HomeMy WebLinkAboutWATER MAIN RELOCATION S. GILBERT ST. 2005{�cL�e✓ Nati %�2 %n CQ) "0
d0o5
n1 -Fey, -1)5 Resolu�;an Ia5-�}3 SeJI n� QT,6/'r it Y;j on phn 5p2<<-f;CC4,.OVV6
rlorwy 0 IC /Drtt � P[S {+o 00"34 -Co r '%k /cv/,-4,c-; op, 04
E)Lk4�'7�� �•BY� J�r'2 '" I( v-D//U E..M2y S - W10.1`C-O r / `tcLlv1 (1
�2�DCI0.^�i Dv� lroJ.211 cis rz/c1.i�hq `;41- 1.�1 i'J�- �� /Du_b(iSh /1cT1'i�L 4--
$a;A h2G.r;,,G a cl,rtc�,v�q l i F_ in��r �o ��aC (Q,J_
4%r 0O fLJ>/,c nGJSp?�fi•Di2
?7—Feb-05: nzer s �sfirx�z� , PL��s Secs , �ra�c�sc��
G_ncl_ Ccr�7Lr"aL-e_ 7Dr- The, C-?11Zer1-
p�v�rn�2fs — Gc�z�-er rnazn /���.occ��-ion
Ot'Fu_jokc.-gecr�nq
15 -G6 -os 8ESoIu.--;On o6-$4- arpy-OU;n$ Cltcns, SP? -c. �,ccL�:OnS --toen, of
c0n�rar--- e es.l:w, M c4 c -z)% 4 - 1 cons4e",z ;pu,' a- 4-6, QSou.A
G.S }'ilI�be//Y� J� rC�{- �ravamtrrtS - UJo��tr �c_;r�
2�li�oca�:a�v VrJ�tG�
RFj(iS�;n9� c�.m0t,�n4- o -F b,d 52cu/r;� 4c 4cca/m/oan_Iy /-each (maid
qL; r'2C-%,nra �iZ'j (L�.�er� //A;4$
Tl
lQce rv✓' C-ec?..r k Of _� Jds, O
of -iv p - o5 Aduev4--,spvrenl- -Fov
Proex 0- Pu%,',caj;on — ��vQvy;SeYn�n� -forR',AS
�r 0-- PuL);CR4-;ODL — _�c6 l;c � `e4rl U'\q
coca}eV Mctiv% ire lore �;o�, Satif�,
G±S-i-r�ee4-
as- -a5 'l2Soju},o,� _o5 -/a3 Auxtrd n0. CDr�krc�cF- ane C�u�h�Yiz�nO
90 Ma dor�-{-
-For
F�rnt o --F —t-p,r e of — S® Lt441 e,' 16"-1 S+rem p
Nto-,(, -(o -E f �rz
o�-�uNE-mss (tsolLtkro„
a.s— /9'7 acc,�->p-h'n�
+6— c.-)DvK 4
-mprDverh-2n+s — U)CJ�ev
I
W -02-01-U5
4d(3)
Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5138
RESOLUTION NO. 05-43
RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS,
FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION
OF THE SOUTH GILBERT STREET IMPROVEMENTS — WATER MAIN
RELOCATION 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 15th day of
February, 2005, 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 1st day of February _'20 05
MAYOR
ATTEST: � /V�-
CITY—CLERK
pweng\res\setphsgil bed.doc
Approved by
City Attorn y's Office
Resolution No. 05-43
Page 2
It was moved by Bai 1 ey and seconded by 0' Donnel 1 the Resolution be
adopted, and upon roll call there were:
AYES:
NAYS: ABSENT:
X
Bailey
X
Champion
X
Elliott
Lehman
_x
X
O'Donnell
X
Vanderhoef
x
Wilburn
South Gilbert Street Improvements - Water Main Relocation Project
Engineer's Estimate 2/07/2005
ITEM
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT PRICE
EXTENDED
AMOUNT
1
12 -inch Diameter Ductile Iron Pie Water Main
LF
1000.000
$ 30.00
$ 30,000.00
2
12 -inch Diameter Gate Valve
EA
1.000
$ 4,000.00
$ 4,000.00
3
Fire Hydrant Assembl
EA
2.000
$ 3,500.00
$ 7,000.00
4
Extend and Connect Existing Service
EA
1.000
$ 1,500.00
$ 1,500.00
5
Seed, Fertilize and Mulch
AC
0.500
$ 2,000.00
$ 1,000.00
6
Mobilization
LS
1.000
$ 2,500.00
$ 2,500.00
TOTAL EXTENDED AMOUNT $ 46,000.00
O
u;
'Fz:W
CITY OF IOWA CITY
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
SOUTH GILBERT STREET IMPROVEMENTS -
WATER MAIN RELOCATION 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: DATE:
Q..
...
`,^C�ESSJO�
Ronald R. Knoche, P.E. ?rLZ RONALD R.
City Engineer =; KNOCHE
Iowa Reg. No. 15570 15570
My license renewal date is December 31, 2006.
t
f
TABLE OF CONTENTS
Pape Number,
TITLE SHEET
TABLE OF CONTENTS
ADVERTISEMENT FOR BIDS................................................................................
AF -1
NOTETO BIDDERS...............................................................................................
NB -1
FORM OF PROPOSAL...........................................................................................
FP -1
BIDBOND...............................................................................................................
BB -1
FORM OF AGREEMENT........................................................................................
AG -1
PERFORMANCE AND PAYMENT BOND..............................................................
PBA
CONTRACT COMPLIANCE
(ANTI -DISCRIMINATION REQUIREMENTS)...................................................
CC -1
GENERAL CONDITIONS........................................................................................
GC -1
SUPPLEMENTARY CONDITIONS.........................................................................
SCA
SPECIFICATIONS
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 02660 Water Distribution................................................................
02660-1
Section 02900 Landscaping...............................................•..•.....•............•.
02900-1
PLANS....................................................................................................................
W-1
ADVERTISEMENT FOR BIDS
SOUTH GILBERT STREET IMPROVEMENTS -
WATER MAIN RELOCATION PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 22nd day of March, 2005, or at a later
date and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. 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. Pro-
posals 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 22nd day of March, 2005, or at
such later time and place as may be scheduled.
The Project will involve the following:
Installation of 1,000 lineal feet of 12 -inch
diameter ductile iron pipe water main, one 12 -
inch diameter ductile iron gate valve, two fire
hydrant assemblies and one extension and
connection of an existing water service.
All work is to be done in strict compliance with
the plans and specifications prepared by the Iowa
City Engineers Office, 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
AF -1
SIA
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:
Working Days: 40 days
Specified Start Date: May 1, 2005
Liquidated Damages: $150.00 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 City of Iowa City Engineers Office, Iowa City,
Iowa, by bona fide bidders.
