TEST CONNECTING PIPE THROUGH TEMPORARY FLUSHING UNE 14. REMOVE VALVE AND CAP OLD WATER MAIN AT WEST END NEAR MARCY ST. 15. ALL BURIED UTILITY LOCATIONS ARE APPROXIMATE AND SHALL BE FIELD LOCATED PRIOR TO t ROETH t m =_ Irk ZL,Bradley EXCAVATION. SEWER, NATURAL GAS,TELECOM, AND OTHER HOUSE SERVICE LINES ARE NOTSHOWN ON PLANS. CONTRACTOR SHALL USE POTHOLING OR OTHER METHODS AT KNOWN UTILITY CROSSINGS License Number 16536 December 31, 2616 FOR VISUAL CLEARANCE CHECK DURING DRILLING OPERATIONS+ W I hereby certify that this engineering documentwas prepared by 5 9 = pESSIOlNSi„�y me or or my direct personals isbn and that I am a duly g in `100, 4 . ,,..... ., Ilce a rofessio Englneer der he la of the State of o W y�... .%'P to > o w BRADLEY W. Signature Date W. Roeth My license renewal date Is t ROETH t m =_ Irk ZL,Bradley �. License Number 16536 December 31, 2616 Sheets covered by this seal: ALL DRAWINGSSHEET IIIQIIIy11JIItAIIL,Ax"""""\ IDENTIFiCAT10N G-001 IN 3 4 5 REMOVE UP TO 1OLF OF SMALL SHRUBS. LIMIT TO MINIMUM NECESSARY. SIGN 020-1 —n ES IN PLACE 100FT FROM NEXT SIGN PROTECT SMALL TRE REMOVE AND RESET BENCHES N PARKING LOT ENTRANCE MAY BE CLOSED. SIGN W6.1 REMOVE IOLF OF SMALL SHRUBS. LIMIT TO MINIMUM NECESSARY. COORDINATE CLOSURE WITH CHURCH OFFICE AND 100FT FROM ROADWORK PAVEMENT REMOVAL FOR SANITARY SEWER REPLACEMENT, PROVIDE NOTICE PER NOTE 1. REMOVE 16LF OF SMALL SHRUBS. i� TREE TO BE REMOVED BY REMOVE AND REPLACE . CITY PRIOR TO CONSTRUCTION CURB AND GUTTER LIMIT TO MINIMUM NECESSARYSIDEWALKfTYP) 100 FT LONG AREA PROTECT IN PLACE STAIR AND STRUCTURE THIS AREA MAY BE USED AS AN WITHIN ROW MAY PROTECT IN PLACE w INTERMEDIATE DRILL LOCATION BE USED FOR PIPE ASSEMBLY AND LAYOUT. W . � + 32go r Y Y l r g SIGN 020-2 ; PROTECT SHRUB IN PLACE -� 14, • . 1 t00FT FROM ROADWORK HIGHLAND AVENUE INSTALL CURB INLET PROTECTION I REMOVE CURB RAMPS. NOTE 4. LOCATION CAN BE SHIFTED ALONG /SIGN 0201 h 100FT FROM ROADWORK r'-""' ` " — ,-„ _ J _ �-CONSTRUCTION AS NEEDED.//... _ IL.G O-KL_d _ T -, . • is y< W !I i i II SIGN W6.1 CHANNELLING DEVICE y I t i ROW BOUNDARY (APPROX, 7YPJ MARCY STREET MAY BE CLOSED,BUT EITHER U LUKIRK OR MARCY SHALL REMAIN OPEN AT ALL TIMES. Iw INSTALL CURB INLET PROTECTION lig FOLLOW TRAFFIC CONTROL MARKINGS SHOWN FOR LUKIRK. AT NE CORNER OF W O KEOKUK AND HIGHLAND I: PAVEMENT REMOVAL FOR ABANDONMENT OF OLD WATER MAIN. G I � 1 CJ1 1� SIGN W20.3 0 109 FT FROM ROAD WORK N END DF RDAD ROAD Rni� n ROAD WORK NARRDWS ROAD �I'1�h_ _�...,AHEADCLREMOVE STREET �. PAVEMENT TO JOINTS SIGN G20-2 SIGN W20-3 SIGN WS -1 SIGN G20-1 SIGN R11-2 I NOTE S. S' TYPICAL. SIGN 1111.2 REMOVE TO NEAREST JOINT ---� { NOTES: 0 5400 rm f 6+f00 1. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. PROVIDE 48 HOURS NOTICE TO RESIDENT PRIOR TO DRIVEWAY CLOSURES. - . 2. RESTORE DRIVEWAYS WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE -OPEN WITHIN 1 WEEK OF SIGN G20.1 CLOSURE UNLESS NOTED OTHERWISE. 100 FT FROM ROAD WORK 3, SIDEWALK MAY BE CLOSED FROM MARCY STREET TO LUKIRK STREET. FOLLOW DOT STANDARD ROAD PLAN TC 601 ON C -W3 A. SIGN WS•Y FOR SIGNAGE OF SIDEWALK CLOSURES. 10OFT FROM ROADWORK ! _^ _ _ i_• _..„:. 4. CONTRACTOR MAY USE A TYPICAL 6 FEET WIDTH ON HIGHLAND AVENUE, UP TO 150 FT IN LENGTH AT ONE TIME, FOR CONSTRUCTION VEHICLES AND MATERIAL STOCK PILES. DO NOT BLOCK DRIVEWAYS EXCEPT WITHIN THE ALLOWABLE CLOSURE DURATION. PROVIDE BARRICADES AND SIGNAGE PER MUTCO PART 6. CLEAN STREET PRIOR TO REOPENING. S. CONTRACTOR SHALL MAINTAINMINIMUM SIGN G20-2 SFOR L FEET WIDTH FOR TWO-WAY TRAFFIC. FOR TEMPORARY RESTRICTIONS OF LESS • _ _ 10tlFT FROM ROADWORK THAN 22 FEET, PROVIDE FLAGGERS FOR ALTERNATING TRAFFIC, r ' 6. CURB REPLACEMENTS REQUIRE FULL DEPTH LONGITUDINAL CUTTING. REMOVAL LIMITS TO BE APPROVED IN THE FIELD BY ENGINEER. W +I 7. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE j N TEMPORARY STOP SIGNS WHERE REMOVED. z S. CONTRACTOR SHALL MAINTAIN THROUGH TRAFFIC ON HIGHLAND AVENUE AT ALL TIMES. UP TO HALF STREET WIDTH CAN BE IJ CLOSED WITH FLAGGER. PROVIDE BARRICADES, SIGNAGE, AND FLAGGER PER MUTCD PART S. - U 0 1w w m RE 'Q oa w� Z J zz�a a0 O 1w- muZFz =�$JIU' o V ItJ LL 0 F SHEET IDENTIFICATION C-100 n BEGIN PROJECT STA 0+00 CONNECT TO EXISTING S WATER MAIN 1330 KEOKUK 7 100' LONG AREA WITHIN ROW — MAY BE USED FOR PIPE ASSEMBLY AND LAYOUT iI 3 1 4 1 5 8" PVC TRENCHED 8" PVC BORED -- 8" PVC WATER MAIN 1-M N 1321 MARCY w (2) 22.3 DEGREE BEND S" GATE VALVE I • _Z STA 0+00 _� HIGHLANDAVENUE 4 REMOVE EXISTING VALVE. CAP EXISTING ui 6" MAIN AFTER ABANDONMENT I INSTALL SILT FENCE AT DISTURBED LOCATIONS (TVP) 7 —0+s0 664- -0+40 TELEPHONE CROSSING 8" EXISTING WATER MAIN C•iie, SIDEWALK PROFILE 0+00 BEGIN PROJECT S" PVC WATER MAIN - HORIZONTAL SCALE 10 2V ' VERTICAL SCALE 1+00 INSTALL NEW CURB BOX AT PROPERTY LINE REMOVE OLD CURB BOX AND CONNECT SERVICE LINE (TYP.) GAS, SEWER, AND TELECOM SERVICE LINES NOT SHOWN. UTILITY LOCATIONS INDICATED ARE APPROXIMATE FROM AVAILABLE INFORMATION. OTHER UTILITIES MAY EXIST THAT ARE NOT SHOWN. CONTRACTOR SHALL WORK AROUND EXISTING UTILITIES AS NEEDED, CONTRACTOR .-+r SHALL COORDINATE WORK WITH UTILITIES PRESENT. TOP OF SEWER IN HIGHLAND (APPROX.) 1+00 h W W LL ago4 W g¢'u 0 4�a- a g a SHEET IDENTIFICATION C-101 3 4 5 6" COUPLING STA 1+9923 LT ,p. REPLACE 20LF OF 8" VCP SANITARY SEWER WITH WATER I ^8"PVC, TRENCHED MAIN MATERIAL. MATCH EXISTING INVERT ELEVATIONS. - N FIELD VERIFY SERVICE LOCATION (2j 45 DEGREE BEND T�. '' NEW STORM INTAKES INSTALLED BY SEPARATE 8" PVC, BORED I 6" VERTICAL 46 g CONTRACT PRIOR TO CONSTRUCTION.SHOWNIN - REMOVE EXISTING DEGREE BEND APPROXIMATE RELOCATED POSITION. s rt: HYDRANT SALVAGE RESTRAIN JOINTS , AND DELIVER TO CITY 1 1320 MARCY l 910 HIGHLAND D HYDRANTASSEMBLY s • _ — STA 1+91.5 5.6 LT 912 HIGHLAND : . it on a+ P • 8"COUPLING _fir _�yp_v_—#_�• '',_"g"_r--r �`s�. #..- # FF_ y - "- 6" GATE VALVE ' • 'I r (TYP. FOR 2) ( TELEPHONE w I I INSTALL SILT FENCE I I (NOT FIELD LOCATED) 6 ¢ mL 8" PVC, DIRECTIONAL DRILLED 6X6 TEE HIGHLANDAVENUE AT DISTURBED AREAS. • M w O r ¢L 6" GATE VALVE C w t _.._ • - \ :- . ♦ -� e o— - . •' _._ a _� a _� .. e - � —.._ _. c.— o =— . �— _. .. �) 919 HIGHLAND y 923 HIGHLAND 911 HIGHLAND ABANDON B" VALVE, 8t5 HIGHLAND ! REMOVE VALVE BOX & BACKFILL c 1a' au' CONNECT TO SERVICE 700 690 670 664 2+00 HYDRANT RISER (HYDRANT NOT SHOWN) � 6" EXISTING WATER MAIN P.6" MIN. 12" EXISTING STORM SEWER 3+00 I SIDEWALK PROFILE GAS CROSSING (NOT FIELD LOCATION) EXISTING STORM SEWER I _ - 8" PVC WATER MAIN f- 6" MIN. VERTICAL CLEARANCE 8" SANITARY SEWER (REPLACED AT SAME ELEVATIONS) GATE VALVE 2+00 HORIZONTAL SCALE �'W 3+00 VERTICAL SCALE TOP OF SEWER IN HIGHLAND (APPROX.) A ter. t CAI GAS, SEWER, AND TELECOM SERVICE LINES NOT SHOWN. UTILITY LOCATIONS INDICATED ARE APPROXIMATE FROM AVAILABLE INFORMATION. OTHER UTILITIES MAY EXIST THAT ARE NOT SHOWN. CONTRACTOR SHALL WORK AROUND EXISTING UTILITIES AS NEEDED. CONTRACTOR SHALL COORDINATE WORK WITH UTILITIES PRESENT. 