Loading...
HomeMy WebLinkAboutMUSCATINE AVE WATER MAIN REPLACEMENT/2010MUSCATINE AVE WATER MAIN REPLACEMENT/2010 -- •7F gat '� °��{ V -rwA:frms,h—watm IV � V _ )))) 1r alai e av• Fro�Sr �j u�iu�y��dd� U r`ol A 1 "I j'hcn SSP°/� ailw'u-s'1`�� .442f a S o, ii --1121 12 j ZMo� -- •7F gat '� °��{ V -rwA:frms,h—watm IV � V _ )))) 1r alai e av• Fro�Sr �j u�iu�y��dd� U r`ol A 1 "I j'hcn �b 0 P 5 ro- I 0 G � n G <p I� r t Wow, CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240.1826 (319) 356-5000 (319) 3S6.5009 FAX ENGINEER'S ESTIMATE OF COST www•icgov.org March 19. 2010 City Clerk City of Iowa City, Iowa Re: 2010 MUSCATINE AVENUE WATER MAIN REPLACEMENT PROJECT Dear City Clerk: The estimated cost of this project is $525,000. Sincerely, ✓' le'1'1'� Jason R. Havel, P.E. Project Engineer CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2010 MUSCATINE 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 under the laws of the State of Iowa. SIGNED: Loren W. Leach, P.E. Iowa Reg. No. 11287 My license renewal date is DATE: W. LEACH „m � % ZJ/O it9nv N O_ O n O Z rn � D �- o, PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2010 MUSCATINE 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 under the laws of the State of Iowa. SIGNED: Loren W. Leach, P.E. Iowa Reg. No. 11287 My license renewal date is DATE: W. LEACH „m � % ZJ/O it9nv TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS .......... NOTE TO BIDDERS ............... FORM OF PROPOSAL............ BID BOND ................................ GIs] G3i5EelaUelC.u4X&l#►yt SPECIFICATIONS TABLE OF CONTENTS ............................................................... AF -1 PERFORMANCE AND PAYMENT BOND.... CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS) ................ GENERAL CONDITIONS ............................................. SUPPLEMENTARY CONDITIONS ................................ ............... NB -1 ............... FP -1 ...................... 1313-1 .................... AG -1 ................... PB -1 Wq .............cam 01 .............SG1 r RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID M PROJECTS................................................................................................... o x R -t r TECHNICAL SECTION a' 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 Protection and Erosion Control ................................. 02270-1 Section 02510 Asphalt Cement Concrete Paving ....................................... 02510-1 Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 Section 02661 Public Water Distribution Systems for Subdivisions and Site Plans .......................................... I....... 02661-1 Section 02665W Water Service Work for Contractors ........................... 02665-1 Section 02700 Sewers......................................................................... 02700-1 Section 02900 Landscaping................................................................. 02900-1 NOTICF TO BIDDERS 2010 MUSCATINE AVENUE WATER MAIN REPLACEMENT PROJECT Seated proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 4" day of May, 2010. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the le day of May, 2010, or at special meeting called for that purpose. The Project will involve the following: Install 1,428 LF 12" DIP Water Main, Install 9 New Water Services, Remove and Replace 10,312 SF Sidewalk and other associated improvements. All work is to be done in strict compliance with the plans and specifications prepared by Loren W. Leach, P.E., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to AF -1 N 0 mi i —n n-< �m v m � U� 3 r m 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 rive (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 14, 2010 Specified Completion Date: August 16, 2010 Liquidated Damages: $200.00 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 Iowa City Engineering Division Office in Iowa City, Iowa, by bona fide bidders. A $35.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 24211721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 0 0 �— 0 3- .<r =<r M rn a D �- m NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of speck subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal ri1m ti 0 d Cn Dy �+ Z � r- p� s m A CD r a� FORM OF PROPOSAL 2009 MUSCATINE 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 DESCRIPTION N O o 1 Mobilization LS 2 Traffic Control Address of Bidder 3 Erosion Control LS TO: City Clerk n �r� - � rn City of Iowa City SF 6 h City Hall 7 Remove & Replace PCC Sidewalk (6") SF 410 E. Washington St. �' G 9 Iowa City, IA 52240 SF 10 Remove & Replace Curb & Gutter 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. 1IEM DESCRIPTION 1Ll`1__ 1 Mobilization LS 2 Traffic Control LS 3 Erosion Control LS 4 Remove & Replace 8" PCC Pavement SF 5 Remove and Replace 6" Driveway Entrance SF 6 Remove & Replace PCC Sidewalk (4") SF 7 Remove & Replace PCC Sidewalk (6") SF 8 Truncated Dome Sections SF 9 Remove PCC Sidewalk (4") SF 10 Remove & Replace Curb & Gutter LF 11 Water Main 16" DIP LF 12 Water Main 12" DIP LF 13 Water Main 8" DIP LF 14 Water Main 6" DIP LF 15 Water Main 4" DIP LF 16 Remove Existing Water Main Valves EA 17 Abandon Existing Water Main Valves EA 18 Install Hydrant with Auxiliary Valve EA FP -1 ESTIMATED UNIT EXTENDED 1$ $ 1$ $ 1$ $ 1,768 $ $ 240 $ $ 8824 $ $ 1488 $ $ 96 $ $ 74 $ $ 40 $ $ 20 $ $ 1428 $ $ 63 $ $ 40 $ $ 16.5 $ $ 4$ $ 4 $ $ 4$ $ 19 Water Main Fittings LB 3,764 $ $ 20 Install 16" Gate Valve EA 1 $ $ 21 Install 12" Gate Valve EA 7 $ $ 22 Install 8" Gate Valve EA 4 $ $ 23 Install 6" Gate Valve EA 4 $ $ 24 Install 4" Gate Valve EA 1 $ $ 25 Install 16"x12" Tapping Sleeve 812" Tapping Valve EA 1 $ $ 26 Install 6" Cut -in Valve EA 3 $ $ 27 Water Service Type B (1 ") EA 3 $ $ 28 Water Service Type C (1 ") EA 3 $ $ 29 Water Service Type C (1 1/2") EA 1 $ $ 30 Seeding and Restoration LS 1 $ $ 31 Tree Replacement EA 4 $ $ 32 Remove 36" RCP LF 137 $ $ 33 Remove 27" RCP LF 18 $ $ 34 Remove 12" RCP LF 66 $ $ 35 Remove Manhole/Inlet EA 3 $ $ 36 Install 60" Manhole EA 2 $ $ 37 Install 36"RCP LF 129 $ $ 38 Install 24" DIP LF 27 $ $ 39 Install 12" RCP LF 70 $ $ 40 Install Storm Water Inlet EA 1 $ $ 41 Temporary Paving SF 1600 $ $ 42 Contaminated Soil Disposal TONS 240$ $ TOTAL EXTENDED AMOUNT = $ The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: 0 o � t .. 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: FP -2 AILED 2010 MAR 19 PM 1: 47 CITY CLERK IOWA CITY, IOWA d E M ; c l0 a � N U- N w N C N C C N 6 O C in a Q a v 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 N our heirs, executors, administrators, and successors jointly and severally.—This Zigation is z conditioned on the Principal submission of the accompanying bid, dated r 2010 MUSCATINE AVENUE WATER MAIN REPLACEMENT PROJECT. n� iC-) .< r -v M M z NOW, THEREFORE, o" r._ (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_. (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney . -M 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 2010 MUSCATINE 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 2001, Iowa Department of Transportation, as amended, C. Plans; N o d. Specifications and Supplementary Conditions; p` o e. Notice to Bidders; M m -v f. Note to Bidders; (� r g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of ATTEST: Mayor City Clerk AG -2 20_ ATTEST: (Title) (Company Official) Approved By: City Attorney's Office 0 ti " v 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 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 2010 MUSCATINE AVENUE WATER MAIN REPLACEMENT PROJECT; and WHEREAS, the Agreement requires execution of this Performance and PaymeRLBond, to 0 be completed by Contractor, in accordance with plans and specifications prepwed byc2oren W. C7. Leach, P.E., which Agreement is by reference made a part hereof, and the agleeg;upam wo " hereafter referred to as the Project. (7, 1— NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ,�'.suek tha Contractor shall promptly and faithfully perform said Agreement, then the obliotiibn 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: Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient FIM funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness 'E (Principal) o O 's C7 o 3 (Title) n --+C �' � -.IC-) tp r (Surety) o =cz (Title) (Street) (City, State, Zip) (Phone) k E m L cm O L Q. V Q E O V FILED 2010 MAR 19 PM 1: 47 CITY CLERK 10 WA CITY. IO'NA 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 Citys 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: 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. ti O a 0 `eR tin b �r � 0 A r v CC -1 The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO 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 fors 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 at seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. 4. 5. Where is this statement posted? What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) _ Phone number The undersigned agrees to display, in federal and state law for the duration obtaining the necessary posters. Address conspicuous places at the work site, all posters required by of the contract. NOTE: The City can provide assistance in CC -2 o D � O a= v 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date O .v 'Y 'C co N/ CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your companys Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. o 3. INSTRUCT STAFF'n Your staff should be aware of and be required to abide by your Equal Employment ortggjty prfgram. All employees authorized to hire, supervise, promote, or discharge employees or are it 5oived su ffIctions should be trained and required to comply with your policy and the current equal oyment opaertunity laws. f JJ T; r 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer'. (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "is this information necessary to judge an applicant's ability to perform the job applied for?' Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 City of Ok/� C 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. � b � O r- 05 2i •. yP�7 r CD CC -5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; co Intimidation 2-3-1: EMPLOYMENT, A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2-3-1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: E. Iowa City CC -6 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices Involving terms and conditions of employment as applied to other tem- porary disabilities. It shall be unlawful for any person to solicit or require as a. conditipn of employment of any employee qr�pro- A 1� co F. 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human Immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. The following are exempted from the provisions of this Section: 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 qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious Institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) 697 Iowa city CC -7 2-3-i 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain Instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational quaUfloation shall be interpreted (arrowl!Z.� (Ord. 94-3647, 11-8-1994) h n 1 - 77 r co GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N Q C1C t C-) Z • ■ U C0 GC -1 SUPPLEMENTARY CONDITIONS r m These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. R-1 ARTICLES WITHIN THIS SECTION o_ cl S-1 Definitions c?-< S-2 Limitations of Operations —tr S-3 Insurance m S-4 Supervision and Superintendence C)„ S-5 Concerning Subcontractors, Suppliers and Others y S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non -Resident Bidding on Non -Federal -Aid Projects r m These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. R-1 S-3 INSURANCE A. CERTIFICATE OF INSURANCE CANCELLATION OR MODIFICATION A 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. N 3. Cancellation or modification of said policy or policies shall be conside-F d. ust ause-M the City of Iowa City to immediately cancel the contract and/or to hero& on tb4a: contract, and to withhold payment for any work performed on the contract..- J" MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to : satisfy "bis/her responsibilities under this contract shall include contractual liability coverage, -and shall be in the following type and minimum amounts: Tyne of Coverage Comprehensive General Liability Bodily Injury & Property Damage' $1,000,000 $2,000,000 Automobile Liability Cnmhined Single I imit 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: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. R-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. c. If, during said period, Contractor voluntarily changes insurance' carriers or i4-� required to obtain replacement coverage from another carrier, Paintractor shal6— either (1) purchase "tail" coverage from its first carrier effective for aminjrr)um 9T— two years after City Council acceptance of the work, or (2) purchase i"prior achy' -(l insurance coverage from its new carrier, covering prior acts during:M!a po iod ' J this Contract from and after its inception. — d. 'Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in As discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. [01111111111111:C4A7CWNAIfi .Y.9 The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its R-3 officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: N r CONTRACTOR shall maintain a qualified and responsible person available 24 Furs per day, seven days per week to respond to emergencies which may oanaftel hours j CONTRACTOR shall provide to ENGINEER the phone number and/or pagiFfgsry of this— individual. b S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Modify the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor's own organization shall perform work amounting to not less than 40% of the total contract cost unless otherwise specified in the contract documents. In order to meet this 40% requirement, the Contractor shall not purchase any materials for a subcontracted item nor shall they place other contractor's employees on their payroll. 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 ]DOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. N.W. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. ti o r7 CO R-5 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS PROJECT NAME: 2010 MUSCATINE AVENUE WATER MAIN REPLACEMENT PROJECT TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 3/10 data W dtynVEnglMasterSpe=KrWtenddoe SECTION 01010 SUMMARY OF THE WORK PART 1- GENERAL General description, not all inclusive. A. Base Bid Work: I. Install new 12" water main along Muscatine Avenue from 1° Avenue to Arthur Street. 2. Furnish and install new fire hydrant. 3. Connect new 8" water main to existing 6" water main at Wade, William and Arthur Streets. 4. Connect existing 6" water main to existing 16" water main at intersection of 1" Avenue and Muscatine Avenue (6" water main runs west on Muscatine Avenue) S. Switch services from old 6" water main to new 12" water main including one 4" and one 6" service. 6. Abandon existing 6" water main along Muscatine Avenue. 7. Removal and replacement of associated pavement and sidewalk. 8. Provide pedestrian and traffic control during all phases of project. 9. Furnish and install seed, sod, fertilizer, and mulch throughout project. 