A $10.00 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 the 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 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
NOTE TO BIDDERS
1. The successful bidder and all subcontractors are required to submit at least 4 days prior to
award three references involving similar projects, including at least one municipal
reference. Award of the bid or use of specific subcontractors may be denied if sufficient
favorable references are not verified or may be denied based on past experience on
projects with the City of Iowa City.
2. References shall be addressed to the City Engineer and include the name, address and
phone number of the contact person, for City verification.
3. Bid submittals are:
Envelope 1:
Envelope 2:
Bid Bond
Form of Proposal
NB -1
CJ
`
Y
FORM OF PROPOSAL
SOUTH GILBERT STREET IMPROVEMENTS -
WATER MAIN RELOCATION PROJECT
CITY OF IOWA CITY
NOTICE TO BIDDERS:
PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE
CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT.
Name of Bidder
Address of Bidder _
TO: City Clerk —_
City of Iowa City
Civic Center
J
410 E. Washington St.
Iowa City, IA 52240
The undersigned bidder submits herewith bid security in the amount of
$ , in accordance with the terms set forth in the 'Project Specifications."
The undersigned bidder, having examined and determined the scope of the Contract
Documents, hereby proposes to provide the required labor, services, materials and equipment
and to perform the Project as described in the Contract Documents, including Addenda
, and , and to do all work at the prices set forth herein.
We further propose to do all "Extra Work' which may be required to complete the work
contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work.
ITEM
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT PRICE
EXTENDED
AMOUNT
1
12 -inch Diameter Ductile Iron Pipe Water Main
LF
1000
$
$
2
12 -inch Diameter Gate Valve
EA
1
$
$
3
Fire Hydrant Assembly
EA
2
$
$
4
Extend and Connect Existing Service
EA
1
$
$
5
Seed, Fertilize and Mulch
AC
0.5
$
$
6
Mobilization
LS
1
$
$
TOTAL
EXTENDED
AMOUNT
$
FP -1
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
` subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract
Documents and agrees that, in the event of any discrepancies or differences between any
conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the
more specific shall prevail.
Firm:
r -
Signature: r)
Printed Name: 2
:I
Title: c, J
D' —
Address:
Phone:
Contact:
FP -2
1=31H=is].I�:
, as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the sum of
Dollars ($ ) to pay said sum as herein
provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated " for
the South Gilbert Street Improvements - Water Main Relocation Project.
NOW, THEREFORE, V _!
(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
rty"- l
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 7th day of February, 2005, for the South Gilbert Street Improvements - Water Main
Relocation 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; v J
C. Plans;
d. Specifications and Supplementary Conditions; i
e. Advertisement for Bids;
N
f. Note to Bidders;
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
Citv
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.
r
DATED this day of 200
1
Contractor ! i
BV Y
ATTEST:
Mayor
City Clerk
AG -2
(Title)
ATTEST:
(Company Official)
Approved By:
City Attorney's Office
PERFORMANCE AND PAYMENT BOND
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and
as
(insert the legal title of the Surety)
, as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of Dollars
($ ) for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assig_ ,-jointly and
severally.
-J
WHEREAS, Contractor has, as of entered into a
(date) = c J
written Agreement with Owner for the South Gilbert Street Improvements - Water Wain Reloi�ation
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 the City of
Iowa City Engineers Office, which Agreement is by reference made a part hereof, and the agreed-
upon work is hereafter referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged under this paragraph), sufficient
funds to pay the cost of completion, less the balance of the Contract Price, but not
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of years from
the date of formal acceptance of the improvements by the Owner.
D. No right of action shall accrue to or for the use of any person, corporation or third party
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner.
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in
accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or
corporations having contracts directly with the Principal, including any of Principal's subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
SIGNED AND SEALED THIS DAY OF
20
- - I
IN THE PRESENCE OF:
�1 L7
Witness
Witness
am
(Principal) ry
(Title)
(Surety)
(Title)
(Street)
(City, State, Zip)
(Phone)
Contract
Compliance Program
't -' bei
CITY OF IOWA CITY
N
't -' bei
CITY OF IOWA CITY
SECTION I - GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure
that applicants seeking employment with them and their employees are treated equally without regard to
race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status,
and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
PROVISIONS:
1. All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by
another governmental agency) must abide by the requirements of the City's Contract Compliance
Program. Emergency contracts may be exempt from this provision at the discretion of the City.
Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the
City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants
are made aware of the City's Contract Compliance Program reporting responsibilities and receive the
appropriate reporting forms. A notification of requirements will be included in any request for proposal
and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on
pages CC -2 and CC -3) or other required material must be received and approved by the City.
5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
7. All contractor's, 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.
U
y
fV
CC -1
SECTION II - ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program
which will be reviewed for acceptability. PLEASE RETURN PAGES 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 forms of compensation; and selection for training, including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. § 1608 et sec.) and relevant orders of the U.S. Secretary of
Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What is the name, telephone number and address of your business' Equal Employment Opportunity
Officer?
(Please print)
Phone number
Address
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters.
CC -2
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name
Signature
Print Name
Phone Number
Title
Date
CC -3
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post
it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors asking their cooperation. The policy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This Person should
have a position in your organization which emphasizes the importance of the program: C-
Y
3. INSTRUCT STAFF - - j
Your staff should be aware of and be required to abide by your Equal Employment Opportunity.prograkj. All
employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions
should be trained and required to comply with your policy and the current equal ernploymer4t.lopportunity
laws. ;� N
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
Attached for your information is a copy of Section 2 — 3 —1 of the Iowa
City Code of Ordinances which prohibits certain discriminatory
practices in employment. Please note that the protected
characteristics include some not mandated for protection by Federal
or State law. As a contractor, consultant or vendor doing business
with the City of Iowa City you are required to abide by the provisions
of the local ordinance in conjunction with your performance under a
contract with the City.
CC -5
D
IJ
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;
Intimidation
2-3-1: EMPLOYMENT; EXCEPTIONS:
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 o7 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:
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.
E. It shall be unlawful for any person to
solicit or require as a condition of
employment of any employee or; pro -
Iowa City
CC -6
2-3-1 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.
F. 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)
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 qualification
shall be interpreted narrowly. (Ord.
94-3647, 11-8-1994)
897
Iowa City
CC -7
N
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
SUPPLEMENTARY CONDITIONS
ARTICLES WITHIN THIS SECTION
S-1 Definitions
S-2 Limitations of Operations
S-3 Insurance
S-4 Supervision and Superintendence
S-5 Concerning Subcontractors, Suppliers and Others
S-6 Compliance with OSHA Regulations
S-7 Employment Practices
S-8 Contract Compliance Program (Anti -Discrimination Requirements)
S-9 Measurement and Payment
S-10 Taxes
S-11 Construction Stakes
S-12 Restriction on Non -Resident Bidding on Non -Federal -Aid Projects
Caption and Introductory Statements
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
Transportation "Standard Specifications for Highway and Bridge Construction," Series of 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.