4+00 N W W N o3a° W ry IL � a zz -. a SHEET IDENTIFICATION C-102 n 8X6 TEE (2) 8" GATE S" GATE VALVE T �V- 6" DI UNDER STREET T Qlb glw REMOVE EXISTING TEE ABANDON 6" MAIN TO WEST 6"COUPUNG — TO EXISTING WATER MAIN S" PVC, BORED INSTALL 2" TEMPORARY FLUSHING TAP 1316 LUKIRK 8" COUPLING e" COUPLING - all DIP TRENCHED I w rc i N 6" VERTICAL 45 DEGREE 8" GATE VALVE J BEND. RESTRAIN JOINTS - (TTP. FOR 9) Y I I 6" DIP, TRENCHED 8" PVC HIGHLANDAVENUETRENCHED (AS NECESSARY TO OBTAIN MINIMUM DEPTH WITH BORING MACHINE) 3 1 N e" COUPLING 8X8REDUCER 8" TEE 3 p. 6+100 END PROJECT STA 5+71 \\ 8X6 REDUCER B" COUPLING 5 5+00 6+00 700 TELEPHONE CROSSING NOT FIELD LOCATED) _ _ -- _ GAS CROSSING PVC DIP 11" GATE VALVE INOT FIELD LOCATED) SIDEWALK PROFILE e" TEE TOP OF SEWER IN HIGHLAND (APPROX.) 8"WATERMAIN -- -' -- 8" PVC WATER MAIN w 8" EXISTING SANITARY SEWER G7 GAS, SEWER, AND TELECOM SERVICE LINES NOT SHOWN. UTILITY LOCATIONS INDICATED ARE APPROXIMATE FROM AVAILABLE INFORMATION. OTHER UTILITIES MAY EXIST THAT ARE NOT SHOWN. CONTRACTOR SHALL WORK AROUND EXISTING UTILITIES AS NEEDED. CONTRACTOR SHALL COORDINATE WORK WITH UTILITIES PRESENT. 5+00 HORIZONTAL SCALE �® VERTICAL SCALE NOTES: 1. REFER TO C-100 FOR TRAFFIC CONTROL. 90rn: 80 w til G7 70 M H W W >w� � aaa- W 2 i O Q O 3 `a J a SHEET IDENTIFICATION C-9 03 01 4" PCC SIDEWALK FLARED TRANSITION INTEGRAL WITH CURB � 6" PCC DRIVEWAY RESET BENCHES CURB AND GUTTER N I Y 11" STREET PAVEMENT U Y z x I �' II . - 5+00 _ . 54100 PROVIDE TEMPORARY 4"SIDEWALK ADA RAMPS BY FUTURE PROJECT I 4 s W ✓� WI: G PROVIDE TEMPORARY 4" SIDEWALK �& ADA RAMPS BY FUTURE PROJECT U K.t II x t?� ,.... .71 <....: _..3 ;001. CURB AND GUTTER PROVIDE TEMPORARY 4" SIDEWALK 6" PCC ORNEWAY Ana Pauoc av curuoe oon ierr SEEDING AREA MULCH ONLY PAVEMENT REPLACEMENT GRANULAR SURFACING I v 1V w ao• NOTES: 1. SEED OR MULCH ALL DISTURBED AREAS AS INDICATED. AREAS SHOWN ARE ANTICIPATED DISTURBED AREAS. .. ✓� Ed dx �& � a§ x t?� � www s Cw7 ; to Z J a g O x " 00) W SHEET IDENTIFICATION C-110 3 4 B rellf (Y= Eng SERVICE PIPE TYPE K COPPER NEW SERVICE PIPE SHALL BE 1" COPPER OR LARGER. CORPORATION COCK SERVICE SADDLE IS REQUIRED ON ALL MAINS WATER DISTRIBUTION MAIN STOP BOX PROPERTY LINE CURB Box CURB BOX ROD �— CURB STOP — BRICK SUPPORT "- WATER SERVICE MAY CROSS STREET. PROVIDE MIN COVER BELOW STREET SURFACE. GROUND ROD WATER SERVICE 3/411 TO 2" (Fig. 7.5) THRUST BLOCK QUANTITIES (SOIJARF FFF n PIPE SIZE HYDRANT TRACER WIRE TERMINAL BOX ( DAYLIGHT BO)Q 90" BEND b6° BEND ,,.i.D 2-1 I.D. - LOCKABLE CA, LID 11-1t4 BEND 3'-O 3 ..... NOTE. TRACER WIRE TERMINAL BOX ( DAYLIGHT BOX) 1.0 RADIAL 6' MUST BE ONE FOOT (1) AWAY FROM HYDRANT 40 2.2 D CLEAR 1.0 8' SPACE VALVE BOX AND 3.6 2.0 1.0 8" GATE VALVE MAIN FINAL GRADE L I,TRNCH I � i ( TRENCH I SPLICE TO MAIN TRACING WIRE OR - a BACKFILL SET ADDITIONAL TRACER WIRE TERMINAL BOX PLUGGED TEE TEE TRACER WIRE Z rq HOLDING E —WATER MAIN SPOOLOR B0° BEND _ GROUND ROD MEGA LUG THRUST BLOCK I� THRUST BLOCK DETAIL Ii ( sAertmuwen a crvr r6MLL I — — II II M,nr D INDS. FMT orso ulos. un nrnxv wvmuma r'wusrvsocxs annus vmnvww.cucEccwcwsrez.owvsl..wuiwMsmaom,., AS REDID THRUST BLOCK - ANCHORING TEE OR STANDARD - wwauwarrewcnes rnwx.ruvs,wuvecasrnoausrn TEE AND "ROTO RING" (SWIVEL miP uwmsrw�vevc�amsua roavuaiuo. wsare. s° +wx*son oxuxnarsvwuico�iwro mvr>crwl*xrnecor. ADAPTOR) . (SWIVEL TEE PREFERRED) BM r�n�rcowceennea�"esus�revwnxa x.vrr. THRUSTBLOCK 12"OTXV CONCRETE PAD A BACKFILL WI 2' OR LARGER CLEAN GRANULAR FILL TO 18" ABOVE BOTTOM OF HYDRANT STAND PIPE ". OFF N'BRANCH \ , TYPICAL HYDRANT & VALVE ASSEMBLY - (FIq 7,2) PLUGGED END rellf (Y= Eng SERVICE PIPE TYPE K COPPER NEW SERVICE PIPE SHALL BE 1" COPPER OR LARGER. CORPORATION COCK SERVICE SADDLE IS REQUIRED ON ALL MAINS WATER DISTRIBUTION MAIN STOP BOX PROPERTY LINE CURB Box CURB BOX ROD �— CURB STOP — BRICK SUPPORT "- WATER SERVICE MAY CROSS STREET. PROVIDE MIN COVER BELOW STREET SURFACE. GROUND ROD WATER SERVICE 3/411 TO 2" (Fig. 7.5) THRUST BLOCK QUANTITIES (SOIJARF FFF n PIPE SIZE DEAD END OR TEE .,.1 90" BEND b6° BEND ,,.i.D 22-1@BEND 11-1t4 BEND 4 3 ..... 