10. Other work associated with water main replacement. B. Construction Sequence — Muscatine Avenue STAGE 1 1. At Wade, William and Arthur Streets a. Install 6" cut -in valves at designated locations = y 2. At 1't Avenue C") _ a. Remove designated pavements `a b. Excavate 16" water main C ;:D C. Install 16"x16"x12" Tapping Sleeve and 12" Valve r STAGE 2 co 1. Muscatine Avenue from 1t Avenue to Arthur Street a. Install 12" water main from 1" Avenue toward Wade Street 01010-1 b. Install 12"x8" Tee and Valves (2-12" & 1-8") at Wade Street c. Install 12" water main from Wade Street toward William Street d. Install 12"x12"x4" Tee & 4" Valve for 4" Service at 2430 Muscatine Avenue e. Install 12"x12"x6" Tee & 6" Valve for 6" Service at 2425 Muscatine Avenue f. Install 12"x8" Tee and Valves (2-12" & 1-8") at William Street, vertical a. Cut existing 6" water main on Muscatine Avenue and remove 6" Tee b. Cap existing 6" water main c. Extend 8" water main to south from 8" Valve d. Install 8"x6" Reducer e. Connect existing 6" water main to the south 5. At 1°f Avenue a. Cut existing 6", 12" & 16" Water Mains 01010-2 bends may be required to pass under 24" storm sewer. g. Remove 36", 24" and 12" storm sewer, manholes and inlet h. Install 36", 24" and 12" storm sewer, manholes and inlet g. Install 12" water main from William Street toward Arthur Street h. Install 12"x8" Tee and Valves (1-8") at Arthur Street i. Install 12"x6" Tee and 6" Valve j. Install 6" Tee and Hydrant k. Install 6" Valve 1. Fill, test and disinfect 12" Water Main N c m. Use hydrant to flush 12" Water Main o a n. Place 12" main in service 3�=j z 2. Connect services to new 12" Water Main _� _ -_i e) :<F --(n STAGE 3 0Fri s I. At East End - a. Cut existing 6" water main on Muscatine Avenue b. Install 6" 45 Bends & Pipe "" c. Cap existing 6" water main d. Connect 6" water main to new 6" Valve 2. At Wade Street a. Cut existing 6" water main on Muscatine Avenue and remove 6" Tee b. Cap existing 6" water main c. Extend 8" water main to south from 8" Valve d. Install 8"x6" Reducer e. Connect existing 6" water main to the south 3. At William Street a. Cut existing 6" water main on Muscatine Avenue and remove 6" Tee b. Cap existing 6" water main c. Extend 8" water main to south from 8" Valve d. Install 8"x6" Reducer e. Connect existing 6" water main to the south 4. At Arthur Street a. Cut existing 6" water main on Muscatine Avenue and remove 6" Tee b. Cap existing 6" water main c. Extend 8" water main to south from 8" Valve d. Install 8"x6" Reducer e. Connect existing 6" water main to the south 5. At 1°f Avenue a. Cut existing 6", 12" & 16" Water Mains 01010-2 b. Install 16"x16"x6" Tee & 6" Valve c. Connect to 6" Water Main to West d. Cap 6" Water Main to East e. Remove 12" Valve and Cap 12" Water Main to East f. Abandon in-place 6" Valve g. Remove existing 12" Valve and two (2) 16"x12" Reducers, Install 16" Valve h. Complete Pavement and Sidewalk Restoration and Final Cleanup C. Traffic Control Water Main construction will primarily be installed in the left turn lane of Muscatine Avenue. 2. Traffic must be maintained in both directions at all times except for nighttime work. 3. When construction activities are taking place, flaggers shall be used to assist traffic and to control/monitor construction activities. See Traffic Control Plans for more details. D. Erosion Control 1. While most of the construction activities are on paved surfaces, erosion and dust control is mandatory. 2. No construction materials shall be stored on the paved surfaces over night. 3. If construction materials are stored during the day, the paved surfaces shall be cleaned with a mechanical street sweeper. 4. All stonnwater inlets shall be protect with silt barriers. E. Stormwater Management Contractor shall comply with City of Iowa City Stormwater Management requirements. See attached Erosion Control Requirements. 02/09 Muscatine Ave Water Rcplaccment/Specsr01010 01010-3 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OFMEASUREMENTS. A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OFPAYMENT.- A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment ill be made. o 0 PART 2 -PRODUCTS n—ac 2.01 NONEren m PART 3 - EXECUTION ai 3.01 PROCEDURE. A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City s policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 O P 0 cl I 3.02 BID ITEMS 0 = r A. GENERAL The following subsections describe the measurement of and payment f5pthe w(A 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 specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, 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. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. 01025-2 N O C G The Contractor shall be responsible for continuous cleaning of mud ands adjac r driveways, streets, sidewalks and private property, when mud and debes i ep6�ited them as a result of any construction activity. The cost of clean up shall be inciu. kn r._ m B. BID ITEM DESCRIPTION m s O 1. Mobilization (LS) F W The lump sum price for this item will be paid based on percentage complete for the item. Mobilization shall consist of preparatory work and operations for all items under the contract, including, but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; bonds and insurance; or other operations that must be performed or costs incurred prior to beginning work on the various items on the project site. This item shall also include demobilization costs. 2. Traffic Control (LS) The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. This item shall also include lighting necessary to perforin nighttime work. Erosion Control (LS) The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, and removing all erosion control devices including silt fence, erosion socks, silt savers, concrete wash-out if allowed, erosion control mat, check dams, construction entrances, or other means as approved by the Engineer to control tracking into streets, erosion, and entrance into the storm sewer. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 4. Remove and Replace 8" PCC Pavement (SF) 5. Remove and Replace 6" Driveway Entrance (SF) The unit prices for these items will be paid based on the number of square feet of Portland Cement Concrete or Hot Asphalt Cement pavements removed and constructed at the specified widths, thicknesses and mix designs, including 5 -foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade and subbase material, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. 01025-3 Removal of existing pavement and compacted granular material shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Aggregate durability class for all P.C. Concrete paving shall be Class 3. If weather conditions prohibit the use of Class M, P.C. Concrete, a deduct will be negotiated for the reduced cement content in Class C, P.C. Concrete. 6. Remove and Replace PCC Sidewalk (4") (SF) 7. Remove and Replace PCC Sidewalk (6") (SF) 8. Truncated Dome Sections (SF) 9. Remove PCC Sidewalk (4") (SF) 10. The unit price for these items will be paid based on the number of square feet of existing Portland Cement Concrete sidewalk and ADA Compliant curb ramps removed and replaced at specified widths, thicknesses and mix designs or removed only. Included with these items are subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curing, jointing and joint sealing, and backfilling at form lines. Removal of existing sidewalk except for removal only and compacted granular material shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Curb ramps and sidewalk thru driveways will be paid as 6" sidewalk, while all other sidewalk will be paid as 4" sidewalk. Remove and Replace Curb and Gutter (LF) The unit price for this item will be paid based on the number of linear feet removed and installed. Included with these items are subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curing, jointing and joint sealing, and backfilling at form lines. Removal of existing curb and gutter and compacted granular material shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. Saw cutting existing paving to produce a curb and gutter section shall be allowed. 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. 1\1 Water Main 16" DIP (LF) Water Main 12" DIP (LF) Water Main 8" DIP (LF) Water Main 6" DIP (LF) Water Main 4" DIP (LF) 01025-4 o I< 16. 17. The unit prices for construction of water mains will be paid based on the number of linear feet installed. Length will be measured for each size and type along the pipe centerline with no deductions for fittings. This item shall be full compensation for furnishing all materials, labor, and equipment necessary for the installation of water main, unless such item is called out separately in another item. The following items shall be considered incidental to this item unless included with other items listed in the FORM OF PROPOSAL. Reference Section 02665, Part 2.01 and Part 3.03 for City provided parts and services. a. Furnishing and installing pipe, joint materials and fittings. b. All water main adapters and sleeves required for installation and connections to existing water mains, not specifically called out on the plans or accounted for as an individual bid item. C. All trench, mole, exploratory, and hand excavation. d. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. e. Supply, placement and compaction of standard backfill and granular backfill material. f. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. g. Temporary plugs or connections, to provide full pressure water service as necessary. h. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. i. Testing and disinfection of water mains and water services as required. j. Dechlorination of flushed water entering storm sewer system. k. Temporary support of existing utility mains and service limes. I. Repair or replacement of utility services damaged by Contractor. in. Protection of existing valves so they are fully operational and accessible during construction. n. Connections and/or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. Where hydrocarbons are present in the soil, the soil shall be removed to the Iowa City Landfill to be air-dried. Compensation shall be $7.50 per ton. Remove Existing Water Main Valves (EA) Abandon Existing Water Main Valves (EA) The unit price for this item will be paid based on the number of existing water main valves removed or abandoned. No distinction between different sizes or types of pipe will be made. This item shall be full compensation for furnishing all materials, labor, and equipment necessary for the removal of existing water main valve as specified in the plan set. Also included in this pay item is excavation and the supply and placement of specified backfill to proper compaction. Abandoned valves shall be filled with concrete. 18. Install Hydrant with Auxiliary Valve (EA) y Z6,O�O `t 01025-5 The unit price for this item will be paid based on the number of hydrants with auxiliary valves installed. This unit price shall be full compensation for furnishing all materials, labor and equipment for the installation including excavation, furnishing and installing specified valves, hydrants, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid, and backfill; complete as indicated on the plans and as specified. The cost for the auxiliary valve and tee connection shall be in the price for the hydrant. These materials shall not be included in Item 15 below. Removal of existing hydrants and valves shall be incidental to the installation of new hydrants and valves at three locations. 19. Water Main Fittings (LB) The unit price for this item will be paid based on the actual weight of the water main fittings specified on the plans. This unit price shall be full compensation for furnishing all materials, labor and equipment for the installation of the figRigs. Only fittings shifting horizontal alignments will be paid under this iter. Fitti s needed for vertical alignment change shall be considered incidental to the toer 10 item 20. Install 16" Gate Valve (EA) C' 21. Install 12" Gate Valve (EA) 'F 22. Install 8" Gate Valve (EA) rn 23. Install 6" Gate Valve (EA)� 24. Install 4" Gate Valve (EA) OD The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, famishing and installing specified valves, fittings, thrust blocks, valve box and lid and backfill. These materials shall not be included in Item 15 above. 25. Install 16"x12" Tapping Sleeve and 12" Tapping Valve (EA) 26. Install 6" Cut -in Valve (EA) The unit price for this item will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, fittings, thrust blocks, valve box and lid and backfill. These items shall be considered full compensation for all labor and materials necessary including but not limited to the tapping sleeve, tapping valve, the water main tap, excavation, backfill, and removal and disposal of excess material. These materials shall not be included in Item 15 above. 27. Water Service Type A (1") (EA) 28. Water Service Type C (1 ") (EA) 29. Water Service Type C (1 ''/]") (EA) The unit prices for these items will be paid based on the number of each size and type of water services switched over from the existing 6" water main to the new 12" water main. This item shall be considered full compensation for the materials, labor and equipment necessary to complete each service transfer as noted on the plans. Unit prices shall not include the cost for furnishing the below materials since they will be provided by the City Water Division at no cost. 01025-6 a. Tapping saddle, corporation cock and tapping service b. Curb shut-off valve and box All costs associated with the following items shall be considered incidental to water service installation unless they are included with other items listed in the Bid Schedule. a. All trench excavation, mole excavation, exploratory excavation, including hand excavation except for rock excavation as defined by these specifications. b. Furnishing and installing copper water service pipe. C. Furnishing and installing couplings for connection to existing water services. d. Installing materials famished by the City Water Division. e. Making connections to existing services and removal and disposal of the abandoned old service valve box. f. Supply, placement and compaction of required pipe bedding material and supply, placement and compaction of standard or select material within the pipe envelope as specified. g. Supply, placement and compaction of all standard backfill and granular backfill material. Granular backfill material shall include backfill of all trenches under pavement and as otherwise indicated or specified. h. Dewatering of the trench including famishing pumps, piping, well points, etc., as required. i. N Testing and disinfection of water mains as required. j. Temporary support of existing utility mains and service 1�3 c k. i Protection of trees and repair of roots. ?> . A 1. Temporary fencing or barricades in. Repair or repla¢erGent—of w services damaged by Contractor. -t n `n t n. Protection of existing valves so they are fully opera nd'ecces during construction. o c 30. Seeding and Restoration (LS) �o The unit price for this item will be paid based on the percent of seeding completed. This item includes seeding, fertilizing, and mulching. It also includes stripping, salvaging and spreading of 9" of topsoil, preparation of seedbed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one-year guarantee. No distinction in unit price shall be made for various seed mixtures specified. Only disturbed areas not replaced with pavement shall be seeded unless noted on the plans or directed by the Engineer. 31. Tree Replacement (EA) The unit price for this item will be paid based on the number of individual trees authorized to be removed and replaced. This item includes disposal, excavation, fertilizing, and staking. All crabapple trees replaced shall have a minimum trunk diameter of 3". It also water, and all upkeep as specified, including a one-year guarantee. Excavation and disposal of excess material shall be considered incidental. G10),47 it 32. Remove 36" RCP (LF) 33. Remove 27" RCP (LF) 34. Remove 12" RCP (LF) 35. Remove Manhole (LF) The unit price for this item will be paid based on the number of existing stone sewer pipe and manholes removed or abandoned. No distinction between different sizes of manholes will be made. This item shall be full compensation for furnishing all materials, labor, and equipment necessary for the removal and disposal of existing storm sewer pipe and manholes as specified in the plan set. Also included in this pay item are excavation and the supply and placement of specified backfill to proper compaction. 