SC -1
S-3 INSURANCE.
A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone number of the insurance
company and agent must accompany the certificate. The liability limits required
hereunder must apply to this Project only.
2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
3. Cancellation or modification of said policy or policies shall be considered just cause for
the City of Iowa City to immediately cancel the contract and/or to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his/her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Type of Coverage
Comprehensive General Liability
Bodily Injury & Property Damage*
Automobile Liability
Bodily Injury & Property Damage
Each Occurrence Aggregate
$1,000,000 $2,000,000
Combined Single Limit
$1,000,000
Excess Liability $1,000,000 $1,000,000
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa.
*Property Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable.
The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best.
SC -2
In addition, the Contractor shall be required to comply with the following provisions with
respect to insurance coverage:
The entire amount of Contractor's liability insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self-insured retention.
3. If Contractor's liability insurance coverage is subject to any special exclusions or
limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims -made" insurance coverage, then the
Contractor must comply with the following requirements:
a. If the Contractor changes insurance carriers, or if Contractor's insurance
coverage is canceled, during the contract period or within two years after City's
acceptance of the work, Contractor agrees to immediately notify the City of such
event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period,
Contractor shall be required to obtain replacement insurance coverage to fulfill its
obligation hereunder.
C. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
O
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 deductiblecarself-insured- =
retention than the insurance which it replaces.
;i
5. The City reserves the right to waive any of the insurance requirements her$iA prQujded:''
The City also reserves the right to reject Contractor's insurance if no coml5 ance
with the requirements herein provided, and on that basis to either award the contact to
the next low bidder, or declare a default and pursue any and all remedies available to
the City.
SC -3
6. In the event that any of the policies of insurance or insurance coverage identified on
Contractor's Certificate of Insurance are canceled or modified, or in the event that
Contractor incurs liability losses, either due to activities under this Contract, or due to
other activities not under this Contract but covered by the same insurance, and such
losses reduce the aggregate limits of Contractor's liability insurance below the limits
required hereunder, then in that event the City may in its discretion either suspend
Contractor's operations or activities under this Contract, or terminate this Contract, and
withhold payment for work performed on the Contract.
7. In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
suspend Contractor's operations or activities under this Contract, or terminate this
Contract, and withhold payment for work performed on the Contract.
C. HOLD HARMLESS
The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees, and agents from any and all liability, loss, cost, damage, and
expense (including reasonable attorney's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upon or alleging
bodily injury, including death, or property damage rising out of or resulting from the
Contractor's operations under this Contract, whether such operations be by himself or
herself or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of
Iowa City, Iowa.
S-4 SUPERVISION AND SUPERINTENDENCE.
Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS:
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per
day, seven days per week to respond to emergencies which may occur after hours.
CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this
individual.
S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS:
Bidders shall list those persons, firms, companies or other parties to whom it
proposes/intends to enter into a subcontract regarding this project as required for approval
by the City and as noted on the Form of Proposal and the Agreement.
If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish
documentation of all efforts to recruit MBE's.
0
O
Y
W
SC -4
S-6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS:
The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910
(General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The
Contractor and all subcontractors are solely responsible for compliance with said regulations.
The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals
or materials that will be at the job site. The Material Safety Data Sheets will be submitted to
the Project Engineering prior to the start of construction and supplemented as necessary
throughout the project. This data is being provided for informational purposes only and does
not relieve the contractor of any obligations for compliance with applicable OSHA and State
laws regarding hazardous chemicals and right -to -know.
S-7 EMPLOYMENT PRACTICES.
Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or
mental condition is such that his/her employment will endanger the health and safety of them-
selves or others employed on the project.
Contractor shall not commit any of the following employment practices and agrees to include the
following clauses in any subcontracts:
To discriminate against any individual in terms, conditions, or privileges of employment
because of sex, race, color, religion, national origin, sexual orientation, gender identity,
marital status, age or disability unless such disability is related to job performance of such
person or employee.
To discharge from employment or refuse to hire any individual because of sex, race, color,
religion, national origin, sexual orientation, gender identity, marital status, age, or disability
unless such disability is related to job performance of such person or employee.
S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS).
For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's
Contract Compliance Program, which is included with these Specifications beginning on page CC -1.
S-9 MEASUREMENT AND PAYMENT.
Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines
all pay items and methods of measurement. The provisions of this section wily. supersede
applicable sections in the [DOT STANDARD SPECIFICATIONS. ;1,
S-10 TAXES.
Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of
Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to
project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of
taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The
City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa.
Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement
from the State. Tax statements submitted after the project has been accepted by the City Council
will not be accepted or reimbursed.
SC -5
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.
SC -6
0
w
SC -6
I�zl DIG
It[I1► i i I
SUMMARY OF THE WORK
PART1-GENERAL
General description, not all inclusive.
A. Base Bid Work:
1. Furnish and install 12 inch ductile iron pipe water main.
2. Furnish and install 12 -inch ductile iron gate valve.
3. Furnish and install new fire hydrant assemblies.
4. Extend and connect existing water service.
02/05
sh.d\e.gmne p..s-ii\0 10 10
01010-1
D
-
c.a
SECTION 01025
MEASUREMENT AND PAYMENT
PART1-GENERAL
1.01 SUMMARY.
A. Procedures and submittal requirements for schedule of values, applications for payment,
and unit prices.
1.02 STANDARD OFMEASUREMENTS.
A. Work completed under the contract shall be measured by the Engineer. Payment will be
based on the actual quantity of work performed according to the various classes of work
specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity
to be present during measurement.
1.03 SCOPE OF PAYMENT.•
A. The Contractor shall accept the compensation as herein provided as full payment for
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 will be
made.
PART2-PRODUCTS T
2.01 NONE
PART 3 - EXECUTION
0
I
3.01 PROCEDURE. w
A. Payment under this contract shall occur no more than once per month for work completed
by the Contractor. Payment is based on an estimate of the total amount and value of work
completed minus 5% retainage. It is not the City's policy to pay for materials and
equipment stored or furnishings fabricated off site.
The 5% retainage will be released 31 days after the project is accepted by the City Council,
provided no claims against the project have been filed within 30 days of project acceptance.
Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of
claims.
01025-1
3.02 BID ITEMS.
�61:l11 :3 L\/
The following subsections describe the measurement of and payment for the work to be
done under the items listed in the FORM OF PROPOSAL.
Each unit or lump sum price stated shall constitute full payment as herein specified for each
item of work completed in accordance with the drawings and specifications, including
clean up.
It is the Contractor's responsibility to identify the locations of public and private utilities.