1.8 1.0 1.0 6' 2.8 40 2.2 1.1 1.0 8' 6.8 7.1 3.6 2.0 1.0 THE ABOVE AREAS ARE BASED UPON A SOIL BEARING CAPACITY DF 2000 PSE OF UNDISTURBED SOIL, IF ACTUAL SOIL BEARING STRENGTH IS LESS THAN 2OM PSE, THE THRUST BEARING AREA SHALL BE INCREASED BASED ON ACTUAL SOIL BEARING STRENGTH. THRUST BLOCK BEARING AREA (in square feet) (FIGURE 7.1) Z4_ "wf —214 SHEET L ENTIFICATION C_601 3 4 5 rr w vi D QUANTITIES TABULATION z 4V Z PROVIDE HMA OVERLAY rcff _.. TO MATCH EXISTING m � 3"R 4 � i` �F I FI hNC Y < 1 Itl3M1R i � I_ a& 5 { F MT M:KY f M1 'i rt. Fff.," MR. O_ ff CROSS-SECTION VIEW o n tl -1-1- 4 PLAN VIEW o g t Y $ 3 % jJ JRL FILES Al bl) L P41 .1- Ak LH NERA? }X �M1CILS i.IJ %I 11N( CCKCF iE AI T92, Y L I; NCH y G j C cf4.. CR 1 oIC F,',1 lir t x ,) �e iC nair 6x1= �¢ t 7, 17 a nL S ;CIC fraM1 3n1• C14 z� Jd O.L ANL 'LACE 5 JL9 NG E.. E IN1O SSLNC SLAB (, R4F f PA ,NET S b `Nc+ (p n .3 ICK R _4 BA SV kA IT SS IFAN 8' d KI O a a ssa z�s 6 e ci+ PGG CURB & GUTTER REPAIR IN _ — ._a SCALE NONE r i ¢ a �v=i5 t �N x- a M $w %in -0 3� e!!yy DESIGN: JRH Yna W CITY OF IOWA CITY CURB RAMP CONSTRUCTION oaiE N' 2012 "' F > V V Q �� Q ,idol 06 4 R V J I— W O SHEET IDENTIFICATION C-504 Item Quantity Units Description 1 1 LS Mobilization 2 1 L5 Traffic Control 3 3 EA Erosion Control, Inlet Protection 4 574 LF Erosion Control, Silt Fence 5 574 LF Erosion Control, Silt Fence Removal 6 143 SY Removal of Sidewalk 7 22 SY Removal of Driveway 8 120 LF Removal of Curb 9 122 SY Removal of Street Pavement 10 1 EA Abandon valve, 6" 11 1 EA Removal of valve, 6" 12 1 EA Removal of hydrant assembly 13 502 LF Water Main, Bored, PVC, 8" 14 43 LF Water Main, Trenched, PVC, 8" 15 26 LF Water Main, Trenched, Ductile Iron, 8" 16 48 LF Water Main, Trenched, Ductile Iron, 6" 17 20 LF Water Main, Trenched, PVC, 6" 18 590 LB Fitting, Ductile Iron Mechanical Joint 19 3 EA 8"Coupling5leeve 20 4 EA 6"Coupling5leeve 21 3 EA Cap or plug,6"Water Main 22 5 EA Connection to Existing Water Main 23 6 EA Water Service, Copper, 1" Far Side of Street 24 3 EA Water Service, Copper,l"Near, Side of Street 25 1 EA Temporary Flushing Tap, 2" 26 8 EA Valve, Gate, $" 27 2 EA Valve, Gate, 6" 28 1 EA Fire Hydrant Assembly 29 50 SY Granular Surfacing 30 120 LF Curb and GutIN ter 31 93 SY Sidewalk, PCC, 4" 32 22 SY Driveway, PCC, 6" 33 122 SY Street Pavement, 11" 34 22$ SY Mulching 35 665 SY Hydroseeding, Fertilizing, and Mulching 36 20 LF Sanitary Sewer Replacement Prepared by. Dave Panos, Engineering Division, 410 E. Washington St_. Iowa City, IA 52240, (319) 356-5145 RESOLUTION NO, 15-144 RESOLUTION SETTING A PUBLIC HEARING ON MAY 19, 2015 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2015 HIGHLAND AVENUE WATER MAIN REPLACEMENT PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Highland Avenue from Marcy to Lukirk project account #W3299. 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 19'h day of May 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. 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 5th day of MAYOR ATTEST: /!