36. Install 60" Manhole (EA) 37. Install 36" RCP (LF) 38. Install 27" RCP (LF) 39. Install 12" RCP (LF) 40. Install Storm Water Inlet (EA) The unit prices for construction of storm sewer pipe and manhole and inlet will be paid based on the number of linear feet or units installed. Length will be measured for each size and type along the pipe centerline with no deductions for structures. This item shall be full compensation for furnishing all materials, labor, and equipment necessary for the installation and backfilling of storm sewer pipe and manholes and inlet, unless such item is called out separately in another item. 41. Temporary Paving (SF) The unit price for temporary paving will be paid based on the number of square feet installed. This item shall be full compensation for preparation, furnishing and removal of all temporary patch areas to maintain vehicular or pedestrian traffic where deemed necessary by the City. Temporary paving material shall be PCC or iiMA. 42. Contaminated Soil Disposal The unit price for contaminated soil disposal will be paid based on a per ton received at the landfill. Excavated soil containing more than 10 ppm of hydrocarbons will be transported to the Iowa City Landfill or other approved site. If transported to the landfill, a tipping fee of $38.50 per ton will be paid by the contractor. a� o \�Yy ado 01025-8 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 residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two woak intervals throughout the project. 0o PART 2 - PRODUCTS D� _ None. a� -<r,, -o M PART 3 - EXECUTION z== - 0 D �- 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK A. Work shall be completed within 60 working days. Liquidated damages of $200.00 per day will be charged on work beyond the completion period, starting with the 61" working day. B. No work shall be done between the hours of 10:00 pm. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. To minimize disruptions to water customers, some work may be required during low water use periods. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. This may include night-time water shut -offs. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the Project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub - 01310 -1 phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Where applicable, 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. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 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. 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PARTI-GENERAL 1.01 SUMMARY.• A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. L02 A. MOT Standard Specifications. N B. U.S. Department of Transportation Federal Highway Administratigp,"MandM on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition,acirseds C. Traffic Control Notes on project plans. C- - — �-- -ac) _ L03 SUBMITTALS: .m a M A. Submit a traffic control plan for all activities requiring traffic cy trol n& specifically addressed by the project plans. PART2-PRODUCTS - 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT.- A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 -EXECUTION 3.01 TECHNIQUES.- A. ECHNIQUES.A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. " Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS. A. The City will furnish 'TIO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES. A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 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. 11/00 sh"cadknginecr�spccs-ii1015]O.doc 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Fumish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 7.02 REFERENCES.- A. EFERENCES. A. IDOT Standard Specifications. L03 QUALITYASSURANCE. A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and dispgsal of rubbish, broken concrete, asphah, stone, bricks, castings, and other wastemrdebr£i'result_ing from c work on the project. y-2 3� TJ L04 SUBMITTALS: c-) .<rm M = A. Locations of disposal sites. o 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 section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: N A. Limits of demolition shall be per 3.04 of this section. The Engineer receives the right to revise demolition limits if required by the nature of construction. o = �n D={-- 3.03 PROCEDURES: n-< r -;n _m A. Utilities : <t i "O o7Z 1. Notify all corporations, companies, individuals and stl* or IQcal authorities owning pipelines, water lines, gas mains, buried and overhead eliktric 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 Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050-2 SECTION 02100 SITE PREPARATION PART1-GENERAL 1.01 SUMMARY. - A. Furnish labor, material, tools and equipment to prepare site as indicated and specified 1.02 REFERENCES. o A. IDOT Standard Specifications. �o D PART 2 - PRODUCTS =lc� .<r rrt m None. o 3 PART 3 - EXECUTION �3 3.01 TECHNIQUES.- A. ECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 21 0,1. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBSAND VEGETATION. A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTINGSTRUCTURESANDPROPERTY.• A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING 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 EROSIONCONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. — 11/00 shan:dangineeAspas-ii103100.dm _ N � O ' -- 1 02100.2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLMONAND REMOVALS. A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer & Water Main Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 11/00 sh .dl gi=e pm-iiW2030A= 02050-3 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART1-GENERAL 1.01 SUMMARY.• A. Excavating, placing, stabilizing and compacting earth, including t"ch and rock excavation, addition of borrow and backfill, disposal of excavatSd materw, and topsoil, oc t� strip, salvage and spread. y v 1.02 REFERENCES: y� cy-e. p r T , '(T A. IDOT Standard Specifications. �� 3r L03 QUALITYASSURANCE: y � 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, MOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220-1 landscaping. Protect topsoil from mixtwe with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGEANDDEWATERING. A. Provide and maintain ample means and devices (including spare units kept ready for 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. N O_ C. Take all precautions necessary to prevent damage to the work by tjnor b water elring the site, whether water entry be overland or by groundwater. T' 1 3.04 TRENCHEXCAVATION.• A. General p T y rj 1. Excavate trench by machinery to, or just below, designated subgrac&;;when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection 1: Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill 02220-2 Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. N O F. Disposal of Unsuitable Soil o 0 *C-.) j! M 1. The Contractor shall notify the Engineer and Iowa rtrrrt of—Matural Resources (DNR) if soil contamination is found or suspectee5 rin�xca tion. r M 2. Soil disposal and remediation method shall be an optioE3mdlinin T Construction Manual Section 10.22, and approved by the Io*arDNK3nd i The Contractor is not to proceed with soil removal and rem6'aiation;Tpeasures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. _ 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots I" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02220-3 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services _ 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper. service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service - shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCKEXCAVATLON.- A. Rock excavation will be considered Class 12 Excavation as defined in MOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. O �� 02220-4 3.06 BACKFILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAWHOXIZEDEKCAVATION.- A. When the bottom of any excavation is taken out beyond the lirmts�+dicatcd. or specified, backfill, at Contractor's expense, with Class A crushed stone conr�ptgd to/o Standard Proctor Density. y � °yam P< 11/00 sh.mdkngi &.p.si)OII20A.. 02220-5 b 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. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITYASSURANCE. A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270-1 O� PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the [DOT Standard Specifications: o Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following [DOT Standard Road Plans: f t -a G Zia RC -5 Wood Excelsior Mat Z�*x RC -16 Silt Fence j' cn O 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement 1. Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across.slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed 02270-2 3. am 11/00 sh.d�gi..ftpmsiT02270Am as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. Should the geotextile be tom or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 02270-3 Q ti W sm � v h SECTION 02510 ASPHALT CEMENT CONCRETE PAVING PART1-GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Asphalt Cement Concrete paving. B. Furnish labor, materials, tools and equipment to place and compact Asphalt Cement Concrete paving. 1.02 REFERENCES. A. IDOT Standard Specifications. L03 QUAL17TASSURANCE, A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Temperature. G o 2. Density of in-place asphalt. •_;: >=t 3. Asphalt content.r�- rn � rn - 4. Density Tests of Base and Subgrade.� D` cn PART 2 - PRODUCES o 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. Section 2303. Asphalt Cement Concrete Mixtures. Division 41. Construction Materials. Section 4126. Aggregate for Type B Asphalt Cement Concrete. Section 4127. Aggregate for Type A Asphalt Cement Concrete. Section 4137. Asphalt Cement. 02510-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conforn with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. _ Division 22. Base Courses. Section 2203. Type B Asphalt Cement Concrete Bases. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. Section 2203. Asphalt Cement Concrete Mixtures. Section 2307. Bituminous Sea] Coat. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction Section 2517. Concrete Header Slabs. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC. - A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK.• _ A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. H//00 //00 _ 10 d« 02510-2 �\ INV Yti as SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY. - A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. L02 REFERENCES. A. [DOT Standard Specifications. L03 QUALITYASSURANCE. A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. _ C:) -(-) 2. Entrained Air. k- —t _2 O 3 Slump. 3. Slumn a —act W _ 4. Density Tests of Base and Subgrade.r o ZK77 a _ PART 2 - PRODUCTS cn 0 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: _ Division 21. Earthwork, Subgmdes and Subbases. Section 2111. Granular Subbase. o _ Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. n r� Section 2212. Base Repair. m Section 2213. Base Widening. o ut Division 23. Surface Courses. o - Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. _ Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. - Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURINGAND 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 357, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32` F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the 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. 11/00 JMet"gimm*w W"20.dw - 02520-3 O Oy 02520-3 N CITY OF IOWA CITY r-_ C') SECTION 02661 -' �_-� ZS (Updartd-Mardi Il, Ig09J 1(' rn CONSTRUCTION SPECIFICATIONS FOR PUBLIC VI AR DISTRIBUTION SYSTEMS FOR SUBDIVISIONS ANA SITS PLANS PART GENERAL 1.1 SUMMARY.• A. Furnish, install and test water distribution system as indicated and specified. 1.2 REFERENCES. A. This specification references the following documents. 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 accessrble 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 Reference Manual: City Code of Ordinances Chapter 3, 4, & 10, Iowa City Municipal Design Standards, Earth Excavating, Backfill & Grading Specifications - Section 02220, Accepted Products for Water Distribution Materials Per Specifications — Section 02661, Construction Specifications For Public Water Distribution Systems For Subdivisions and Site Plans - Section 02661, Water Service Work for Contractors Specifications - Section 02665, Iowa City Water Division Policies & Procedures Manual, Backflow Ordinance - Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AWWA-C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI/AWWA-C105/A21.5-99: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSI/AWWA-0110/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI/AWWA-CIII/A21.11: Rubber -Gasket Joints for Ductile -Iron WATER DISfR1BVITON- CITY OF IOWA CITY - 02661 05/22/09 Page 1 of 16 Pressure Pipe and Fittings 5. ANSUAW WA-C150/A21.50: Thickness Design of Ductile -Iron Pipe 6. ANSI/AWWA-C15l/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSI/AWWA-C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch, and 54 -inch through 64 -inch for Water Service 8. ANSUAW WA C502: Dry -Barrel Fire Hydrants 9. ANSUAW WA C504: Rubber -Seated Butterfly Valves 10. AW WA C509: Resilient -Seated Gate Valves for Water Supply Service. 11. ANSI/AWWA C510 Double Check Valve Backflow -Prevention Assembly 12. ANSI/AWWA C511 Reduced -Pressure Principal Backflow -Prevention Assembly 13. ANSI/AWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSUAWWA C600***: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSI/AWWA C651 ***: Disinfecting Water Mains 16. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 8 -inch for Water Distribution D. American Water Works Association: 1. AW WA Manual M23***: PVC Pipe -Design and Installation 2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: 0 0 a� 1. ASTM D2241 h �r- F. Manufacturers Standardization Society: rYT c7 a -Z 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and M.Wd actuty 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application C G. Uni-Bell PVC Pipe Association: UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AW WA Standard C-900. WAM DISTRIBUTION- CITY OF IOWA CITY - 02661 05/22/09 - Page 2 of 16 L3 SUBMI7TALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. B. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. C. Shop, Working Drawings or Construction Plans showing: 0 �� y 0 c�-t — 1. Pipe layout with valves, fittings and hydrants shown — '-- `D 2. Bolts �m 3. Joints CD — 4. Tapping sleeves, couplings, and special piping materials. D n 5. Polyethylene c CD 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. L4 QUALITYASSURANCE. A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineers expense. B. Contractor shall conduct visual inspection before installation. L5 77ME. A. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days notice. WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 05/22/09 Page 3 of 16 4. For locations of underground facilities, provide 48 hours notice. V `� .D PART PRODUCTS ,A y i 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 Divlsyron Reference Manual. 2.2 DUCTILE-DWNPIPE: A. Pipe shall be AW WA C151, Class 52. B. Pipe is to have an exterior bituminous enamel coating and a standard cement mortar lining in accordance with AW WA C104. C. Pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. D. Pipe is to be complete with all necessary joint gaskets, lubricants, glands and bolts. 2.3 DUCTILE IRONPIPE JOINTS: A. Single rubber -gasket push -on joints or mechanical joints shall conform to ANSUAW WA CII l/A21.11. Furnish with all necessary hardware and 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 CHLORIDEPIPE: A. Pipe shall conform to ANSI/AWWA C900 and shall be thickness class DR 18 (Class 150). All pipe shall have the same outside dimensions as ductile -iron pipe. 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 weight 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. WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 0522/09 Page 4 of 16 2.5 FITTINGS: 26 A_ All fittings shall conform to ANSUAWWA CI10/A21.10, with pressure rating of Class 350 for 3" to 24". B. Mechanical joint fittings shall be ductile iron compact ANSUAW WA CI 53/A21.53 or ductile standard ANSUAW WA C 110/A21.10. Large fittings, 12 -inch through 20 - inch shall be ductile iron standard ANS1/AWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSI/AWWA C110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSUAWWA C110/A21.10 shall be provided C. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor -Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. RESILIENTSEAT VALVES& VALVEBOXES. A. Gate valves shall conform to ANSUAW WA C509. 1. Valves shall be full lime size gate valves with epoxy coating inside and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi. 3. Valves shall have a standard 2 -inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o -rings under pressure. 