No additional compensation will be made for any interference or delay caused by the
placement and/or relocation of said utilities. No additional compensation will be made for
repair costs to fix damage caused by the Contractor or his/her Subcontractors.
Work associated with existing items on private and/or public property that are to be
protected, removed, relocated, replaced, reinstalled or modified is considered incidental
unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or
unsuitable for relocation or reinstallation will be replaced with like item and painted, if
necessary, at the Contractor's expense.
All trees and shrubs shall remain and be protected from damage unless 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 incl&Q 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.51ypply, - "
placement and compaction of specified backfill. j
The prices for those items which involve surface removal adjacent to buildings ox -vaults
shall include compensation to protect exposed surfaces from water which:i ay leak -or seep
into vaults and/or basements. W
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.
The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent
driveways, streets, sidewalks and private property, when mud and debris is deposited there
as a result of any construction activity. The cost of clean up shall be incidental.
01025-2
B. BID ITEM DESCRIPTIONS
1. 12 -inch Diameter Ductile Iron Pipe Water Main (LF)
The unit prices for construction of water mains will be paid based on the number of
linear feet installed. Length will be measured for each size and type along the pipe
centerline with no deductions for fittings.
The unit prices for construction of water services will be paid based on the number of
each size and type installed.
The following items shall be considered incidental unless they are 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.
C. Furnishing and installing tapping sleeves, corporation cocks, tapping services,
curb shut-off valves and boxes, couplings for connections to existing water
services, and removal of abandoned service valve boxes.
d. All trench, mole, exploratory, and hand excavation.
e. Supply, placement and compaction of specified pipe bedding material and
standard or select material within the pipe envelope.
f. Supply, placement and compaction of standard backfill and granular backfill
material.
g. Dewatering trenches including furnishing pumps, piping, well points, etc., as
required.
h. Temporary plugs or connections, to provide full pressure water service as
necessary.
i. Frost excavation, frost ripping, frost blankets, or other activities associated
with cold weather. !
j. Testing and disinfection of water mains and water services as required. "
k. Dechlorination of flushed water entering storm sewer system.
1. Temporary support of existing utility mains and service lines. - o
I --
W
M. Repair or replacement of utility services damaged by Contractor.
n. Protection of existing valves so they are fully operational and accessible during
construction.
01025-3
2. 12 -inch Diameter Ductile Iron Gate Valve (EA)
The unit prices for these items will be paid based on the number of each size and type
installed and includes excavation, furnishing and installing specified valves, hydrants,
fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid and backfill.
Separate prices are used for hydrants with or without auxiliary valve. The cost for
auxiliary valve shall be included in the price for the hydrant.
3. Fire Hydrant Assemblies (EA)
The unit prices for these items will be paid based on the number of each size and type
installed and includes excavation, furnishing and installing specified valves, hydrants,
fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid and backfill.
Separate prices are used for hydrants with or without auxiliary valve. The cost for
auxiliary valve shall be included in the price for the hydrant.
4. Extend and Connect Existing Service (EA)
The unit price for this item will be paid based on the number of water service lines
adjusted which are in conflict with proposed sewers or retaining walls and includes
exploratory excavation, fittings, hardware, copper pipe, insulation, backfill, and
compaction. Iowa City Water Division will perform the tap.
5. Seed, Fertilize, and Mulch (AC)
The unit price for this item will be paid based on the number of acres seeded,
fertilized, and mulched and includes preparation of seed bed, supply and application
of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one-year
guarantee. No distinction in unit price shall be made for various seed mixtures
specified.
Only disturbed areas not replaced with pavement and sod shall be see'- ed -unless noted
on the plans or directed by the Engineer.
6. Mobilization (LS) 1
Mobilization shall consist of preparatory work and operations for all itejf}s;und"en
the contract, including, but not limited to, those necessary for the mo In
of—
personnel, equipment, supplies and incidentals to the project site; bonds and `D
insurance; and for the establishment of all offices, buildings and other facilities;
which must be performed or cost incurred prior to beginning work on the various
items on the project site. This item shall include demobilization costs.
02/05
shared\engineedspecs-R\01025.doc
Partial payments shall be made as per Section 2533 of the Iowa Department of
Transportation Standard Specifications for Highway and Bridge Construction, as
specified. Final payment will be made upon completion of all work on the project
required by the contract, full payment will be made for this contract item, including
any amount not paid as a partial payment.
01025-4
SECTION 01310
PROGRESS AND SCHEDULES
PART1-GENERAL
1.01 SUMMARY.
A. Prepare, submit and update as necessary a schedule of the work.
B. Time is of the essence. Minimizing inconvenience, disruption and duration of
disruption to residences and businesses is a high priority. Scheduling of work shall be
planned with this in mind.
1.02 SUBMITTALS:
A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of
the proposed work with the controlling operation identified. The schedule shall include
proposed dates and durations of street closings. Work may not begin until the schedule is
approved by the Engineer.
B. The Contractor shall submit updated construction schedules at two week intervals
throughout the project.
PART 2 -PRODUCTS
None.
O
S n
Tl
PART 3 - EXECUTION
C_
-
3.01 MEETINGS PRIOR TO CONSTRUCTION.
, <
71
A. A Pre -Construction meeting will be held prior to beginning work.
D
—
3.02 PROGRESS OF WORK
W
A. Work will be limited to 40 working days. Saturdays will not be counted as working days.
The specified start date is Mayl, 2005. Liquidated damages of $150.00 per day will be
charged on work beyond 40working days.
B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval
of the Engineer, with the exception of saw cutting freshly poured concrete.
C. Work will proceed in a well organized and continuous manner to minimize the disruption
to the general public (both pedestrian and vehicular) and the local businesses and residents.
Access to businesses and residences shall be maintained at all times.
D. Construction will proceed in phases. The particular phasing sequence is outlined in the
project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -
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.
F. The Contractor will become an active partner with the City in communicating with and
providing information to concerned residents and businesses.
G. Work will be staged to minimize the length of time parking spaces and parking revenue are
lost.
3.03 COORDINATION WITH UTILITIES.
A. It is possible there may be utility conflicts. It is the contractors responsibility to coordinate
with the utility companies.
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. It is
anticipated that a street closure will be necessary.
02/05
shmdkngineePspecs iA01310.dw
Cl)
01310-2
SECTION 01570
TRAFFIC CONTROL AND CONSTRUCTION FACILITIES
PART1-GENERAL
1.01 SUMMARY.-
A. Furnish, install and maintain traffic control and construction facilities required for the
work. Remove when work is completed.
L02 REFERENCES:
A. IDOT Standard Specifications.
B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform
Traffic Control Devices for Streets and Highways," 2000 Edition, as revised.
C. Traffic Control Notes on project plans.
1.03 SUBMITTALS. - rn
A. Submit a traffic control plan for all activities requiring traffic control not specif-cally_. ,
addressed by the project plans.