/I�a�,� - e� CITY (�L-ERK 20 15 Approved by City Attorney's Officey17 a S eNGWW1ResolmmnslPrq.of Rasolutionsl5etling Pub he Heerin,%Sycarnore Streat 201515'1 Pude Heanng P rote r.FSyce more Street 2015 doc Resolution NO. 15-144 Page 2 It was moved by Mims and seconded by Throgmorton the Resolution be adopted, and upon roll call there were: AYIES: NAYS: ABSENT: x Botchway x — Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton Printer's Fee $ �J-Sa CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED,ID#42-0330670 I, S being duly sworn, say thatm the legal clerk of the IOWA TY PRESS-CITIZEN,a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper_ time(s), on the follow in date(s): 5-1�1-15� Legal Clerk Subscribed and worn to before a this day of A.D. 20 No ry P lic ADAM JAMES KAHLEA •�"`' Commission Number 785381 My Commission Expires 08104/2017 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACTAND ESTIMATED COST FOR THE 2015 HIGHLAND AVENUE WATER MAIN REPLACEMENT PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY; IOWA; AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the Gty Council of the City of Iowa City, Iowa, Will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2015 Highland Avenue Water Main Replacement Project In said city at 7;00 PM, on the 19th day of Me,, 2015, said meeting to be held in the Emma J. Harvat Net in the City Hall, 410 E. Washington Street In said city, or if said meeting Is can- celled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk In the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may Councilappear at said meeting of t for he Purpose ofmakinhe g Objections to and comments con- cerning said plans, specifications, contract or the Cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK "wix.szse May 14. 2015 Prepared by. Dave Pa nos, Civil Engineer. 410 E Washington St., Iowa City, IA 52240 (319) 356-5145 RESOLUTION NO. 15-168 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2015 HIGHLAND AVENUE WATER MAIN REPLACEMENT 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. WHEREAS, funds for this project are available in the Highland Avenue from Marcy to Lukirk project account #W3299. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, I OWA THAT: The plans, specifications, form of contract, and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the office of the City Clerk at the City Hall, before 2:30 pm on the 9t1' day of June, 2015. At that time, the bids will be opened by the City Engineer or his designee, and thereupon refered to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 16th day of June, 2015, or at a later date and/or time as determined by the Director of Public Works or designee. Passed and approved this 19th day of Mav 1 2015, ATTEST :Ci Clerk Lu�, ° /�kE3tZ Mayor Approved by: �j �i AA t rney's Office w City Attorney's Office Resolution No. 15-168 Page It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: DAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims X Payne x Throgmorton NOTICE TO BIDDERS 2015 HIGHLAND AVENUE WATER MAIN REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 PM on the 9" of June, 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 16" day of June, 2015, or at special meeting called for that purpose. The Project will involve the following: Bore installation of 8" PVC water main; trench installation of 6" and 8" water main, valves, and fittings; removal and replacement of sidewalk, driveways, curb and gutter, and limited areas of street pavement; associated erosion control, traffic control, and other related items. All work is to be done in strict compliance with the plans and specifications prepared by Watersmith Engineering, of Muscatine, 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%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of AF -1 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 one (1) years) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date (all work except seeding): August 1, 2015 Liquidated Damages (all work except seeding): $500.00 per day Specified Completion Date (seeding only): September 15, 2015. Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Engineering Division, City of Iowa City, 410 E Washington Street, Iowa City, IA 52240, 319-356- 5140, by bona fide bidders. A $25 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. A refund will be issued if re -useable plans and specifications are returned to the City of Iowa City within 14 days of the project award date. 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 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 $_.1% \_ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.IDfl42-0330670 being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN,a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, �as published in said paper time(s), on the following date(s): ei Legal Clerk Subscribed and sworn to before Cng this 22 day of A. 20 }�5�_ Nula{rVubtt3 — Ai JAMES KAMLER Commission Number 785381 g My Commission Expires 0810412017 OFFICIAL PUBLICATION NOTICE TO BIDDERS 2015 HIGHLAND AVENUE WATER MAIN REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 PM on the 9th of June, 2015. Sealed proposals will be opened immediately there- after by the City Engineer or desig- nee. 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 PM. on the 16th day of June, 2D75, or at special meeting called for that pur- pose. The Project will Involve the follow- ing: Bore installation of 8" PVC water main; trench installation of 6" and 8" water main, valves, and fittings; removal and replacement of side- walk, driveways, curb and gutter, and limited areas of street pave- ment; associated erosion control, traffic control, and other related items All work Is to be done in strict compliance with the plans and specifications prepared by Watersmith Engineering, of Muscatine, Iowa, which have here- tofore 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 perfor- mance of the contract and mainte- nance of said Project, if required, pursuant to the previsions of this notice and the other contract doc- uments, 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 per- cent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) years) from and after Its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date (all work except seeding): August 1, 2015 Liquidated Damages (all work except semmg); $500.00 per day Specified Completion Date (seed- ing only): September 15, 2015. Liquidated Damages: $500.00 per day The plans, specifications and pro- posed 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 Engineering Division, City of Iowa City, 410 E Washington Street, Iowa City, IA 52240,319-356-5140, by bona fide bidders. A $25 refundable fee is required for each set of plans and specifica- tions provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. A refund will be issued If re -useable plans and specifications are returned to the City of Iowa City within 14 days of the project award date. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City pro)ects. 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 subcontract, This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dol- lar amounts. By virtue of statutory authority, preference must be given to prod- ucts andprovisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder prefer- ence law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK rce000wvee May 22, 2015 Prepared by: Dave Panos, 410 E. Washington St., Iowa City, IA 52240 (319)356-5145 RESOLUTION NO. 15-200 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2015 HIGHLAND AVENUE WATER MAIN REPLACEMENT PROJECT. WHEREAS, Volkens Excavating, Inc. of Dyersville, Iowa has submitted the lowest responsible bid of $183,829.00 for construction of the above-named project; and WHEREAS, funds for this project are available Highland Avenue from Marcy to Lukirk project account #W3299. 