5. Valves are to be non -rising stem with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANS1/AWWA C504, for buried service, Class 150B. 1. 2. 3. 4. 5. 6. Valve seat to be installed on disk or valve body. Butterfly valves shall not be utilized in sizes smaller than noted on the plans. Working pressure of the valve shall be at least 150 psi. Valves shall be short body pattem with mechanical joint ends. Shaft seals shall be o -ring type. 16", unless so Valve shall have manual operator with a 2" square operating nut operation of the valve and shall open left. All interior and exterior cast iron, ductile iron or steel surfaces shall painted with an epoxy coating and contain stainless steel bolts and nuts. for 1i1= WATER DISTRIBUTION- CRY OF IOWA CnY - 02661 osawg Page 5 of 16 2.7 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 be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless steel nuts and bolts. 3. Valves shall be finished with all joint accessories. D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51" to 71". Use lids marked "water". HYDRANTS: Specification standard: ANSUAW WA Standard C502 . Type of shutoff: Type of construction: Main valve opening: Nozzle arrangement and size Nozzle thread: Type of inlet connection: Size of inlet connection: Depth of bury: Direction of opening: Packing: Size and shape of operating nut: Working pressure: Compression Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. 4'/2 inches for 12" water main and under % inches for 16" water main and above 3 nozzle, two 2%2 -inch hose nozzles and one 4'/2 -inch pumper nozzle, with caps attached with chains National Standard Hose Threads Mechanical Joint 6 inch Depth of bury shall be 6 feet Open to right (clockwise) Conventional or O -Ring 1 %2 inch, standard pentagon 250 psi ti O o 0 c� 'f O /77 WATER DISTRIBUTION- CITY OF IOWA CITY - 02661 MUM Page 6 of 16 2.8 2.9 2.10 Color: Safety Red SPECLIL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C, Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: 1. Shall be mechanical joint, split construction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a. flange fitting to match the tapping valve. 2. Shall meet the OD requirements for Class A, B, C, or 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. 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 fiunished complete with all accessories. 4. Nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. GASKETS, BOLTS, NUTS, AND THREAD ROD: A. Mechanical joints made with: O n LII LOCATION WIRE: A. Location wire #12 solid copper, THHN insulation in yellow, orange or blue color. 3 WATER DIS RIBUTION-CITY OF IOWA CITY -02661 05/22/09 Page 7 of 16 1. Bolts: NSS Cor -Blue. s n K 2. Stainless steel bolt studs with SS nuts on each end. —i n r+7 All thread rod used to restrain fittings shall be stainless steel with SS nuts 3/4" diameter. D LOCATION WIRE: A. Location wire #12 solid copper, THHN insulation in yellow, orange or blue color. 3 WATER DIS RIBUTION-CITY OF IOWA CITY -02661 05/22/09 Page 7 of 16 O r C O O' C-)� m 2.11 LUMBER: I� A. Lumber for bracing or supports shall be hardwood. (i.e. oak, maple). 09ot nse creosoted lumber in contact with piping materials. y 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART EXECUTION 3.1 RETERENCESANDDOCUMENTS: 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 ANSUAW WA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23 and Uni-Bell PVC Pipe Association UNI -B-3-88 except as noted herein. D. Contractor must prepare and retain a set of "as -built" drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Examples of special buried features would be: 1. Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. 3.2 RECEIVING, STORAGE AND 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. WATER DIsTRIBU )ON- Crry OF IOWA CITY - 02661 0522/09 Page 8 of 16 0 C O � 3. Do not attach cables to pipe unit frames or banding for lifting. v L11 C. Within the "Storage" language of AW WA M23, change "should" to "shall." D. Within the "Handling" language of AW WA M23, change "should" to "shall." 3.3 LOCATION, ALIGNMENT, SEPARATION & GRADE: 'A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Contractor shall have all buried utilities located by the 1 -800 -ONE -CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5%z 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 cantered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a Twister DB Plus Wire Connector. WATER DISTRIBUTION- CITY OF IOWA CrY - 02661 05/22/09 Page 9 of 16 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a Valvco tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box, one -foot from the hydrant base. The tracer wire terminal box must be installed flush with the finished grade. If there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box" which is a full-size valve box (Tyler Series 6855 - Item 666A, Range 51" to 71" or East Jordan Series 8555 — Item 666A) and mark the drawings appropriately. 3.4 PIPEBEDDINGAND 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. PLPE RESTRAINT.• A. Thrust Restraint: 1. For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 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. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. WATER DISTRIBUTION- CITY OF IOWA MY - 02661 05/22/09 Page 10 of 16 d _ =C �° m C. Dead Ends i '• U1 3 _ 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 JOINTSAND COUPLINGS: A. Push -on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed 3. Do not use push -on joints when boring. Griffin Snap -Lok shall be used in casing with locking rubbers. B. Mechanical Joints: 1. The range of torque for tightening bolts which is indicated in ANSVAW WA 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 I -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic WATIR DISTRIBUTION-CnY OF IOWA CITY -02661 05122109 Page 11 of 16 o � o v Qo (�1 - 4 ©N i drawing, and materials of construction. 3.8 POLYETHYLENEENCASEMENT.• A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSIIAWWA C105/A21.5-99 installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PVC main could not be used. 3.9 HYDRANTMSTALLATION.• A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter. C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set -back of 4 feet from the curb line is recommended. Iowa Department of Transportation (IDOT) 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 wall with pre -cast cement blocks to resist thrust at the pipe correction. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or I inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant This is essential to the performance of the break -off flange. 3.10 WATER MAINOPERATIONS. A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as -built" drawings must be on file in the Water Division office prior to using the water supply. C. If requested by the City, the contractor will work with Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The WATER DI.SrarnUTION-CITY OF IOWA CITY - 02661 05r2M Page 12 of 16 3.11 N O C purpose of both plans is to minimize the impact of service in ons and pressure and flow variations on the water distribution system existing customers. -.yG �� -0 DISINFECTION FOR POTABLE RATER SYSTEMS: A. General r' N L 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 ANSVAW WA C651 and the following specifications. V-3 C. Special Disinfection Requirements 1. 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 50 mg(L. Use either the granulated/tablet or continuous feed method with modifications as described in 3.11 C or D below. 3. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 25 mg/L chlorine throughout the length of main. 4. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mg/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 '/, of the main diameter. For 6 -inch through 12 -inch water mains, a single 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 lolls). 5. Collect a bacterial sample from the end of each line or every 800-1000 feet and deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms, the hydrostatic test may proceed. Tablet Method of Chlorine Application Use ANSUAWWA C651, however slowly fill the main (less than 1 cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. WATER DISTRIBUTION- Cl1Y OF IOWA CRY - 02661 05127/09 Page 13 of 16 O CD l• r P N D. Continuous Feed Method of Chlorine Application I. Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than not less than %4 of the main diameter. For 6 -inch through 12 -inch water mains, a single 2%2 -inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main completely. 3.12 TESTING. A. Filling the water main: Fill the newly constructed water main system slowly using treated public water under low pressure and low flow. The objective is to displace air with water while avoiding damage to new construction, customer services, and adjoining property due to the release of air and water. Public Works staff must be on site to assist with operation of the system valves and hydrants during this operation. 2. Open one hydrant (completely). at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. For water main replacement only, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. WATER DMRIBUTION-Cr1Y OF IOWA CITY- 02661 05/22/09 Page 14 of 16 0 '=ice O,C 9 / "7 '37 N B. Pressure and Leakage Tests: 1. Conduct combined pressure and leakage test in accordance with ANSUAW WA C600. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists, of fast 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: I . All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. D. Hydrant Operations: 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 alljoints for leaks. WATER DISTRIBUTION- CITY OF IOWA MY - 02661 05/22/09 - Page 15 of 16 E. Flow Test: 1. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine the fire flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test 3. A hydrant flow test may be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. Las. Update — 31RAQ9 ti O 4 2c � WATER DISTRIBUTION-CrrY OF IOWA QTY - 02661 05/22/09 Page 16 of 16 Department of Public Works Iowa City Water Division (Revised 10/28/09) Accepted Products for Water Distribution Materials WATER PIPE: (Ductile) ANSI/AWWA—A21.51/C151 American, Clow, Griffin, McWane, Tyler, and US Pipe Class 52 for direct bury piping unless other wise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint 'o r —n pipe y� C-) .v r WATER PIPE: ( PVC) (Class 150) — C900 �� vrn C900 thickness class DR18 (6" thru 10") rn x FITTINGS: (Ductile Iron Standard) ANSI/AWWA—A21.10/C110, :P" 77 N 3" to 24"-350 psi (Ductile Iron Compact) AWWA C153, 350 psi Clow, Tyler/Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Fall Body Ductile Iron With Stainless Steel and/or NSS Cor -Blue Nuts and Bolts) for 12" and larger or under pavement Clow - F-5205, Mueller - H615, Kennedy, Tyler/Union, Kennedy, American Flow Control - Series 2800, of 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 MECHANICAL JOINT RESTRAINT DEVICE: (Megalug — with NSS Cor -Blue Nuts and Bolts) Ebaa Iron Sales Inc. —1100 series for ductile iron 2000 PV for PVC STAINLESS STEEL REPAIR CLAMPS: (With Stainless Steel Nuts & Bolts) Smith -Blair -261, Ford FSI, Romac SS VALVES: (Resilient Seated Gate Valves) ANSI/AWWA— C509 Clow F-2640, Kennedy 1571-X, Mueller Resilient Seat - A-2360-20, or U.S. Pipe - A-USPO-20 VALVES: (Butterfly) ANSI/AWWA C504, Class 150B Clow, Pritt, Mueller, American Darling, Kennedy, M & H, DeZurik or Val -Matic Accepted Products for Water Distribution Materials (Revised —10128109 page 2 VALVES: (Tapping) Clow — F-2640, Mueller — T-2360-16, Kennedy 4950, U.S. Pipe — A-USPO-16 VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71") East Jordan Series 8555 & Item 666A—Range 51" to 71" HYDRANTS (4 %:" for 12" and under) (5 %." for 16" and above) AWWA C502 Clow F-2545 Medallion, Mueller Super Centurion 250 SLEEVE TYPE COUPLING: (With Stainless Steel Nuts & Bolts) Standard solid black sleeve — Tyler/Union 5-1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts — Smith -Blair 441 or Romac Style 501 TRACER WIRE TERMINAL BOX (DAYLIGHT BOLO: U.S. Filter, WaterPro or Utility Equipment - Valvco —95E 2 %2" ID with lockable cast-iron lid—minimum 18" long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: #12 solid copper, THHN insulation in yellow, orange or blue FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and Yl (Revised 10128/09 Page 3 Accepted Products for Water Service Parts SERVICE SADDLES: ANSI/AWWA—C800/C900 AY McDonald 3845 Ford 202BS Smith Blair 325 with nitrile gasket to be used in L.U.S.T. areas CORPORATION VALVES: ANSI/AWWA C800 Mueller B-25008, AY McDonald 4701BQ BALL CURB VALVES: ANSI/AWWA C800 Mueller B-25209, AY McDonald 6100Q CURB BOX ARCH PATTERN: ANSI/AWWA C800—with stainless steel rod and cotter pin AY McDonald 5601 and 5603 with 5660SS-5' shut off rod SECTION 02665W WATER SERVICE WORK FOR CONTRACTORS 1Rmv d3 l/& PART 1 -GENERAL A Furnish and install new water services and yard hydrants as indicated and specified. 1.02 RELATED WORK. A. Section02661: Water Distribution L03 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: 1. Policy and Procedures Manual. 0 C. American National Standards Institute and American Water Works Combined der o 1. ANSI(AW WA -C800 Underground Service Line Valves and Fittings. C) –< — Lo :,–, D. American Society for Testing Materials: v (� I. ASTM B75-86 Seamless Copper Tubing. D [�IF�CY713uIYI'✓►ICA ut N A Submit to the Engineer the following drawings or details for approval 4 weeks prior to installation. 1. Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 2. Working drawing or site plan with customer location, address, size, and materials of water service and main pipe including a full list of materials required from the Iowa City Water Division, ag applicable. 1.05 PERMITS. A. City of Iowa City: 1. Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 02665-1 2. The Contractor or their agent will be responsible for the tapping application forms and records. 1.06 TIME.- A. IME. A. Time is of the essence for water service work. All required work must be completed as quickly as possible to minimize inconvenience to the consumers. The Contractor is expected to comply with the minimum response and completion times listed. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. 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 I service which is planned work, less than 24-36 hours. 2. For I 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 I 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 ONPRIVATEPROPERTYFOROTHERS: A. Water service work may be necessary or desired by private property owners at the same time as the new water service work under this contract is done. The Contractor will be allowed to work on private property adjacent to the work site in order to do water service work directly for the private property owner. Work on private property shall not adversely affect the time schedule for work under this contract. B. The work on private property will not be the responsibility of the City 02665-2 Q\ O •`Cllr tO '! - PART 2 -PRODUCTS 2.01 WATER SERVICEMATERIALS 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. 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 famished and installed by the Contractor. Material shall be new type K copper in coils for sizes 3/4 -inch through I Y -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 ANSVAW WA C800 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 AW WA tap thread (CC thread). 7. Saddles with nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). B. CORPORATION VALVES: 1. Corporation valves shall meet or exceed current ANSUAW WA C800 specifications and shall be made in accordance with ASTM B-62. 2. Valves shall be 300 PSIG maximum working pressure. O 3. Body shall be 85-5-5-5 cast brass. n 4. Valves shall be inlet: AW WA taper thread, outlet: conductive rj compression connection for CTS O.D. tubing. 5. Valves shall be compression ball type valves. 02665-3 N1 C. M B. BALL CURB VALVES: 1. Ball curb valves shall meet or exceed current ANSUAW WA C800 specifications and shall be made in accordance with ASTM B-62.. 2. Valves shall be 300 PSIF maximum working pressure. 