PART2-PRODUCTS
w
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. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the [DOT Standard Specifications:
Division 11. General Requirements and Covenants.
Section 1107.09. Barricades and Warning Signs.
01570-1
Division 25. Miscellaneous Construction.
Section 2528. Traffic Control.
3.02 NO PARKING SIGNS:
A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead
of scheduled work. The Contractor is responsible for installation and maintenance of the
signs 48 hours in advance of when the vehicles must be removed.
3.03 MAINTENANCE OF FACILITIES:
A. The Contractor shall monitor the condition of traffic control and construction facilities at
all times, including non -work hours. Repair, replace and maintain as necessary.
B. Pedestrian access to homes and businesses shall he 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.
02/05
shamad\enginm\specsdRW 1570.dm
01570-2
SECTION 02660
WATER DISTRIBUTION
PART 1 -GENERAL
1.01 SUMMARY.
A. Furnish, install and test water distribution system as indicated and specified.
1.02 REFERENCES.
A. This specification references the following documents. In their latest edition, the referenced
documents form a part of this specification to the extent specified herein. In case of
conflict, the requirements of this specification shall prevail. One copy of all references
marked with a *** shall be kept on the site, readily available and accessible to the Engineer
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 Water Division r
= r-
1. Reference Manual
C. American National Standards Institute and American Water Works Combined.Stand_Ards: - -,
CD
1. ANSI/AWWA-C104/A21.4: Cement -Mortar Lining for Ducti:Iron PiQe and
Fittings for Water w
2. ANSI/AWWA-C105/A21.5: Polyethylene Encasement for Ductile -Iron Pipe
Systems
3. ANSUAWWA-C110/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through
48 -inch, for Water and Other Liquids
4. ANSUAWWA-CI I I/A21.11: Rubber -Gasket Joints for Ductile -Iron Pressure Pipe
and Fittings
5. ANSUAWWA-CI50/A21.50: Thickness Design of Ductile -Iron Pipe
6. ANSUAWWA-CI51/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or
Other Liquids
7. ANSUAWWA-C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -
inch, and 54 -inch through 64 -inch for Water Service
8. ANSUAWWA C502: Dry -Barrel Fire Hydrants
9. ANSUAWWA C504: Rubber -Seated Butterfly Valves
10. AWWA C509: Resilient -Seated Gate Valves for Water Supply Service.
02660-1
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. ANSI/AWWA C600***: Installation of Ductile -Iron Water Mains and Their
Appurtenances
15. ANSI/AWWA C65I***:Disinfecting Water Mains
16. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 12 -
inch for Water Distribution
D. American Water Works Association:
I. AWWA Manual M23***: PVC Pipe -Design and Installation
2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire
Hydrants _
0 1-4
E. American Society for Testing Materials:
1. ASTM D2241
F. Manufacturers Standardization Society: -
1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture ca
2. MSS -SP -69 Pipe Hangers and Supports Selection and Application
G. Uni-Bell PVC Pipe Association:
I. UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride
(PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA
Standard C-900 or C-905.
1.03 SUBMITTALS.
A. Submit to the Engineer the following drawings or details for approval prior to installation.
One copy of each with the approval stamp shall be kept at the work site at all times.
B. Shop and Working Drawings:
1. Pipe layout with valves, fittings and hydrants shown
2. Valves
3. Hydrants
4. Fittings
5. Bolts
02660-2
6. Joints
7. Tapping sleeves, couplings, and special piping materials.
8. Polyethylene
9. Thrust block designs and details
10. Special backfill
C. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard
for all piping materials.
D. Manufacturer's Literature:
Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners
and other accessories.
2. Brochures and technical data and coatings and linings and proposed method of
application.
E. 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.
1.04 QUALITYASSURANCE.
A. Engineer reserves the right to inspect and test by independent service at manufacturer's
plant or elsewhere at Engineer's expense.
B. Contractor shall conduct visual inspection before installation. Fi
D ca
1.05 TIME.
A. Time is of the essence for water main construction work. 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.
For tapping service, provide 24 hours notice.
2. For notice to customers of disruption of water service, provide 48 hours notice.
3. For review, comments, and approval of plans of operation, provide 3 days notice.
4. For locations of underground facilities, provide 48 hours notice.
PART2-PRODUCTS
2.O1 All products used for this work shall be from the list of "Accepted Products for Water Distribution
Materials" contained in the Iowa City Water Division Reference Manual and found in Appendix A.
If there is a discrepancy between the Iowa City Water Division Reference Manual and Appendix
02660-3
A, the Iowa City Water Division Reference Manual prevails.
2.01 DUCTILE-IRONPIPE:
A. Thickness design shall conform to ANSUAWWA C150/A21.50.
B. Manufacture shall conform to ANSUAWWA C151/A21.51.
C. Thickness for direct bury piping, unless otherwise indicated or specified, shall be class 52.
D. Thickness for pipe suspended from structures and bolted or restrained joint pipe, unless
otherwise indicated or specified, shall be class 53.
E. Cement mortar lining shall conform to ANSUAWWA C104/A21.4.
2.03 DUCTILE-IRONPIPEJOINTS.,
A. Single rubber -gasket push -on joints or mechanical joints conforming to ANSUAWWA
Cl 11/A21.11. Furnish with all necessary hardware and gaskets.
B. Bell -and -spigot pipe joints conforming to ANSI A21.6 or ANSI A21.8.
C. For bolted/restrained mechanical joint, use Griffin Bolt -Lok restrained joint or approved
equal.
D. For unbolted/restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved
equal.
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.
- o
2.04 POLYVINYL CHLORIDE PIPE. 1' —
w
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. PVC pipe materials
are only allowed in sizes 6 to 10 inch diameter.
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.
2.05 FIITINGS:
A. All fittings shall conform to ANSUAWWA C110/A21.10, with pressure rating of Class
250.
B. Mechanical joint fittings shall be ductile iron compact ANSUAWWA C153/A21.53 or
0266011
ductile standard ANSUAWWA C110/A21.10. Large fittings, 12 -inch through 20 -inch shall
be ductile iron standard ANSUAWWA CI10/A21.10. Swivel tees shall be ductile iron
standard ANSUAWWA CIIO.A21.10. Where ductile iron is not available (i.e., offsets),
cast iron standard ANSUAWWA CI 10/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.
206 VALVES & VALVE BOXES.
A. Gate valves shall conform to ANSUAWWA C509.
1. Valves shall be full line size gate valves with epoxy coating inside and
outside and contain stainless steel nuts and bolts.
2. Valve bodies shall be ductile iron or cast iron. Working pressure of the
valve shall be at least 200 psi and gaskets rated at 250 psi.
3. Valves shall have a standard 2 -inch square operating nut and shall open left.
4. Valves shall be capable of being repacked or replacing o -rings under
pressure.