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 Volkens Excavating, Inc. subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign 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 16th day of June _'20 15 MAYOR Approved by ATTEST: j_ 4"�' CIT RK City Attorney's Officeto /ta/ It was moved by Botchway and seconded by trims the Resolution be adopted, and upon roll call there were: AYES: X X NAYS: ABSENT: _ Botchway _ Dickens X Dobyns _ Hayek _ Mims _ Payne Throgmorton FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa Cit , ("City'), and Volkens Excavatin Inc, ("Contractor"). Y Iowa Whereas the City has Prepared certain plans, specifications dated the day of , proposal and bid documents � Ct Main Replacement Pro ect 20� for the 2015 Hi hl ("Project'), and Avenue Water Whereas, .said plans, spec cations, Proposal and bid documents accurate) upon which the Contractor is willing to perform the Project. fully describe the terms and conditions NOW, THEREFORE, IT IS AGREED: � 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 No Addendums ; b• "Standard Specifications for Highway and Bridge Construction," Series of C. 2012, Iowa Department of Transportation, as amended; Plans; d Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non i. Contract -Federal-Aid projects; 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. No 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 17 day of J)j2,e 20-ZL—. C ATTEST: Mayor '-City Clerk AG -1 Contractor / g d/l //� Z (Title) ✓ (PS c1� ATTEST: (Title) (Company Official) Approved By: City Attorney's Office 1742 45 - U w K d z Z w LU LU U 5 a w z LU LU ujZ O 5� Z 7 J ma O] < N W T m T IL N O z p O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o 0 0 0 0 o p o 0 0 0 0 o p o 0 0 0 0 0 0 0 0 0 0 0 O Q Wp 0 0 0 0 0 o p o 0 o W f Z F O O mr O Q Q W N 1+ O Q m Q O O O N W O O O i(1 0 0 0 0 0 0 0 0 0» m W N Ci ry N O O W N Q W W N e] O N W W O O O O N W Q W W r ro ZN N Q» W M O Q N V N 16 N In (O Q q x zz w zz U y W U 0 0 0 0 0 0 ojo 0 0 00 0 0 0 0 0 0 0 0 00 00 0 00'0 0 0'0 0 0 0 0'010 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0'0 0 0 00 0 0 0 0'0 0 0 VO pOnOM�p OV 60000 yj lip 000 OO O, OOO »QOO»m�p0 p p O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O u7 O O O O O O o O O o O O O O O O O O O O O O O O O J W J O O O O O O O O O O O M W e O O O O O O O O O O O O O N O O O O O O O O O O O O 0 N (7 OO OO MO In N NOVr Q WOhM ONQ r - a W W a Xw w 0 0 0 o. Hyo opo 0 0 0 0 0 0 0 0 0 00 0 0 0'0 0 0 0 0 0 0 00p,o 0 0 0 0 0 0 0 0 00 00 0 0 0 0 00 0 oio 0 0 o 0 O o 00 N'O N N W N O O O OV1 0 LLG N� ml w I Ci w o 0 0 o O p o 0 0 0 o p O o 0 o p o p o 0 0 o O p o 0 0 0 o p o 0 0 0 0 Op o 0 0 0 o p o 0 0 o p p o p o 0 0 o p o 0 0 0 o p p o 0 0 Z F 0 o O p o 0 O O O N R t0 f0 0 0 0 0 0 0 1 O O O O O O O O O O O O O O O O O O O fpp O O O O O N 1� W W {p M O UJ O 1[J N r W O» O O 0 pi z O O O O O O O p IfI O N 1n O W N O N Z F O a x� W � a U x W W U 0 0'000000000 0 0 o 6M 0 nim p o,0 M.�[io 0 00 00 to 0 0000 0 0 0 01000000, 0 00 0 0o ol$loo a o'o 0000 N C 0 0 0 0 void vi»vi r r W vi» m W �i o 0...... 