3. Body shall be 85-5-5-5 cast brass. 4. Valves shall be compression connection for CTS O.D. tubing, both ends. 5. Valve shall have a quarter tum check with fluorocarbon coated ball and stainless steel reinforced seat 6. Valve shall have end pieces o -ring sealed with double o -ring seals. CURB BOX- ARCH PATTERN: 1. Curb box shall meet or exceed current ANSUAW WA 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 up and down inside the base casting. 4. Curb box shall be slide style. N o 5. Curb box and accessories shall be black dip coated inside and out. C4 6. Curb box rod length shall be a 5/8" rod, 42 -inches long, small key- clawp c -3 — - welded to rod with stainless steel rod and cotter pin. :{ rrt STRAIGHT THREE PART UNIONS: 1. Unions shall meet or exceed current ANSUAW WA C800 specificatioifs' c -n and shall be made in accordance with ASTM B-62. N 2. Union shall be conductive compression connection for CTS O.D. tubing both ends. 3. Body and nut shall be corrosion.resistant cast bronze 85-5-5-5. 4. Chipper 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. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used. 02665-4 F. COPPER TUBING: 1. Copper tubing shall meet or exceed current ANSUAW WA C800 specifications. N O G. YARD HYDRAM: 1. Yard hydrants shall be freezeless style. o Q a PART3-EXECUTION o _i Q 3.01 REMI)SANDDOCUMEATS: y Ln N A. Contractor must prepare and retain a set of "as -built" drawings on the job site with accurate and current information on the location of all water service valves, pipe and special construction features. Examples of special construction features include: 1. Offsets in alignment. 2. Changes in depth and depth greater than 8 feet or less than 5 feet 3. Special fittings or construction materials. Following completion of the project, a copy of these drawings shall be famished to the Water Division. 3.02 RECEIVING, STORAGEAND 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 EXCAVAHONAND BACKFILL: A. All excavators shall comply with the requirements of the O.S.H.A Standards subpart P - Excavations. B. Earth excavation, backfill, fill and grading shall be in accordance with Section 02220. C. Excavation and backfill shall include all excavation, backfilling, compacting, stockpiling of surplus material on the site, and all other work incidental to the construction of trenches, including any additional excavation which may he required for construction of the water service lines. D. Along the proposed water service lines, the Contractor shall remove the surface materials only to such widths as will permit a hole or trench to be excavated, which will afford sufficient room for proper construction. Paving removals shall be as directed by the Engineer E. The Engineer shall approve removal limits. 02665-5 F. where working space permits, holes or trenches may be excavated by machine, provided that by so doing, public and private improvements will not be subjected to an unreasonable amount of damage. The size of the hole shall be as small as reasonably possible to do the work. If, however, excavation by machine methods cannot be made without damage being done to public and private improvements, hand excavation shall be employed. G. The Contractor shall use a mole for excavation of a hole to place the water service piping, V 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. N O H. The Contractor shall be responsible for coordinating the location of all bund utilitim and for all damage or repairs to utilities caused by mole excavation. n I. Whenever, in the opinion of the Engineer, it is necessary to explore a caitate to r determine the best line and grade for the construction of the new water segroe linter to `" 1'1 locate an existing water service which must be disconnected, the Contracteha113aake explorations and excavations for such purposes. C).` D rn J. All excavated material shall be piled in a manner that will not endanger the work adiimthat 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. L. To protect persons from injury and to avoid property damage, adequate barricades, fencing, construction signs, caution lights and guards as required shall be placed and maintained by the Contractor at excavations during the progress of the construction work and until it is safe for pedestrian and vehicular traffic to use the roads, sidewalks and facilities. All material piles, equipment and pipe which may serve as obstructions shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. The rules and regulations of O.S.H.A. and appropriate authorities for safety provisions shall be observed M. Trees, shrubbery, fences, poles and all other property and structures shall be protected during construction operations unless their removal for purposes of construction is authorized by the Engineer. Any fences, poles, or other improvements which are removed or disturbed by the Contractor shall be restored to the 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 removal by the Engineer. 026656 3 04 WATER SERVICE CONSTRUCTION: A. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. B. The City Water Division will provide, at Contractor cost, labor to tap the water main for services. Each water service pipe shall he connected to the water main through a brass corporation stop. A tapping saddle is required on all water main materials. The plastic plug from PVC main shall be recovered The main shall be tapped at an angle of forty-five degrees (450) with the vertical, if possible. The stop mugt be turned 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 than ten (10) feet horizontally from the building drain, and shall be separated by undisturbed or compacted earth. Where the horizontal separation cannot be met, the water service pipe shall be installed so the bottom of the water service pipe is at least eighteen (18) inches above the top of the building drain line at its highest point 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 famished and installed over the curb stop and held in a truly vertical position, until sufficient backfill has been placed to ensure permanent vertical alignment of the box. The top of the box shall be adjusted and set flush with the finished surface grade. The stop 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. G. 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 new service connection, the new service shall be subjected to normal system pressure and visually inspected for leaks. If any leaks appear, the Contractor shall make repairs. Each water service shall be turned onand observed by the Contractor within the premises to verify adequate pressure and flow. Yy a�0 (Revised 3/11/09 \4��Q Q>02665-7 ti� SECTION 02700 0 SEWERS �C-) PART1-GENERAL < .0 10 1.01 SUMMARY:Lo 7 r- A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Stone Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low - Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers I. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified -Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C 151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA- A21.50/C150, latest edition, Thickness Design of Ductile -Iron Pipe. 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/AWWA-A21.11/C111, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 02700-1 5. ANSI/AWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe — For Sanitary Sewers I. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile -Butadiene - Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe G. Manholes a 1. ASTM C478, latest edition, Standard Specification for Pry Ree forced Concrete Manhole Sections. C-) H. Intake Structures 1. IDOT Standard Specifications. o:TM7 - 0 2. Iowa Department of Transportation Highway Division "Standard *ad Plans Manual", latest edition. L03 QUALITYASSURANCE. A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. 02700-2 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. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring excluding trench boxes, certified by a prq�ional engineer registered in the State of Iowa. This submittal will not be revieN& for s"i,uctural adequacy by the City. = _ 52 m PART 2 - PRODUCTS rte, :<� v 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers cn N 1. Joints: All joints will be confined O-ring gasket meeting ASTM C443 or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. B. Reinforced Concrete Pipe - For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and 02700-3 groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type 'B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class IB A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. _ o � O 3. Minimum Bedding — Type B per ASTM C 12 with compacted guar _4teriaj to the springline of the pipe. = r !% `o D. Ductile Iron Pipe O z 1. Joints: Use push on joints unless otherwise specified on the pl s. r+t 2. Thickness: Unless otherwise indicated or specified, use Class 52. ti 3. 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 02700-4 appropriate ANSI. 4. Minimum Bedding — Type 5 per ANSIIAWWA C150/A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe —For Sanitary Sewers I. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding — Crushed stone encasement to the top of the 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. F. Poly Vinyl Chloride (PVC) Pipe— For Sanitary Sewer Service Lines c C) = 1. All PVC pipe shall be manufactured in accordance with ASTM lJ50A. _ 2. Joints: ASTM D3212 gasketed. ;<r ; ill 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above piji'e. The Wimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding — Drainable stone encasement to 6" above pipe. H. Manholes 1: Joints: All joints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the 02700-5 maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non -rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. I. Bedding: 1. Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. N O PART 3 - EXECUTION oo . n zs--- C-) m _ 3.01 INSTALLATION OF PIPE: > _4 C.) -< Z; r -tr rn A. Inspect before installation. Remove and replace defective sections. ..<crn -o 0 B. Alignment and Grade Ln I. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections 1. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. 02700-6 0 E. Jointing = "� V 1. Clean and lubricate all joints prior to assembly. y r cn M 2. Join per manufacturers recommendations. � t�*tS �y � ' tJ 3. Suitable couplings shall be used for jointing dissimilar materials. ` Ln 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 Contractors expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted 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 rade. 3.02 TESTING OF PIPE. A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: 1. Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 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. Exfiltration or infiltration test performed on sections of approved length (maximum 02700-7 (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external 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 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time in in inches Minutes 4 2.0 6 %mile for sewers) and before connection to buildings. Low-press��e air t� performed on manhole -to -manhole sections of pipeline. 'C) ..-r 5.5 15 7.5 5. Low-pressure air test: 0-4 p 21 a. Equipment TIM 11.5 27 o 0 (1) Designed for testing sewers using low-pressure a W (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external 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 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one 02700-8 size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. o_ 6. Infiltration Test 'Sc .,.J Da Dewater and conduct test for at least 24 hours. r C-) � b. Locate and repair leaks, and retest as required. 3 C. Allowable infiltration, including manholes, fittings,- connections: maximum 200 gallons per inch diameter per mile per 241Rburs. w 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. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfihration can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. f Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel 02700-9 dimensions shall carry a tolerance off .001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short-term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving 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 INTAKESTRUCTURES. o_ 0 0 A. Set bases true to line and elevation on minimum six-inch granular backf itymeng °`+ B. Install O-ring or profile gasket in joints between sections conforminlponartYfactu rs standard. G m -fl M �3 C. Cast in place inverts must provide a channel at least one-half the de p e€ the -pipe match the full cross-sectional area of the pipe. All junctions and chanin direction shall be smooth and rounded to the maximum extent possible to supplement flow thWugh the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set &aures 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. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 MAINTENANCE OF FLOW. A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. 02700-10 B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the 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 tha2vsponsible person may be reached 24 hours a day to make immediate repairs agdlor ref0cement case of diversion system failure. Diversion of sanitary sewage t&Ftgrm %cwers waterways is not allowed. y =r VC) 3.05 CONFLICTSM =`'rr�Tr i A. Provide temporary support for existing water, gas, telephone, power or-vlJrer utilitiesor services that cross the trench. c ur _ w 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 main; maintain a linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: L The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 06/03 shvedYnginee4pemi�Wrl00.dw 02700-11 o � SECTION 02900��, ? (% '7 . .fl OA 00 LANDSCAPINGr� PO PART1-GENERAL 1.01 SUMMARY.• A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. L02 QUA=ASSURANCE. A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. L03 SUBMITTALS. A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted _ to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. L04 DELIVERY, STORAGEAND 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 cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART 2 - PRODUCTS 2.01 TREESAND 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. r, 0 B. All trees and shrubs, except those specified as container growrehall lry balledAburlap with root ball formed of firm earth from original and undisturbed Af'romimina 80% of all plantable containers shall be removed during planting. C -4 C. All trees shall display the following form and branching habits: m s p� 1. Free of branches to a point at 50% of their height. Gn w 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in thein normal position. Caliper measurement shall be taken at a point on the trunk six inches (B') 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. 2.03 SOD. A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing breaking, drying or any other damage. 02900-2 Minimum Proportion LbsJ LbsJ Mix by Weight Acre 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 100/0 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9•/. 4 0.09 Alsike Clover 9Yo 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD. A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing breaking, drying or any other damage. 02900-2 Z04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen' - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of tuaforn. 0 PART 3 - EXECUTION o : " iI 3.01 PLANTING TREES AND SHRUBS: C>-4 _. A. Planting Season and Completion Date: �� ..7:r- 77 1. Trees: Spring- March 30 through May 15 un Fall - Sept. 18 through Nov. 18 `' 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. the City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. " B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 02900-3 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 topp;iil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, fr*le, and free of hard clods and rock over two inches in diameter. n 3.03 SEED, FERTILIZE, LIME AND MULCH: rn A. Apply lime by mechanical means at rate of 3,000 pounds per acre. o B. Apply fertilizer at rate of 450 pounds per acre. c •• r U' C. Seed Areas: W 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/e -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately I %z tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. 