5. Valves are to be non -rising stem with the stem, nut and thrust collar made of
bonze.
B. Butterfly valves shall conform to ANSUAWWA C504, for buried service,
Class 150B.
1. Valve seat to be installed on disk or valve body.
2. Butterfly valves shall not be utilized in sizes smaller than unless so
noted on the plans.
3. Working pressure of the valve shall be at least 150 psi.
4. Valves shall be short body pattern with mechanical joint ends J
5. Shaft seals shall be o -ring type. �•�
6. Valve shall have manual operator with a 2" square operating nut for
operation of the valve and shall open left.
7. All interior and exterior cast iron, ductile iron or steel surfaces shall be
painted with an epoxy coating and contain stainless steel bolts and nuts.
C. Tapping Valves shall be as specified for resilient -seated gate valves with the
exception that one end shall be mechanical joint and the other end shall be flanged
02660-5
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 nuts and
bolts.
3. Valves shall be furnished with all joint accessories.
D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51" to 71". Use lids marked
"water".
2.07 HYDRANTS.
Specification standard: ANSI/AWWA Standard C502
Type of shutoff: Compression
Type of construction: Break flange or break bolt above the ground line and a
breakaway stem connection. All bolts to be stainless steel.
Main valve opening: 4'/2 inches for 12" water main and under 5'/4 inches for 16"
water main and above
Nozzle arrangement 3 nozzle, two 2'/2 -inch hose nozzles and one 4%2 -inch
and size pumper nozzle, with caps attached with chains
Nozzle thread: National Standard Hose Threads
Type of inlet connection:
Size of inlet connection:
Depth of bury:
Direction of opening:
Packing:
Size and shape of
operating nut:
Working pressure:
Color:
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
Safety Red
02660-6
C
Y
2.08 SPECIAL FITTINGS.
A. Special pipe fittings must be approved by the Engineer.
B. Special fittings must be the same diameter, thickness and pressure class as standard
fittings.
C. Special fittings may be manufactured to meet requirements of same specifications as
standard fittings except for laying length and types of end connection.
D. Full Body Tapping Sleeves:
1. Shall be mechanical joint, split construction with end gaskets, 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 furnished complete with all accessories.
4. Shall be compatible with Mueller, Clow, Kennedy, or U.S. Pipe
F. Stainless Steel Repair Clamps:
1. All stainless steel, single section, double section, or triple section, depending
upon size of main.
2. Shall have stainless steel bolts and nuts.
2.09 GASKETS, BOLTS, AND NUTS.
A. Mechanical joints made with:
1. Bolts: 3/4 inch NSS Cor -BLUE.
y --
2. Stainless steel bolt studs with nut on each end.
B. All thread rod used to restrain fittings shall be stainless steel and 3/4" diameter.
02660-7
2.10 LOCATION WIRE:
A. Location wire shall be #12 solid copper, THHN insulation in yellow or orange color.
2.11 LUMBER:
A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). Do not use creosoted
lumber in contact with piping materials.
2.12 WATER:
A. Reasonable amounts of water will be provided for use in the final operations of water main
flushing, disinfection 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 3 - EXECUTION
3.01 REFERENCESAND DOCUMENTS.
A. Contractor must have all required documents on the site before commencing with the work.
B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with
ANSUAWWA C600 except as noted herein.
C. PVC pipe must be furnished and installed in accordance with AWWA M23 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 construetion features.
Examples of special buried features would be:
Offsets in alignment.
i
J
2. Changes in depth, depth greater than 8 feet or less than 5 feet.
3. Special fittings or construction materials.
3.02 RECEIVING, STORAGE AND HANDLING:
A. The Engineer may mark materials which are found on the job site and which are
determined to be defective or not approved. The marking may be done with spray paint.
The Contractor shall promptly remove defective or unapproved materials from the site.
B. While unloading PVC piping materials:
1. Do not allow the pipe units to strike anything.
2. Do not handle pipe units with individual chains or single cables, even if padded.
3. Do not attach cables to pipe unit frames or banding for lifting.
02660-8
1
._J
C. Within the "Storage" language of AWWA M23, change "should" to "shall."
D. Within the "Handling" language of AW WA M23, change "should" to "shall."
3.03 LOCATION, ALIGNMENT, SEPARATION & GRADE.
A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown
on the plans or as directed by the Engineer.
B. Contractor shall have all buried utilities located by the 1 -800 -ONE -CALL service and shall
do exploratory excavation as necessary to determine specific conflicts between existing
utilities and new water main. No extra compensation will be allowed for the exploratory
excavations.
C. Water main shall be installed a minimum depth of cover of 5% feet. The maximum depth
shall not exceed 7 feet without the approval of the Engineer.
D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to
provide a separation of at least 18 inches between the bottom of the water main and the top
of the sewer. Where local conditions prevent this vertical separation, the water main shall
not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any
circumstances. Additionally, one full length of water pipe crossing the sewer shall be
centered at the point of crossing so that the water pipe joints will be equal distance as far as
possible from 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 be
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 affached -
with duct tape every 5 feet. -
2. The insulation shall be protected to prevent accidental groundtg. Make
4rfew
splices and splice the wire together using a Twister DB Plus Wire
Connector.
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 and mark the drawings appropriately.
02660-9
J
3.04 PIPE BEDDING AND BACKFILLING:
A. Ductile -iron pipe bedding shall conform to the project plan details or as otherwise specified
or directed by the Engineer.
B. PVC pipe bedding shall conform to UNI -B-3-88 laying condition Type 2 including hand
excavation for the bell holes. The bedding shall be loose, natural, fine soil which is
compacted by stomping 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.
3.05 PIPERESTRAINT.
A. Thrust Restraint:
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 lumber 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.
C. Dead Ends
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.
3.06 JOINTSAND COUPLINGS: A. Push -on Joints: v
I. 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.
02660-10
B. Mechanical Joints:
1. The range of torque for tightening bolts which is indicated in ANSUAW 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 10 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 thejoint.
4. Do not deflect pipe at joint.
C. Sleeve -Type Coupling:
Clean pipe ends for distance of 12 inches.
Use soapy water as gasket lubricant.
Carefully mark and place the sleeve coupling in the center of the joint.
3.07 TAPPED CONNECTIONS UNDER PRESSURE.
A. Follow manufacturer's installation instructions.
B. Tapping mains for new connections 4 -inch to 8 -inch in diameter and larger may be done by
the Water Division or by a subcontractor at Contractor's cost. If by Contractor or a
subcontractor, the City must approve the personnel, materials, and method in advance of
the work. Water Division staff must be on site at the time of the tap.
C. A new and site specific tapping application must be prepared for each tap regardless of
size, and submitted to the Water Division. The tapping application must be completed and
include location, name, and address of water customer, schematic drawing, and materials of
construction.