0 0 0 0 c o viOo N e Q u� r of r oo 4 o > W p o 0 0 o p p o p o 0 o p p oo 0 0 o p p o 0 0 0 0 0 0 0 0 0 o p p o O o O O O O o o O p O o 0 o O p OO O O O O p O O o O O 0 0 W O Q o p o O O O p p O O N W W p O O O O O O N O O O O O O O O O O O O O O O O O O O Q O O O N Q In M Q (p p p O W [V tp O W 1p O O O p O O o 0 O W a zW O O O O Q W N! W W W O Q e W O Of Q YJ M W W O W O W C] NiN[vNQ eO rN N N^ N N e N Oi til 'o'n W Vl � x W W W N � W W U 7 J N O O F wJ �� www ww JJ J mmm wwwwwwww E2 0 - S w---- Q=- z z g q a an d d _u° c A m - miE3�� - > A ' n q_ 9 _ a E EE`ry `v = i r o o E E E E �- } O � a Z m - D F FORM OF PROPOSAL 2015 HIGHLAND AVENUE WATER MAIN REPLACEMENT PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder 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 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Mobilization LS 1 $ Iiav:,` $ 176'0O,00 2 Traffic Control LS 1 $ i„ aoo $ i5 a0C>`"— 3 Erosion Control, Inlet Protection EA 3 $ 5c- =" $ i Sora. 4 Erosion Control, Silt Fence LF 574 $ 3-=- $ 5 Erosion Control, Silt Fence Removal LF 574 $ i `� $ 6 Removal of Sidewalk SY 143 $ d "� $ 2'86 ` 7 Removal of Driveway SY 22 $ 31 G=8 $a= 8 Removal of Curb LF 120 $3`- -9 9 Removal of Street Pavement SY 122 $ ISS— $ 18"� 10 Abandon valve, 6" EA 1 $-rLt� — $ 11 Removal of valve, 6" EA 1 $ ?6Z) $ 75Dn 12 Removal of hydrant assembly EA 1 $ 10. 0" $ 1&00 13 Water Main, Bared, PVC, 8" LF 502 $ 75`- $ 3W 14 Water Water Main, Trenched, PVC, 8" LF 43 $ 75"~ $ 15 Water Main, Trenched, Ductile Iron, 8" LF 26 $ $aY70 16 Water Main, Trenched, Ductile Iron, 6" LF 48 $ y5`''= $ 17 Water Main, Trenched, PVC, 6" LF 20 $115 �— $ r3�` FP -1 18 Fitting, Ductile Iron Mechanical Joint LB 590 $ S ``� $ X95000 19 8" Coupling Sleeve EA 3 $ $ l aC'C>`� 20 6" Coupling Sleeve EA 4 $ $ 21 Cap or plug, 6" Water Main EA 3 $S0c'�- $ 22 Connection to Existing Water Main EA 5 $ $ 175' 23 Water Service, Copper, 1" EA 6 $125DO $ Far Side of Street 24 Water Service, Copper, 1" EA 3 $ LSUO" $ 4/5tyll Near Side of Street 25 Temporary Flushing Tap, 2" EA 1 $ /5Z�0`= $ 26 Valve, Gate, 8" EA 8 $ (a $ 27 Valve, Gate, 6" EA 2 $ /0DO "` $t»o 28 Fire Hydrant Assembly EA 1 $ 35Z�C $ 3iTc�y-' 29 Granular Surfacing SY 50 $Som $ 30 Curb and Gutter LF 120 $ 7�% $ 31 Sidewalk, PCC, 4" SY 93 $ yU°� $ 32 Driveway, PCC, 6" SY 22 $ `l5 $ 33 Street Pavement, 11" SY 122 $ fes`= $ 34 Mulching SY 228 $ 7`^ $ 1596- 35 Hydroseeding, Fertilizing, and Mulching SY 665 $ $ 465-0 = 36 Sanitary Sewer Replacement LF 20 f (Cc,� 6 aCc,a `- TOTAL EXTENDED AMOUNT = $ / 8,31 F� % 0,2 - FP -2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Vc> � 11e.n � rXGcx�> I"n97 1J' Signature: Printed Name: Title &6 ; Je-:n Address: Y"(',) ?3/ l ["S 'J rile T s�oga Phone: ��,3— C)%,S- Contact: All le 1/' Ikea FP -3 Prepared by Dave Panos, Public Works, 410 E Washington St., Iowa City, IA 52240 (319) 356-5415 RESOLUTION NO. 15-379 RESOLUTION ACCEPTING THE WORK FOR THE HIGHLAND AVENUE WATER MAIN REPLACEMENT PROJECT 2015 WHEREAS, the Engineering Division has recommended that the work for construction of the Highland Avenue Water Main Replacement Project 2015, as included in a contract between the City of Iowa City and Volkens Excavating, Inc. of Dyersville, Iowa, dated June 16, 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 Highland Avenue Water Main account # W3299; and WHEREAS, the final contract price is $149,875.30. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 15th day of December —,20 15 MAYOR������ Approved by ATTEST:_/�l/�Lirl�tr� yl f+/ /��� -� n ,11, ,`` e, CITY'CLERK City Attorney's Office 12.(gk It was moved by Mims and seconded by Dobyns the Resolution be adopted, and upon roll call there were: AYES: NAYS: Pweng/masterslacirtwork. doc 12115 ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton 4d(13)