02900A C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period - H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. 1. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE -ALL PLANTINGS. A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 11/00 sharedkngineetnpecs-iilW900. do, 02900-5 O 'v O c� to N� CITY OF IOWA CITY Johnson County, Iowa DEPARTMENT of PUBLIC WORKS 2010 Muscatine Avenue Water Main Replacement Project Location Map Standard Road Plans Index The following Standard (died Plans shall be considered applicable to construction work on NUMBER RD -65 TC -30 TC -212 TC -213 TC -228 TC -251 TC -252 this project DATE 10-17-06 10-21-08 10-16-07 10-21-08 10-21-08 110-16-071 10-20-09 Title Sheet Legend & Notes Quantities Construction Sequence Water Main Plan Sidewalk RemovaVReplacement Plan Handicap Ramp Requirements Sidewalk Details Water Service Details Storm Sewer Detail Details Traffic Control 1 2 3 4 5 - 7 8-10 11 12 13 14-15 16-17 18-20 NUMBER DATE RA -40 10-18-05 NUMBER DATE RE -71 10-20-09 RB -3 01-12-99 RC -17 10-20-09 RB -6 10.20-09 RH-50 10-21-08 Rll 51 10.17 RH-52 04-17-07 CITY OF IOWA CITY ENGINEERING DIVISION APPROVED FOR CONSTRUCTION �A-L-- 311912«, CITY ENGINEER DATE e«.yw,aYr>nr MY ruiY..yasw..eY,.PR..l OyeY r Y,qa •r ax.r w.Ynr,aParr� rani o,auy QppFESSleN47 ICYnW PMYYtlwW ErgNYVYnM1MYeYYIeiY elrYa,YYra =o%� gyp bnd: or. ttU.(Y 1,IGLY m llawc Ne. 11]fY YeMw Mml CM 1.1]l]IIIDII Loren W. Leach, P.E. 1655 Ridge Road I r City, IA 57245 (318)3514722 NOTES 1. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTEREDWFTHIN THE CONSTRUCTION AREA, R SHALL BE THE RESPONSIBILITY OF THECONTRACTOi TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIM TO THE BEGINNING OF ANY ALL GASKETS SHALL BE NITRILE TYPE AND ALL FFTTINGS SHALL CONFORM TO THE WATER DIVISION LIST OF APPROVED FITTINGS. CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES, AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS; THEREFORE, THEIR LOCATIONS MUST BE 17, ALL SOILS ENCOUNTERED WITH HYDROCARBONS ABOVE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHER UTILITIES, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN, IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TOAVOID DAMAGE THERETO. NOCLAIMS s / S FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK 2. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1200-2925989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. Oj,f �p � 3. WHERE EXISTING POWER POLES ARE IN CLOSE PROXIMITY TO OPEN AREAS, UTILITY COMPANIES SHOULD BE CONTACTED TO HOLD THE POLES DURING CONSTRUCTION, SCHEDULE ACCORDINGLY. /9 4. UNLESSTION CONSTRUITS OF CTION,EN ON THE PROJECTPLANS.THECONTRACTORACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTNITIESTOWFTHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND/OR PRIVATE PARTIES IN WRITING. �!✓7 f /: LEGEND F' UTILITY CONTACTS 5. ALL HORIZONTAL AND VERTICAL REFERENCES ARE U.S. STATE PLANE IOWA SOUTH ZONE; US. SURVEY FOOT NAD 03 (1998 HARN)AND NAVD BB RESPECTIVELY. The following companies may have facilities in 6. THE CONTRACTOR SHALL PROCEED WITH CONSTRUCTION ACTIVITIES IN SUCH A MANNER TO INSURE THE SAFETY OF ALL TREES AND SITE FEATURES WHICH WILL REMAIN IN PLACE. ALL TREES SHALL REMAIN W PLACE UNLESS AUTHORIZED BY THE ENGINEER. TREE REMOVAL AND REPLACEMENT SHALL BE AUTHORIZED BYTHE CITY IN ADVANCE. 7. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 46 HOURS IN ADVANCE OF DRIVEWAY MODIFICATION TRAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 8. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL 9. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER MAIN, HYDRANT RELOCATION AND INSTALLATION, AND WATER SERVICE WORK NIDI THE IOWA CITY WATER DMSKON. 10, ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF IOWA CITY STANDARD SPECIFICATIONS AND DETAILS, UNLESS OTHERWISE SPECIFIED BY DETAILS AND NOTES SHOWN ON THE PLANS. 11. CONSTRUCTION ADMINISTRATION WILL BE PERFORMED BY THE CRY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE SURVEY PARTY CHIEF, JEFF HICKS, (319P566408. 48 HOURS IN ADVANCE OF NECESSARY STAKING. 12. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY THE ENGINEER PRIM TO REMOVAL 13. NIGHTTIME WORK WILL BE REQUIRED TO MINIMIZE OUT -OF -SERVICE TIME FOR WATER CUSTOMERS. WHERE IDENTIFIED BY THE WATER DEPARTMENT, THE CONTRACTOR SHALL PREPARE A WORK PLAN SHOWING THE LENGTH OF TIME TOCOMPLETE THE WORKAND A UST OF REQUIRED MATERIALS. PRIOR TO INITIATING A PLANNED SHUT -DOWN OF WATER SERVICE, THE WATER DEPARTMENT SHALL APPROVE THE WORK PLAN. WATER SERVICE SHUT -DOWNS WALL BE REQUIRED TO REMOVE PIPE AND FITTINGS AT IST AVENUE, INSTALLATION OF CUTIN VALVES WADE, WILLIAM AND ARTHUR STREETS, CONNECTION OF THE 17 WATER MAIN TO THE EXISTING 6' WATER MAIN EAST OF ARTHUR STREET AND RECONNECTION OF THE 4"AND 6" WATER SERVICES. NIGHTTIME WORK SHALL BE INCIDENTAL TO UNIT PRICES BID FOR WATER MAIN INSTALLATION AND SERVICE RECONNECTIONS. 14. TEMPORARY PAVEMENT SHALL BE REQUIRED AT ALL BUSINESS ENTRANCES AND AT IST AVE NUE, AND WADE, WILLIAM AND ARTHUR STREETS OMEN PERMANENT PAVING CAN NOT BE RESTORED IN THE SAME WORK DAY. TEMPORARY PAVEMENT SHALL BE P.GC.ORH_MA. AND SHALL INCLUDE FURNISH, INSTALLION AND REMOVAL. 15. CONTRACTOR SHALL COORINATE ALL CONSTRUCTION ACTIVITIES WITH AFFECTED BUSINESS AND THE WATER DIVISION. CONSTRUCTION ACTNDES SHALL BE SCHEDULEDTOALLOWACCESS TOALL BUSINESSES ATALL TIMES THEY ARE OPEN FOR BUSINESS. A MINIMUM OF ONE ENTRANCE SHALL BE MAINTAINED AT ALL TIMES FOR FIRE AND POLICE PROTECTION, 16. SEVERAL LUST SITES EXIST ALONG MUSCATINE AVENUE. ALL GASKETS SHALL BE NITRILE TYPE AND ALL FFTTINGS SHALL CONFORM TO THE WATER DIVISION LIST OF APPROVED FITTINGS. 17, ALL SOILS ENCOUNTERED WITH HYDROCARBONS ABOVE IOPPM SHALL SHALL BE TRANSPORTED TO THE IOWA CITY LANDFILL A TIPPING FEE OF$38.5WON SHALL BE PAID BY THE CONTRACTOR. 18. ALL EXCESS EXCAVATED MATERIAL SHALL BE DISPOSED BY THE CONTRACTOR AT NO EXPENSE TO THE CITY. LEGEND UTILITY CONTACTS The following companies may have facilities in Proximity to the Project Existing Proposed GAS & ELECTRIC MID AMERICAN ENERGY CO. 1630 Lower Muirame Rd UTILITY LOCATING CREW "ONECALL" lows City, loxes 52240 Pnone: WO -292-8989 Water Main — 6"W— — 12"W— 2^W— Michelle Michelle Payne Phone: 319341-4432 CITY WATER DEPARTMENT ED MORENO Mobile: 319340-3735 Phone: 3193883180 GV Gate Valve G --�— TELEPHONE ODDEST CITY SEWER DEPARTMENT DAVE ELU18 Kam Haeren Phone: 3193883170 Phone. 31939&7406 GV Mobile: 3193605122 CITY TRAFFIC ENGINEERING JOHN SOBASKI Hydrant y *40 Phone: 318388-8180 CABLE TELEVISION MEDIACOM 546 SouthgaM Avenue CITY PARKS & FORESTRY TERRY ROBINSON Iowa City, lora 52240 Phone: 3193683107 Tim Eaoan Construction _ _ _ _ Phone: 319-351-040Bx235 CITY LANDFILL John Thomas Limits Mobile: 3193503679 Phone: 3193864170 FIBER OPTICS AT&T 5261 NW 114th Street Ste. B Grimes, IA 50111 Jin Goalie Phone: 515-9869413 City of Iowa City - WATER DIVISION Phone: 319-356-5160 Estimated Quantities ITEM DESCRIPTION 1 Mobilization 2 Traffic Control 3 Erosion Control 4 Remove & Replace 8" PCC Pavement 5 Remove and Replace 6" Driveway 6 Remove & Replace PCC Sidewalk (4") 7 Remove & Replace PCC Sidewalk (6") 8 Truncated Dome Sections 9 Remove PCC Sidewalk (4") 10 Remove & Replace Curb & Gutter 11 Water Main 16" DIP 12 Water Main 12" DIP 13 Water Main 8" DIP 14 Water Main 6" DIP 15 Water Main 4" DIP 16 Remove Existing Water Main Valves 17 Abandon Existing Water Main Valves 18 Install Hydrant with Auxiliary Valve 19 Water Main Fittings 20 Install 16" Gate Valve 21 Install 12" Gate Valve 22 Install 8" Gate Valve 23 Install 6" Gate Valve 24 Install 4" Gate Valve 25 Install 16"x12" Tapping Sleeve & 12" 26 Install 6" Cut -in Valve 46) '4P' 19 P Edel%yF`ti 3 EA ; 3 EA 1 LS 1 EA 4 LF 137 LF 18 LF 66 EA 3 EA 2 LF 129 LF 27 LF 70 EA 1 SF 1600 TONS 240 ESTIMATED 27 Water Service Type B (1") UNIT QUANTITY 28 Water Service Type C (1") LS 1 29 Water Service Type C (1 1/2") LS 1 30 Seeding and Restoration LS 1 31 Tree Replacement SF 1,768 32 Remove 36" RCP SF 240 33 Remove 27" RCP SF 8824 34 Remove 12" RCP SF 1488 35 Remove Manhole/Inlet SF 96 36 Install 60" Manhole SF 74 37 Install 36"RCP LF 40 38 Install 24" DIP LF 20 39 Install 12" RCP LF 1428 40 Install Storm Water Inlet LF 63 41 Temporary Paving LF 40 42 Contaminated Soil Disposal LF 16.5 EA 4 EA 4 Water Main Fittings EA 4 LB 3,764 Fitting Quanti VIA/ea Total Wt 16 x16"x6" Tee 1 615 615 EA 1 17'x17'x8" Tee 3 340 1020 EA 7 17'x17'x6' Tee 2 325 650 17'x17'x4' Tee 1 315 315 EA 4 BN8NI3" Tee 5 80 400 EA 4 6 x5'x6' Tee 1 60 60 12' Cap 2 85 170 EA 1 8" Plug 3 26 78 EA 1 6" Cap 8 17 136 6'45 Bend 8 40 320 EA 3 TOTAL WEIGHT 3764 46) '4P' 19 P Edel%yF`ti 3 EA ; 3 EA 1 LS 1 EA 4 LF 137 LF 18 LF 66 EA 3 EA 2 LF 129 LF 27 LF 70 EA 1 SF 1600 TONS 240 Construction Sequence —Muscatine Avenue STAGE 1 1. At Wade, William and Arthur Streets a. Install 6' cut -in valves at designated locations 2. At 1"i Avenue a. Remove designated pavement b. Excavate 16" water main c. Install 16"x16'x12" Tapping Sleeve and 12" Valve STAGE 2 1. Muscatine Avenue from 1b' Avenue to Arthur Street a. Install 12" water main from 1t Avenue toward Wade Street b. Install 12"x8" Tee and Valves (2-12" & 1-8") at Wade Street c. Install 12" water main from Wade Street toward William Street d. Install 12"x12"x4' Tee & 4" Valve for 4" Service at 2430 Muscatine Avenue e. Install 12'x12'x6' Tee & 6" Valve for 6" Service at 2425 Muscatine Avenue f. Install 12'x8" Tee and Valves (2-12" & 1-8") at William Street, vertical bends may be required to pass under 24' storm sewer. g. Remove 36", 24" and 12" storm sewer, manholes and inlet h. Install 36", 24' and 12" storm sewer, manholes and inlet g. Install 12" water main from William Street toward Arthur Street h. Install 12'x8' Tee and Valves (1-8") at Arthur Street i. Install 12'x6" Tee and 6" Valve f Install 6' Tee and Hydrant k. Install 6" Valve I. Fill, test and disinfect 12" Water Main m. Use hydrant to flush 12' Water Main n. Place 12" main in service 2. Connect services to new 12" Water Main P/� 9 F'Y 14 STAGE /rY/OF r y 1. At East End '' a. Cut existing 6" water main on Muscatine Avenue b. Install 6" 45 Bends & Pipe c. Cap existing 6" water main d. Connect 6" water main to new 6" Valve 2. At Wade Street a. Cut existing 6" water main on Muscatine Avenue and remove 6" Tee b. Cap existing 6" water main c. Extend 8" water main to south from 8" Valve d. Install 8"x6" Reducer e. Connect existing 6" water main to the south 3. At William Street a. Cut existing 6" water main on Muscatine Avenue and remove 6" Tee b. Cap existing 6" water main c. Extend 8" water main to south from 8" Valve d. Install 8"x6" Reducer e. Connect existing 6" water main to the south 4. At Arthur Street a. Cut existing 6" water main on Muscatine Avenue and remove 6" Tee b. Cap existing 6" water main c. Extend 8" water main to south from 8" Valve d. Install 8"x6" Reducer e. Connect existing 6" water main to the south 5. At 1't Avenue a. Cut existing 6", 12"& 16" Water Mains b. Install 16"x16"x6" Tee & 6" Valve c. Connect to 6" Water Main to West d. Cap 6" Water Main to East e. Remove 12" Valve and Cap 12" Water Main to East f. Abandon in-place 6" Valve g. Remove existing 12" Valve and two (2)16"x12" Reducers, Install 16" Valve h. Complete Pavement and Sidewalk Restoration and Final Cleanup \1/\j/\ \ N 0+00 20 ft Rt Install 16'x16"x6" Tee Assembly with 16" Valve oto south, 16" Valve to north and 6" Valve to west, connect to existing 16" and 6" Water Main. -130"u8 atim 6" bends will be required to match 16" elevation / / _ _ — _ \ \ — _ I 2+85 32.7 ft Rt M �: !!`` since 6" Water Main passes under 16" Water — J / �/ 230INUSC1�1@ / 2+85 50 ft Rteast and $ h 12 Valve to west North— — Install 1r'x12"x8" T$e• vnt Main. Cap 6" Water Main to east 1" — 40' / � _ \ ` A 0+00 24 ft Rt / / — / I Remove 12" Valve and Tee and Cap 12" Water � — Install 8"x8"x6" Tee Assembly with 6" Valve and Hydrant — — I - I Main to east. This work shall be completed at I / _ I to east and 8" Valve to the south night with temporary paving. / I 2+85 54 ft Rt 0+12 17 ft Rt / I / I I Install 8"x8"x6" Tee Assembly with 8" plug to south and Fill existina valve box with concrete � � I 6" 45 Bend oriented SE to the east 1" Service — — — -- -- ------------- — --- `. MUSCati 'Avenue A 3+00 I 4+001 4+73.3 0 \ " r"• rw — L rw .§ rw Tr ,ra 'fes , o aWraa r a nevw�,rw,—.— o T wv r,we..a trw T--------- aTOM r,er�.a,rw n.ro..a,rw — — — — — — --------- r- 0+0032.2ft ��-- ------ 12" Tapping Tee and enu — — — — — — — \ — ' I I "wear' mvmnu i Taivrma Valve, support existing e \ I 12" SS if exposed in T 4, -- --- \ 111A -. tapping pit \} _ I I r i 2+94 42 ft Rt 1" Service / — I \ I emove existing Hydrant and Install 6" - --J I 2+94 108 ft Rt I Cap — 0+00 97 ft Rt I Install 6" Cut -In Valve Remove existing 12" Valve and 1� I '/� I 2+94 62 It Rt 16"x12" Reducers, Install 16" II N, I v+ I Install 6" 45 Bend and connect to existing Valve, Sleeve and Pipe to i — — — — - - — _ _ — — II ( I 6" water main. Install 6" Cap on cut 6" connect existing 16" Water - II I \— water main �\ I \ \ \ 2303 Muscatine I \ I ► — _ __ — ______ \ I r — ' \\ \� Water Main Plan 4" Service 5+57 35.5' Rt Install 12"x12"x4" Tee and 4" Valve, orient branch to north 5+5718' Rt - Stage 2 Cut existing 4" Service, remove existing 4" Valve and extend 4" Water Main 17 R to new 4" Valve 4+"06 4+73.3 5+00 TR Ali TR M? WMA rw - •"Ra..a �rw F2500uscatine See Pages 14 and 15 6" Service __ 6+60 35.5' Rt Install 12"x12"x6" Tee and 6" Valve, orient branch to south 6+60 35.5' Rt - Stage 2 Cut existing 6" water service, connect to new valve, Install 6" cap 2425 Muscatine 11" Service I \ 7+8016' Rt \ e \ \ \ Abandon 6" Valve --------_ RClB >r MU ca i ne Aven 9+00 1 9+65.7 8+00 +� M P N \ V rw rw rw rw i o o w' r R,,...w Ww -� V. ft.'P Jww W M1 pmpo t w r — _ --- --- I " GV � I � r / 1 1 8+50.5 103' Rt Stage 2 Install 6" 90 Bend Cut existing 6" Water Main, connect to, south and cap 6" Water Main to north _ 8+50.5 133' Rt Install 6" Cut -In Valve ` I ` .2525 Muscatine �\ I _ J 8+86 35.5' Rt Install 12"x12"x8" Tee Assembly with 2-12" and 1-8" Valve, orient branch to south 8+86 53.5' Rt Install 8"x8"x 6" Tee Assembly with 1-8" valve to south, 1-6" valve and hydrant to west 8+86 103' Rt Install 8"x8"x6" Tee Assembly with 1-6" valve to west and 8" Plug to south 2611 Muscatine I � 4" Service 5+57 35.5' Rt Install 12"x12"x4" Tee and 4" Valve, orient branch to north 5+5718' Rt - Stage 2 Cut existing 4" Service, remove existing 4" Valve and extend 4" Water Main 17 R to new 4" Valve 4+"06 4+73.3 5+00 TR Ali TR M? WMA rw - •"Ra..a �rw F2500uscatine See Pages 14 and 15 6" Service __ 6+60 35.5' Rt Install 12"x12"x6" Tee and 6" Valve, orient branch to south 6+60 35.5' Rt - Stage 2 Cut existing 6" water service, connect to new valve, Install 6" cap 2425 Muscatine 11" Service I \ 7+8016' Rt \ e \ \ \ Abandon 6" Valve --------_ RClB >r MU ca i ne Aven 9+00 1 9+65.7 8+00 +� M P N \ V rw rw rw rw i o o w' r R,,...w Ww -� V. ft.'P Jww W M1 pmpo t w r — _ --- --- I " GV � I � r / 1 1 8+50.5 103' Rt Stage 2 Install 6" 90 Bend Cut existing 6" Water Main, connect to, south and cap 6" Water Main to north _ 8+50.5 133' Rt Install 6" Cut -In Valve ` I ` .2525 Muscatine �\ I _ J 8+86 35.5' Rt Install 12"x12"x8" Tee Assembly with 2-12" and 1-8" Valve, orient branch to south 8+86 53.5' Rt Install 8"x8"x 6" Tee Assembly with 1-8" valve to south, 1-6" valve and hydrant to west 8+86 103' Rt Install 8"x8"x6" Tee Assembly with 1-6" valve to west and 8" Plug to south 2611 Muscatine I \ \ I \ 2f14 ya(Cati 1 \ \ 1 \ North I \ \ 1 \ 1 p, = 40' -- — 1�Service— 2611 2611 e \ --- _ 12+82 32.7 ft Rt 3620 Muscatine Install 12"x12"x8" Tee Assembly with 12" Valve to west, 12" Valve to east and 8" Valve to south 12+82 39 ft Rt Install 8"x8"x6" Tee Assembly with 6" Valve and Hydrant to east and 8" Valve to the south 12+82 42 It Rt Install 8"x8"x6" Tee Assembly with 8" plug to south and 6" 45 Bend oriented SE to the east 12+67 15 it Rt I \ \ \ \ Abandon 6" Valve I \ \ l \ � 13+29 18 ftRt Service1 Abandon 6" Valve — — — = Is to 1-1/2" Service — — - -� 4+00 Muscat' 1 12+00 ` M3+00 I \. '---------- 1 Service \I I I \ \ 2621 Muslcatine I � I k 12+82 39 ft Rt Remove existing Hydrant, 2-6" elves, and 36 it 6" W er Mai and Install 6" 12+82 46 it Rt Install 6" 45 B nd and connect to existing 6 \ water main. / �270T1Y11 SrA / 12+82 82 ft Rt Install 6" Cut -In Valve 0 ') +65.7 16+ 0 'rg 1 +00 \ 1 pmpe lrw\ r\r Y;. F F rw M7 It _ i pn o pmpepM,r 1" Service \\\ F- 2611 2611 e \ --- _ 12+82 32.7 ft Rt 3620 Muscatine Install 12"x12"x8" Tee Assembly with 12" Valve to west, 12" Valve to east and 8" Valve to south 12+82 39 ft Rt Install 8"x8"x6" Tee Assembly with 6" Valve and Hydrant to east and 8" Valve to the south 12+82 42 It Rt Install 8"x8"x6" Tee Assembly with 8" plug to south and 6" 45 Bend oriented SE to the east 12+67 15 it Rt I \ \ \ \ Abandon 6" Valve I \ \ l \ � 13+29 18 ftRt Service1 Abandon 6" Valve — — — = Is to 1-1/2" Service — — - -� 4+00 Muscat' 1 12+00 ` M3+00 I \. '---------- 1 Service \I I I \ \ 2621 Muslcatine I � I k 12+82 39 ft Rt Remove existing Hydrant, 2-6" elves, and 36 it 6" W er Mai and Install 6" 12+82 46 it Rt Install 6" 45 B nd and connect to existing 6 \ water main. / �270T1Y11 SrA / 12+82 82 ft Rt Install 6" Cut -In Valve 0 ') Y;. F F Avenue 13+58 17.6 ft Rt Stage 2 Install 2-6" 45 Bends and connect to existing 6" water main to east and Install 6" Cap to 6"water main to west 13+58 24 ft Rt Install 6" Tee Assembly with 3-6" Valves and Hydrant 13+58 33 it Rt Install 12'x12"x6" Tee with 12" Valve to east 14+14 33 It Rt Install 12" Cap Water Main Plan 2010 Muscatine Avenue Water Main e Replacement Project 7 of 20 2300 Muscatine North 1" Service m 2303 Muscatine 2306 Muscatine Restore Decorative Stone Surface 1�'Service 0 2315 Muscatine 3+00 �— r. r o n D --i c -� -G P- -ac� �r- Paving Legend ® 6" thick P.C.C. Paving �= ® 6" thick P.C.C. Driveway Entrance 4" thick P.C.C. Sidewalk Remove and Replace 4" thick P.C.C. Sidewalk Removal W-0- 4+73.3 •sa4+73.3 2 30M no Paving Legend ® 6" thick P.C.C. Paving Orth 1" 4 ® 6" thick P.C.C. Driveway Entrance 0' 4" thick P.C.C. Sidewalk Remove and Replace 2500 Muscatine 4" thick P.C.C. Sidewalk Removal IN w 'r 06 xeM scatine Avenue- $ �. 