3.08 POLYETHYLENE ENCASEMENT.•
A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil
polyethylene encasement in accordance with ANSUAWWA C205/A21.5 installation
methods. This includes any ductile iron laid in cul-de-sacs or otter small radius areas where
PVC main could not be used.
3.09 HYDRANT INSTALLATION.• '
A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they
are installed. Protect stored hydrants from dirt, water, ice, animals and vandals.- _
B. Before installation, clean piping and elbow of any foreign matter. y ��
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.
02660-11
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
hardwood lumber to resist thrust at the pipe connection.
The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch
crushed rock to allow water to release from the hydrant drain.
G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly
compacted to provide good lateral support for the hydrant. This is essential to the
performance of the break -off flange.
3.10 WATER MAIN OPERATIONS.
A. All work which involves operating the active public water distribution system will require
the notice, consent, approval and assistance of the Water Division.
B. An accurate and legible copy of the "as -built" drawings must be on file in the Water
Division office prior to using the water supply.
C. Contractor shall submit a plan for initial operations and a plan for final operations to the
Water Division for approval. The plans shall include a drawing and typed list of actions
which show all the significant steps necessary to connect to the existing water distribution
system or conduct the filling, flushing and testing operations. The purpose of both plans is
to minimize the impact of service interruptions and pressure and flow variations on the
water distribution system and existing customers. _
3.11 DISINFECTION FOR POTABLE WATER SYSTEMS. ,
A. General -?
i
I. 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 instrugtionss,
listed in ANSI/AWWA C651 and the following specifications. y
B. Special Disinfection Requirements
Exercise cleanliness during construction. Protect pipe interiors, fittings and valves
against contamination.
2. Water main 16 -inch and larger in diameter must be swabbed with a soft pig prior to
flushing if flow in the system is not adequate to maintain scouring velocity (2 fps)
during flushing.
3. 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.
02660-12
4. The chlorinated water shall be retained in the main at least 24 hours, during which
time all valves and hydrants in the section treated shall be operated in order to
disinfect the appurtenances. At the end of this 24 hour period, the treated water
shall contain no less than 25 mg/L chlorine throughout the length of main.
5. After the retention period, flush the heavily chlorinated water from the main until
the chlorine concentration in the water leaving the main is no higher than 3 mg/L
and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in
the main through an opening not less than '/4 of the main diameter. For 6 -inch
through 12 -inch water mains, a single 2'h -inch fire hydrant opening is adequate.
Water entering storm sewer system shall be dechlorinated by a method approved
by the Engineer to prevent downstream environmental damage (i.e. fish kills).
Collect a bacterial sample from the end of each line or 800-1,000 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.
C. Tablet Method of Chlorine Application
Use ANSVAWWA C651, however slowly fill the main (less than 1 cubic foot per
second) with system water, pushing out as much air as possible. Do not wash out
the tablets.
D. Continuous Feed Method of Chlorine Application
Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet
per second in the main through an opening not less than not less than '/4 of the main
diameter. For 6 -inch through 12 -inch water mains, a single 2'/z -inch fire hydrant
opening is adequate.
2. Add the water and chlorine solution with the required concentration to fill the main
completely.
3.12 TESTING.
A. Filling the water main:
1. Fill the newly constructed water main system slowly using treated publicEwater.�
under low pressure and low flow. The objective is to displace air with water -while
avoiding damage to new construction, customer services, and adjoining pr'overry
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.
02660-13
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. Then, each water service connection shall be tested at a sill cock and
observed by the Contractor to verify adequate pressure and flow.
B. Pressure and Leakage Tests:
1. Conduct combined pressure and leakage test in accordance with ANSUAWWA
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 first raising water pressure at the lowest point
of section being tested to 150 psi internal pressure.
6. Failure to achieve and maintain the specified pressure for 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 apd repairs until
water main passes the test. -- _
C. Valve Operations:
1. All valves shall be located and tested to verify operation. Remove the valve box
lid, insert the valve key and open and close each valve. Count the turns :and jeoord-.i
the results.
y —
cn
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.
02660-14
3. After hydrant has been flushed, close it and check for drainage. This is done by
placing the hand over the nozzle opening and checking for a vacuum. Then check
the hose thread for proper fit.
4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks.
E. Flow Test:
1. Flow tests shall be conducted to verify all components of the water system 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 shall 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.
02660-15
-
I I
�
C7
D
--
u
02660-15
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 pipe
WATER PIPE: ( PVC) (Class 150) — C900
C900 thickness class DRI 8 (6" thru 10")
FITTINGS: (Ductile Iron Standard) ANSI/AWWA — A21.10/C110, 250 psi
(Ductile Iron Compact) AWWA C153, 350 psi
Clow, Tyler/Union, U.S. Pipe, or Griffin
TAPPING SLEEVES: (Full 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, or U.S. Pipe - T-9
TAPPING SLEEVES: (Stainless Steel)
Smith Blair - 662 or 663, Ford FAST, Mueller -1-1304, Romac SST, JCM-432
MECHANICAL JOINT RESTRAINT DEVICE: (Megalug with NSS Cor -Blue Nuts and
Bolts)
Ebaa Iron Sales Inc.
STAINLESS STEEL REPAIR CLAMPS:
Smith -Blair -261, Ford FS1, Romac SSI
VALVES: (Resilient Seated Gate Valves) ANSI/AWWA — C509
Clow F-6100, Kennedy 1571-X, Mueller Resilient Seat - A-2360-20, American FITV Control -
AFC -500, or U.S. Pipe Metro Seal 250 #5460
VALVES: (Butterfly) ANSI/AWWA C504, Class 150B
Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik
VALVES: (Tapping) J % �?
Clow — F - 6114, Mueller — T-2360-16, Kennedy 4950, U.S. Pipe Metro Seal 250 #6860, or—
American Flow Control -865 "'
VALVE BOXES:
Tyler — (Series 6855 & Item 666A, Range 51" to 71")
East Jordan Series 8555 & Item 666A — Range 51" to 71"
02660-16
HYDRANTS (4!/2" for 12" and under) (5'/d' for 16" and above) AWWA C502
Clow F-2545 Medallion, Kennedy Guardian K-81, Mueller Super Centurion 250, American
Darling - MK 73 for 4 1/2" & B84 -B for 5 1/4"
SLEEVE TYPE COUPLING:
Standard solid black sleeve — Tyler/Union 5-1442, Griffin
Bolted Straight Coupling — Smith -Blair 441 or Romac Style 501
STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts):
Smith -Blair 261, Romac SSI or Ford FSI
TRACER WIRE TERMINAL BOX (DAYLIGHT BOX):
U.S. Filter WaterPro or Utility Equipment - Valvco —95E —2 %2s' 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 or orange
02/05
shared\cnbincer\specs-ii\021650, doc
02660-17
1 I
cn
I
SECTION 02900
LANDSCAPING
PART1-GENERAL
1.01 SUMMARY.•
A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape
accessories and maintenance.