9+00 9+65.7 +00 4+73.3 5+00 6+00 +00 " rw VW w rw o w VW � o N __ r W _— W C O O _ Ir _ r� Protect Irrigation 4" Service I System 1" Service 6" Service 2611 Muscatine man 2525 Muscatine 2425 Muscatine - I I iIle Sidewalk Removal and Replacement s� e2010 Muscatine Avenue Water Main 9 of 20 Replacement Project 1 2611 h 2620 Muscatine 2614 uscatin i North V. = 40' 1-114" Service 1" Service Change to 1-112" Service T -- �- T Q T G pro 1 +00' 12+00 rw sl I 1" Service 2621 Muscatine Paving Legend ® 6" thick P.C.C. Paving ® 6" thick P.C.C. Driveway Entrance 4' thick P.C.C. Sidewalk Remove and Replace 4" thick P.C.C. Sidewalk Removal +00 Muscatine Avenue e o 2707 Muscatine ---T a.+ 4) d L L �-samalaens rsnnw ro �r 0 0 '- ;�M Iri"i Sidewalk Removal and Replacement SnM 2010 Muscatine Avenue Water Main 10 of 20 e Replacement Project z 3 00 0 0 m 9 a Intersection of Wade Street and Muscatine Avenue Intersection of William Street and Muscatine Avenue Intersection of Arthur Street and Muscatine Avenue Sidewalk Handicap Ramps Area N 1. Remove 19 SF of existing sidewalk - Do Not Replace, Existing North Edge of Sidewalk o 0 Replace dropped curb section, 6 feet n 2. Install truncated dome section 8 feet wide (16 SF) Existing South Edge of Sidewalk 3. Install truncated dome section 8 feet wide (16 SF) n 4. Remove 28 SF of existing sidewalk - No Not Replace 730 'ice Replace dropped curb section, 8 feet '<M s 5. Install truncated dome section 8 feet wide (16 SF) _ 6. Install truncated dome section 8 feet wide (16 SF) 7. Remove 27 SF of existing sidewalk - Do Not Replace ed 8% Sidewalk Replace dropped curb section, 8 feet South Edge 8. Install truncated dome section 8 feet wide (16 SF) 725 9. Replace at slopes shown and install truncated dome 0 10 20 30 40 50 section 8 feet wide (16 SF) Regrade right-of-way and private property to meet new sidewalk slope. Sidewalk Profile at Location 9 Handicap Ramp Requirements e 2010 Muscatine Avenue Water Main 11 of 20 o Replacement Project Por_uwunrwrn porn owur� ( ppmT PRE -MANUFACTURED DETECTABLE WARNING PANEL INSTALLATION PRE -MANUFACTURED DETECTABLE WARNING PANELS SHALL BE FIRMLY SUPPORTED AT ALL CORNERS ON RE -ROD OR CHAIR SUPPORTS AND PLACED INTO PLASTIC CONCRETE SIDEWALK RAMP. MODULAR PAVERS 1/2" (MAX.) CAULKED JOINT (THICKNESS VARIES) 2+ Mw. °40ADWAY PAVEMENT +' ' �- V- 3/4" SAND OR ASPHALT 1 EARTH UBGRADE SETTING BED MODULAR DETECTABLE WARNING PAVED (BRICK PAVER) INSTALLATION INSTALL MODULAR PAVERS AS SPECIFIED IN SECTION 7030, 3.14 DETECTABLE WARNING SHALL BE STAMPED IN FRESH INTEGRALLY COLORED CONCRETE OR CONCRETE COLORED WITH A "DRY SHAKE" STAIN. (RAMP AREA OUTSIDE OF DETECTABLE WARNING SHALL 24• MW. NOT BE COLORED) 6• CONCRETE .'•'ROADWAY PAVEMENT ..,_' EARTH SUBGRADE STAMPED DETECTABLE WARNING DETECTABLE WARNING INSTALLATION NOTES: A 24" STRIP OF DETECTABLE WARNINGS SHALL BE INSTALLED AT THE BOTTOM OF RAMP, 6"-8" BEHIND THE BACK OF CURB. DETECTABLE WARNING SURFACES SHALL CONTRAST VISUALLY WITH ADJACENT WALKING SURFACES EITHER LIGHT ON DARK OR DARK ON LIGHT ADA TRUNCATED DOMES NOT TO SCALE 5" 1/2" SIDEWALK CURB PROFILE NOT TO SCALE COMMON PANEL 1:50 MAX IN ANY DIRECTION (TYP) MAXIMUM SLOPE 1:12 (TYP MAXIMUM CROSS SLOPE 1: (TYP) UNLESS OTHERWISE INDICATED BY ENGINEER 1/2" X 18" REBAR CENTERED IN EXISTING CURB. TYPICAL ALL CURB CUT LOCATIONS AND TYPES 6" THICK PANEL. DYE CONCRETE RED or USE -� PRE -CAST TILE. DO NOT PAINT. APPLY 24" DEEP STRIP OF TRUNCATED DOMES. PLACED 6"-8" FROM BACK OF CURB. INTEGRAL CURB (8" MAX) OR WALL WHERE NECESSARY SEALED EXPANSION MATERIAL (TYP) SAWCUT AS NECESSARY OR MARKED BY ENGINEER,.. (TYPICAL) �n =cr"' CURB DROP FOR SIDEWALK NOT TO SCALE r nj (D Water Service Schedule Address Size Type Notes 2300 Muscatine 2" Not in Contract - For Information Only Tapped on 1st Avenue PROPOSED SERVICE EXISTING PAVING f SHUTOFF 2303 Muscatine 111 B Tap new 12" water main TYPE 'B' Fumish & install copper service to existing curb box Install new curb box EXISTING 2306 Muscatine 1" C Tap new 12" water main SERVICE Fumish & install copper service to existing curb box Install new curb box EXISTING WATER MAIN 2315 Mucatine 2" Not in Contract - For Information Only —_ --� Tapped on Wade Street PROPOSED SERVICE -- PROPOSED WATER MAIN 2425 Muscatine 6" Fumish & install 12"x12"x6" tee and 6" �lw Cut existing 6" water main o Cut existing 6" water service o a Remove existing 6" valve y� Connect new 6" water service C-)`< — 2430 Muscatine 4" Fumish & install 12"x12"x4" tee and 4'6vr'alve-, M Cut existing 4" water service �:72 s Connect to existing 4" water service �� r 2500 Muscatine 1" C Tap new 12" water main En Fumish & install copper serHce to existing curb box */SHUTOFF / TYPE 'c Install new curb box 2525 Muscatine 4" Not in Contract - For Information Only EXISTING Tapped on William Street SERVICE 2611 Muscatine 1" B Tap new 12" water main IFumish & install copper service to existing curb box liEXISTING SERVICE \ EXISTING WATER MAIN \\` Install new curb box 2614 Muscatine 1" C Tap new 12" water main PROPOSED WATER PROPOSED Fumish &install copper service to existing curb box SERVICE WATER Install new curb box MAIN 2620 Muscatine 1-1/4" C Upgrade to 1-1/2" Tap new 12" water main Fumish & install copper service to existing curb box Install new curb box 2621 Muscatine 1" B Tap new 12" water main Fumish & install copper service to existing curb box - DETAILS - Install new curb box WATER SERVICE TYPE 2707 Muscatine 1" Locate but do not relocate to 12" water main T T G G / New 60" Diameter Manhole ss 11s's S 6' W a a MH O 8" S GV ° Fo 1° GV HY 5 2N � 24 -ISS L� 0 o_ o_ co 9+00 Remove Grated Inlet Proposed 36" SS 4 81's � 36" SS Muscatine Avenue Proposed RA -40 — 6' W — Propos, 36" SS 12"W Remove Existing Manhole 1' Service T 10 + b O 1' Service 6' W d O Rem°ve Remove Existing Manhole New 60" Diameter Manhole T — G 111+00 6' W North H1"=20' V1"=4' ......................................................... . ........................................................................................ . ........................................................................................ . ...... :;:::;::::::::::::::: INV 712.31 .—..Q-.:� ...... ............... .............. ...................... .............................. ..................... ............... . .......................... ............................. ��> O �`n_ •y ' 1 A ........p................................................................................. :_i'� .......... <r v amm �:�o A ...............................................................................4................... ................................................................................ CA INV 704.24 Note: 1. City of Iowa City will provide manhole frame and lid for new manholes Storm Sewer Detail Intersection Muscatine Avenue and William Street 2010 Muscatine Avenue Water Main 14 of 20 Replacement Project i Proposed ~ RA-40 d 3 North �-H I" _ Grated j Q Remove 3 Remove V j" = 40 0) Inlet 36" SS C �o �U) N 0 0 Co O a CO Remove Existing Manhole + R 2 S Ile New 60" Diameter Manhole Proposed o� 89 W 9 se 1 1 Existing Inlet 3 William Street [V v i % V a D� CL = PPO Go cn 712 ................................................................................................. ................................................................................................. 711 712:::70 710 1511:i::::::::::::::::::::::::::::::::::::::::::............:................. .................................................................... 709 708 707 706:::::::::::::::::::::::::: .................................................... .77.77 ::: ii...... :::::::::::::::: .... IRV.......(14:........... 704 .7777.... ::::::::. . ... ..::'.:a..:;..::..::::::::::::::::::::::::::::::::::::::::::::: 703�"::::A $'...... 702 701 ................ ............... --_... :: :::::$':::: CQ ......... Storm Sewer Detail on William Street 700 ................................................................................... 2010 Muscatine Avenue Water Main 15 of 20 a Replacement Project North Scale V= 10' C Q N Muscatine Avenue m v Install 16"x16"x6" Tee, 6" Valve & use 2 45 Bends Ul to connect to 6" existing water main, install 16" DIP to connect to existing 16" water main C m Existing 6" Water Main \ N j W jm Fill Valve Box with Concrete o OM2 Install l6" Cut &Remove 4'd O c E c4 It water Main to 6" water Main Install 6" Cap Existing E Water Main D i 0.• t0 Reconnect rto W i0 cox Existing Existing 17' Water Main —1 C-) �D.a 1"i U 6 e6 Cut and Remove 17' Water 3 Main & Valve, Install 17' Cap v r Ln Curb Line STAGE 1 Install 16"x16"x12" Tapping Sleeve and 12" Valve Detail 1st Avenue and Muscatine Avenue Details e2010 Muscatine Avenue Water Main at" 16 of 20 Replacement Project CURB - AiDo SIDEWALK STOP BOX CURB Box u Not Scale These Details �nmc n� O CEM MUST BE ONE FOOT (I') AWAY FROM HYDRANT SPACE VALVE BOX AND z 6 GATE VALVE --4C7 AD co 2.1 1.1 1.0 THRUST BLOCKS ARE REQUIRED AT PIPING DIRECTION CHANGES. :Grn D 17 z to Ir AT DEAD ENDS, AND AT FIRE HYDRANTS. S. THRUST BLOCKS 10.3 S ZA 1.4 12' !w SHALL BE POURED -IN-PLACE CONCRETE P.S.I. MINIMUM p � 4.0 2A SERVICE PIPE CURB BOX R00 g lo: MINIM STRENGTH, A MINIMUM 18 INCHES THICK, AND SHALL CAST CK, A .r L 3.5 20' 275 369 1a ST AGAINST A SOLID, UNDISTURBED EDGE OF TRENCH FOR BEARING. A 5.4 24' 393 TYPE K COPPER 30A 15.3 NO BOLTS, JOINTS OR DRAIN HOLES SHALL COME INTO CONTACT )> -C,NEW 613 SERVICE PIPE CURB STOP I WITH THE CONCRETE THRUST BLOCK AND THE PIPE SHALL BE-`! 66.4 122.2 66.1 SHALL BE 1'1 169 4r WRIT PED WITH A PLASTIC SHEET AT THE CONCRETE BEARING 1610 693 415 COPPER OR LARGER. 46' 1520 LOCATION PONT 593 29.6 N.I BRICK SUPPORT 1271.6 147.0 749 37A CORPORATION COC( t SERVICE SADDLE IS REWIRED WATER ON PVC MAIN AND ALL 1 DISTRIBUnON 1/2' AND 2' TAPS MAIN WATER SERVICE DETAIL HYDRANT TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) 90' IIENG 2-4' I.D. - LOCKABLE C.I. LID 3'-0 bQTE; TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) CEM MUST BE ONE FOOT (I') AWAY FROM HYDRANT SPACE VALVE BOX AND 1.0 6 GATE VALVE p I t MAIN FINAL TRENCHy GRADE r TRENCH WIRE III/"IlI BACKFILL WATER MAIN THRUST BLOCK AS REO'O LTHRUST 'ANCHORING TEE OR BLOCK STANDARD TEE AND 'ROTO RING' (SWIVEL ADAPTOR). (SWIVEL TEE THRUST7712'xl2'x4' CONCRETE PAD • PREFERRED)BLOCK BACKFILL W/ 2' OR LARGER CLEAN GRANULAR FILL TO 18' ABOVE BOTTOM OF HYDRANT STAND PIPE TYPICAL HYDRANT & VALVE ASSEMBLY DETAIL THRUST BLOCK BEARING AREA (in square feet) PPE SIZE oFAO DID w IEE 90' IIENG 45' um 11_1/4 ff310 22-1/2 60I0 e 1.4 1.9 u 1.0 1.0 6' 2A co 2.1 1.1 1.0 Y 4A eA 17 1.9 to t0' 7.3 10.3 5.6 ZA 1.4 12' 103 143 7.9 4.0 2A 16, UA 253 116 7.0 3.5 20' 275 369 21.0 10.7 5.4 24' 393 515 30A 15.3 7.7 30• eo.3 613 "a215 11A 36' 66.4 122.2 66.1 317 169 4r 116.6 1610 693 415 229 46' 1520 21" 1163 593 29.6 N.I 1921 1271.6 147.0 749 37A THE ABOVE AREAS ARE BASED UPON A 500. BEARING CAPACITY OF 20M PSF OF UNDISTURBED SOIL IF ACTUAL SOIL BEARING STRENGTH IS LESS THAN 2000 PSF. THE THRUST BEARING AREA SHALL BE INCREASED BASED ON ACTUAL SOIL BEARING STRENGTH. THRUST BLOCK DETAIL VALVE BOX EXTENSION BACKFILL WITH 4.0' SAND MATERIAL CAREFULLY BACKFILL AND COMPACT MOUND WATER MAIN WITHOUT DISTURBING TRACER WIRE. CONCRETE BLOCK TRACER WIRE (FASTEN TO WATER MAIN) MAN FINISH GROUND (FASTEN TO WATER MAIN) 2E EWQE VIE NOTES: 1. FASTEN TRACER WIRE TO WATER MAIN. 2. VALVE BOX EXTENSION SHAH. NOT SIT DIRECTLY ON TOP OF WATER MAIN. 3. EXTEND TRACER WIRE 3.0' BEYOND TOP OF VALVE BOX EXTENSION. PLACE EXCESS TRACER NEATLY INSIDE OF VALVE BOX EXTENSION AND INSTALL LID. 4. USE EXTREME CAUTION NOT TO DAMAGE TRACER WIRE WHILE BACKFILLING AND COMPACTING. TRACER WIRE DAYLIGHT DETAIL Details Prepared by City of Iowa City EIO ROAD LEGEND 2.; • CHANNEUZING DEVICE ROAD NOttl1 Scab Not to Scab Iftlow m �_ SIGNPOST RHEA > Showing direction of face Q wzoa a AREA OF WORK ROAD WDRK \VY� Gmv Note: L� 1. Contractor shall repair painted cross walk damaged in Muscatine Avenue area of work. /� 2. Work on First Avenue shall be completed during the CY period 6:00 P.M. to 6:00 A.M. Contractor shall divert north bound traffic into left tum lane as necessary to provide a safe work area but shall limit diversion to as small an area as possible. 3. North bound right turn lane on First Avenue shall be closed as needed to allow cure time for pavement patching and to allow safe work conditions. 0 SIDEWALK CLOSED Q o -,:-�-•-'� _— 3 ROAD CROSS HERE D—{ W0( R11-11a C-) l� AHEAD SIDEWALK CLOSED —'I C �— .<rn 3 Rgffr CitOSs HERE wt0-1 TI1RN LANE RS-11a • — CLOSED D Cn Nob: This sign W be located M SN yypl sklawalk on tiro NE coma of laa intersection of Wayne Avenue and I at Avenue facing as stens END ROAD WORK ROAD GM22 wow AHEAD Phase 1 Traffic Control W30.1 2009 Muscatine Avenue Water Main Slant 18 of 20 a Replacement Project O2a-2a t M.4L ROAD WOPo( AHEAD W2o-1 I� III Typical of Traffic Control for Muscatine Avenue - Moving Work Area END ROADWORK 0203s SIDEWALK CLOSED CROSS HERE R111a Not: This sign t W board at She sidewalk on the SW corn. of the inl.aection of C. Seeet and Muscatine A.ue /wing as shown LEGEND Notes` ROAD END Contractor shall divert east bound traffic into left tum lane as CENTER << WORT( ROAD NARK Place Saggar MW LANE> CLOSED AHEAD Op.y '9E PREPARED TO North STOP' signs at each Moto area on Doth &at V = o 730' skies of the road as W20,1 W2LL1 shown on TC -212 IDOT Sh indatd Road Plan alaicstl Awaea 2. t M.4L ROAD WOPo( AHEAD W2o-1 I� III Typical of Traffic Control for Muscatine Avenue - Moving Work Area END ROADWORK 0203s SIDEWALK CLOSED CROSS HERE R111a Not: This sign t W board at She sidewalk on the SW corn. of the inl.aection of C. Seeet and Muscatine A.ue /wing as shown LEGEND Notes` 1. Contractor shall divert east bound traffic into left tum lane as necessary to provide safe work area but shall limit diversion to as o CHANNELIZING DEVICE small an area as possible. o m 2. Contractor shall provide flaggers as necessary to protect traffic � SIGNPOST during construction activities. C--) Lo r Showing direction of face _Gr— D M 3. Left tum and right turn traffic from Muscatine Aveune to Wade, � ME William and Arthur Street shall be blocked only as necessary to _ allow construction. Signs shall be placed as needed. Temporary s'> AREA OF WORK PCC or HMA shall be placed at these intersections to maintain safe a� vehicular traffic movements. Half of the permanent street repair shall be made at a time. 4. Minimum lane width shall be 11 feet. Muscatine Avenue is a bus route and bus traffic shall be maintained. 5. Traffic Control Plan represents minimum requirements. The contractor shall provide additional controls as needed to protect Phase 2 Traffic Control work area. E� LEGEND °Z07a • CHANNELIZWG DEVICE NOM Scale Not to Seek ENO FIORD YYVRI( Oi0.7a ROAD WOW AHEAD W10A W2" W14L END ROADWORK 02049 m 7 C Q a r M N, a _ Muscatine Avenue t w1JL LER TURN LANE CLOSED WLOA SIGNPOST Showing direction of face MAREA OF WORK Note: 1. Work on First Avenue shall be completed during the period 6:00 P.M. to 6:00 A.M. Contractor shall divert north bound traffic into left tum lane as necessary to provide a safe work area but shall limit diversion to as small an area as possible. 2. North bound right tum lane on First Avenue shall be closed as needed to allow cure time for pavement patching and to allow safe work conditions. N O_ O Ere '— lii �4n rn p:;o baJ o� Note: 1. Work on First Avenue shall be completed during the period 6:00 P.M. to 6:00 A.M. Contractor shall divert north bound traffic into left tum lane as necessary to provide a safe work area but shall limit diversion to as small an area as possible. 2. North bound right tum lane on First Avenue shall be closed as needed to allow cure time for pavement patching and to allow safe work conditions. OU -23-10 3e 1 Prepared by Jason Havel, Civil Engineer, 410 E Washington St„ Iowa City, IA 52240, (319)356-5410 RESOLUTION NO. 10-77 RESOLUTION SETTING A PUBLIC HEARING ON APRIL 6, 2010 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2010 MUSCATINE 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. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 27t" day of April, 2010, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 23rd day of March 20 10 MAYOR � / Approved by ATTEST: /!Zi! 7�- 9�+vys�Lit 0�N CIT LERK City Attorney's Office 31 fie Ila Pwenglresl2010muscave wlrmainreplace—setph doc 2110 Resolution No. 10-77 Page 2 It was moved by champion and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: wpdata/glossary/resolution-lo.dm NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2010 MUSCATINE 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 City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2010 Muscatine Avenue Water Main Replacement Project in said city at 7:00 p.m. on the 61h day of April, 2010, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, $ulik RTZ Bienn-Bwirha, being duly sworn, say that I am, the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper % time(s), on the following date(s): AIA-96 it 2!1 2 616 Legal Cler. Subscri ed and sworn efore me this-_S day of A.D. 20 /D / y Public �y.te LINDA KROTZ $ ty Commission Number 732619 My Commission Expires owe January 27, 2011 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will con -duct a public hearing on plans, specifications, form of contract and estimated cost for the con-struction of the 2010 Muscatine Avenue Water Main Replacement Project in said city at 7:00 p.m. on the 6th day of April, 2010, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, of 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 interest -ed persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifica-tions, contract or the cost of making said improvement. This notice is given by order of the City Coun-cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 80792 March 29, 2010. I NOTICE TO BIDDERS 2010 MUSCATINE AVENUE WATER MAIN REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the Cit of Iowa City, Iowa, until 2:30 P.M. on the 41 day of May, 2010. 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 10th day of May, 2010, or at special meeting called for that purpose. The Project will involve the following: Install 1,428 LF 12" DIP Water Main, Install 9 New Water Services, Remove and Replace 10,312 SF Sidewalk and other associated improvements. All work is to be done in strict compliance with the plans and specifications prepared by Loren W. Leach, P.E., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days 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 all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 14, 2010 Specified Completion Date: August 16, 2010 Liquidated Damages: $200.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Iowa City Engineering Division Office in Iowa City, Iowa, by bona fide bidders. A $35.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ADDENDUM NO. 1 April 7, 2010 2010 MUSCATINE AVENUE WATER MAIN REPLACEMENT PROJECT The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. APPLICABLE TO THE SPECIFICATIONS 1. SPECIFICATIONS — SECTION 01010, PAGE 01010-3 Section C (Traffic Control) shall be removed and replaced with the following: C. Traffic Control 1. Traffic shall be maintained in both directions at all times. 2. Contractor shall provide traffic control as necessary to protect traffic during construction activities. See Traffic Control Plans for additional information. 0 0 0 _ 2. SPECIFICATIONS — SECTION 01025, PAGE 01025-5 The following sentence shall be deleted from the last paragraph ®d§r item number 15: �m M Esm Compensation shall be $7.50 per ton. o? r7 D N 3. SPECIFICATIONS — SECTION 01310, PAGE 01310-1 Section 3.02 (Progress of Work) Paragraph A shall be removed and replaced with the following paragraph: A. Work shall be completed by August 16, 2010. Liquidated damages of $200.00 per day will be charged after August 16, 2010. BIDDERS SHALL ACKNOWLEDGE ADDENDUM NUMBER 1 ON THE FORM OF PROPOSAL. SIGNED: DATE: Ja ons R. Havel, P.E. Addendum No. 1 April 7, 2010 Page 1 of 1 Printer's Fee $ It jo,3.1n::�?A CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED. ID # 42-0330670 Ri rma 9 1 1'-'- 11, being duly sworn, say that I am. the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper I time(s), on the following date(s): L 12.o 10114 Legal Cler Subscribed and sworn toefore me this day of A.D. 200 Notary Public �4rxr4, LINDA KROTZ Commission Number 732619 My Commission Expires uw• January 27,2011 OFFICIAL PUBLICATION NOTICE TO BIDDERS 2410 MSCATU INE AVENU,E WATER MM7{97 PLACEMENT PROJECT - Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 41h day of May, 2010, Sealed pro- posals will be opened immedi-ate,ly thereafter by the City Engineer or designee. Bids sub�mltted by fax machine shall not be deemed a "sealed bid" for pur- poses 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 10th day of May, 2010, or at special meeting called for that purpose. The Project will involve the follow - mg. Install 1,428 LF 12" DIP Water Main, Install 9 New Water Services, Remove and Replace 10,312 SF Sidewalk and other associated improvements. All work is to be done in strict com- pliance with the plans and specifi cations prepared by Loren W. Leach, P.E., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASUR- ER 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 satisfac. tory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provi-,sions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a peri- od of not to exceed fifteen (15) cal- endar 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 hun-dred 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 guar- antee the maintenance of the improvement for a period of five (5) year(s) from and after its comple- tion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 14, 2010 Specified Completion Date: August 16, 2010 Liquidated Damages: $200.00 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 propos- al blanks may be secured at the Iowa City Engineering Division Office in Iowa City, Iowa, by bona fide bidders. A $35.00 non-refundable fee Is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the farm of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder Intends to 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 quanfi-ties, unit prices and extend- ed dollar amounts. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal 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 tech- nicalities and irregu�larfties. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 80822 April 12, 2010 T";J r 577 Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5410 RESOLUTION NO. 10-117 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2010 MUSCATINE 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. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 P.M. on the 4 I day of May, 2010. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 10th day of May, 2010, or at a special meeting called for that pur- pose. Passed and approved this 6th day of April 2010 u17 •; Approved by ATTEST:�.i _ sd� (lf11(q U4194✓ CITY -CLERK City Attorney's Office g�3d I/O pmngtres/2010musoave w termain appp&s.dm 3/10 Resolution No. 10-117 Page 2 It was moved by Wilburn and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: wpdata/glossary/resolution-ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright ADDENDUM NO. 2 April 30, 2010 2010 MUSCATINE AVENUE WATER MAIN REPLACEMENT PROJECT The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. APPLICABLE TO THE SPECIFICATIONS 1. SPECIFICATIONS — SECTION 01025, PAGE 01025-6 Item number 27 — Water Service Type A (1 ") (EA) shall be removed and replaced with item number 27 —Water Service Type B (1") (EA) BIDDERS SHALL ACKNOWLEDGE ADDENDUM NUMBER 2 ON THE FORM OF PROPOSAL. SIGNED: Jason R. Havel. P.E. DATE: L30110 a m W 0 Addendum No. 2 April 30, 2010 Page 1 of 1 os-to-ta 27 Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)3565410 RESOLUTION NO. 10-272 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2010 MUSCATINE AVENUE WATER MAIN REPLACEMENT PROJECT. WHEREAS, Carter & Associates, Inc. of Coralville, Iowa, has submitted the lowest responsible bid of $304,760.00 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Carter & Associates, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign 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 loth day of may 20_1(L_. n / Approve{d by ATTEST:�Li+/ �l�U+wwvvr� i�k{'+s�ry CI LERK City Attorney's Office 61.lto It was moved by Wilburn and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: X X _ X X X X pwengkeMmuscatine water award.dm 5110 NAYS: ABSENT: Bailey X Champion Correia Hayek O'Donnell Wilburn Wright FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Carter and Associates, Inc ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 1g`h day of March, 2010, for the 2010 Muscatine 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 1 and 2; b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; o N O 0 e. Notice to Bidders; >__q _ M C-)-< r -h r f. Note to Bidders; cr M _a rn g. Performance and Payment Bond; *1 Lo cn h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; N i. Contract Compliance Program (Anti -Discrimination Requirements), j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): ev 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this /8rN day of �l//y 20 /0 ATTEST: Mayor 9e� City Clerk AG -2 (Company Official) Approved By: City Attorney's Office N _O O Contractor D� T T By P ga O:77— (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND Bond No. 2130563 Carter and Associates Inc 395 Westcor Drive Coralville 1& 522-41_ as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and North American Specialty Insurance Company (insert the legal title of the Surety) 650 Elm Street, Manchester, NH 03101 , 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 three hundred four thousand seven hundred sixty and no hundredth Dollars ($304,760.00) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of S-B//o entered into a (date) written Agreement with Owner for 2010 Muscatine Avenue Water Meln 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 Loren W. Leach, P.E., 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 ander the Agreement, the Owner having performed Owner's obligations thereunderthe S*ty may promptly remedy the default, or shall promptly. N 1. Complete the Project in accordance with the terms and &O Witiom of he =Er M Agreement, or 2, r? 2. Obtain a bid or bids for submission to Owner for completi6j'the RPoject accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make avallabie, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of Em the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 10 SIGNED AND SEALED THIS 1,4TN DAY OF /*,V' oP0/D IN THE PRESENCE OF: -4 04, Witness Jennifer N. Murphy Carter and Associates, Inc. g Principal) 94� 7�ee_fl flV7- (Title) North American Specialty Insurance Compal (Surety) Di nne S. Riley (Title) Attorney-in-fact Holmes Murphy & Associates, Inc. 3001 Westown Parkway (Street) West Des Moines, IA 50266-1321 (City, State, Zip) o CD o 515-223-6600 - S (Phg =icy cn -<I—M M PB -2 U7 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint JAY D. FREIERMUTH, CRAIG E. HANSEN, CLIFFORD W. AUGSPURGER, DIANNE S. RILEY, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIMOTHY J. McCULLOH, STEPHANIE R. FINNEY, STACY LYNN VENN, and ANGELA MARIE GROSS JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 20 of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may he affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." `QQ`�unnunnn� ,,IgWP TYI,y�$iG ��SIONA( a S:YY e�rdi'C,r@T�y� By 4t4 �bPPOgj� SEAL :0=_ S... P. A.&.., reYdenl&C61ef Ezceuareolllcerorw.w.,ton lnlernafioml Nnnntt Company =3: �i 1979 y:nt &senior Viee Praldent of NoM Amerlran Spalelty lnrurance CampanY r. o i maNAMP?' r ...... ihlydONiim1`as\�` By navia M. La & Vk Smdor Vin Pmaidm ofwaaM1iS m lty W. ,e lmuonn company tlen & Viee Presdmf of NonM1 Ame,iem Spnivly Naunnae Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Compavoave caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 30th day of SeptemwF , 2008 . 0 North American Specialty Insurance Company Washington Intemational Insurance Company State of Illinois c C- ss: c.ft "[ County of Du Page 1"yl On this 30th day of September 20 0.8 b, before me, a Notary Public personally appeared Steven P. Anderson cAeEl' ent n CEO f Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insmanc7 ompany, personally (mown to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers o acknowledged said instrument to be the voluntary act and deed of their resnective companies. 'OP SPIE' � NKAA D.StQP.Ns 6 a Nm yP"blic' &m cd Elms My Communion Papaw 1494201[ Donna D. Sklens, Notary Public I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of 20 10 9--W- It. James A. Carpente, Vice President & A iamt Secretary ofweahinMn I t mwmA W wince Compmy & NoM Amedem Speaalty Lu eCompany Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 3565410 RESOLUTION NO. 11-192 RESOLUTION ACCEPTING THE WORK FOR THE 2010 MUSCATINE AVENUE WATER MAIN REPLACEMENT PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2010 Muscatine Avenue Water Main Replacement Project, as included in a contract between the City of Iowa City and Carter and Associates, Inc. of Coralville, Iowa, dated May 18, 2010, 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 Muscatine (2300-2600 Blocks) account # 3277; and WHEREAS, the final contract price is $392,826.45. 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 7th day of June 20 11 . 6 MAYOR Approved by ATTEST: % fo/d _ "9T)Xy %X�c CIT ERK City Attorney's Office It was moved by Champion and seconded by adopted, and upon roll call there were: AYES: pmnglreslacptwrk- uscwate=ain.dm NAYS: Dickens ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright the Resolution be CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 3S6-5000 (319) 356-5009 FAX ENGINEER'S REPORT www.icgov.org May 24, 2011 City Clerk City of Iowa City, Iowa Re: 2010 Muscatine Avenue Water Main Replacement Project Dear City Clerk: I hereby certify that the construction of the 2010 Muscatine Avenue Water Main Replacement Project has been completed by Carter and Associates, Inc. of Coralville, Iowa in substantial accordance with the plans and specifications prepared by Loren W. Leach, P.E. The final contract price is $392,826.45. I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, ,-�z, ,ez a—. - Ronald R. Knoche, P.E. City Engineer