1.02 QUALITYASSURANCE:
A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester
with the following requirements:
Nomenclature: Scientific and common names shall be in conformity with U.S.D.A.
listings and those of established nursery supplies.
2. Standards: All trees must conform to the standards established by the American
Association of Nurserymen.
B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer
and/or City Forester, have not survived and grown in a satisfactory manner for a period of
one year after City Council acceptance of the project.
1.03 SUBMITTALS:
A. Certify that all plantings are free of disease and insect pests. Certificates 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.
1.04 DELIVERY, STORAGE AND HANDLING.
A. Protect all plantings in transit to site to prevent wind burning of foliage.
B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on
ground and protect with soil, wet peat moss or other acceptable materialrand 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.
D --
Uri
02900-1
l]
PART 2 -PRODUCTS
2.01 TREES AND SHR UBS:
A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root
systems and free of insect or mechanical damage.
B. All trees and shrubs, except those specified as container grown, shall be balled in burlap
with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80%
of all plantable containers shall be removed during planting.
C. All trees shall display the following form and branching habits:
1. Free of branches to a point at 50% of their height.
2. Contain a minimum of six (6) well placed branches, not including the leader.
D. Trees shall be measured when branches are in their normal position. Caliper measurement
shall be taken at a point on the trunk six inches (6") above ground.
E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders,
unless specified, will be rejected. Trees shall be freshly dug.
2.02 SEED:
Minimum
Proportion Lbs./ Lbs./
Mix by Weight Acre 1,000 sq.ft.
URBAN MIX*
Kentucky Blue Grass 70% 122.0 2.80
Perennial Rygrass (fine leaf variety) 10% 18.0 0�p
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 OJ - I -
BirdsfootTrefoil(Empire) 9% 4 0.x.9. =
Alsike Clover 9% 4 0. ui
*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
2.04 LIMEAND 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 ureaform.
PART 3 - EXECUTION
3.01 PLANTING TREESAND SHRUBS:
A. Planting Season and Completion Date:
Trees: Spring- March 30 through May 15
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; -i
container and sufficiently deep to allow for a minimum of 6 inches=of planting SC4
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 straighfJdnd 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
40
A
H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three
inches of hardwood mulch which has been approved by the City Forester.
3.02 PLANTING SOIL MIXTURE.
A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean
sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of
hard clods and rock over two inches in diameter.
3.03 SEED, FERTILIZE, AND MULCH:
A. Apply lime by mechanical means at rate of 3,000 pounds per acre.
B. Apply fertilizer at rate of 450 pounds per acre.
C. Seed Areas:
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 '/a -inch and compact by
means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of
width.
4. Hydro -seeding may be used upon approval of the Engineer.
D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until
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 1'/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 theone-
yearmaintenance period.
3.04 SOD:
A. Install sod not more than 48 hours after cutting. Stake all sod as necessali�- to prevent
erosion before establishment. : c,
B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. Ql
02900-4
f
F 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 2Y� 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.
02/05 G
shared\engineer\specs-ii\02900.doc ,
c5
02900-5
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
SOUTH GILBERT STREET IMPROVEMENTS—
WATER MAIN RELOCATION 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
South Gilbert Street Improvements — Water Main
Relocation Project in said city at 7:00 p.m. on the
15th day of February, 2005, said meeting to be
held in the Emma J. Harvat Hall in the Civic Cen-
ter, 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 Civic Center 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
5-05
i Y of 9
Prepared by: Ron Knoche, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 3565138
RESOLUTION NO. 05-84
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON-
TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE
SOUTH GILBERT STREET IMPROVEMENTS — WATER MAIN RELOCATION
PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY
EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR
BIDS, 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:
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 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. 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 Civic Center, until 10:30 a.m. on the 22nd day of March,
2005, or at a later date and/or time as determined by the Director of Public Works or
designee, with notice of said later date and/or time to be published as required by law.
Thereafter the bids will be opened by the City Engineer or his designee, and thereupon
referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next
meeting, to be held at the Emma J. Harvat Hall, Civic Center, Iowa City, Iowa, at 7:00 p.m.
on the 22nd day of March, 2005, or at a later date and/or time as determined by the
Director of Public Works or designee, with notice of said later date and/or time to be
published as required by law, or if said meeting is cancelled, at the next meeting of the
City Council thereafter as posted by the City Clerk.
Passed and approved this 15th day of February
r r .20
90.5 ,
MAYOR Pro tem
-// Approved by
ATTEST: &.",2'qC �,/ e,-")
CITY CLERK Cily Attorney'sffiice
Pweng/res/sthgilbmainrelocappp&s.doc 2105
Resolution No. 05-84
Page 2
It was moved by Champion and seconded by Vanderhoef the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x— Bailey
X Champion
x Elliott
X Lehman
X O'Donnell
x Vanderhoef
x— Wilburn
Printer's Fee $ 1-7-13
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID #42-0330670
I,
Linda Krotz, 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):
ad
�J
c T Legal Clerk
Subscribed and sworn to before me
this %Q kday of
AD 20_),.P_.
Notary Public
r4 ORLENE MAHER
,¢ F Comrnissbn
MY C =..%715 "
April ExW enp
... m z, zoos
OFFICIAL PUBLICATION
NOTICE OF PUBLIC HEARING ON
PLANS, SPECIFICATIONS, FORM OF
CONTRACT AND ESTIMATED COST
FOR THE
SOUTH GILBERT STREET IMPROVE-
MENTS -WATER MAIN RELOCATION
PROJECT IN THE CITY OF IOWA CITU,
TO ALL TAXPAYEIOWA
RS 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 esti-
mated cost for the con-struction of the
South Gilbert Street Improvements -
Water Main Relocation Project in said city
at 7:00 p.m. on the 15th day of February,
2005, said meeting to be held in the
Emma J. Harvat Hall in the Civic Cen-ter,
410 E. Washington Street in said city, or if
said meeting is cancelled, at the next
meeting of the City Council at
as
Posted by the City Clerk.
Said plans, specifications, form of con-
tract and estimated cost are now on file in
the office of the City Clerk in the Civic
Center 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 com-
ments concerning said plans, specifica-
tions, 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
57095 February 10, 2005
Printer's Fee $tea`
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS -CITIZEN
FED. ID #42-0330670
I,
Linda Krotz, being duly sworn, say
that I am the legal clerk of the IOWA
CITY PRESS -CITIZEN, a newspaper
published in said county, and that a
notice, a printed copy of which is
hereto attached, was published in
said paper I time(s), on the
following date(s): .
�n ru Ct rte
Legal Clerk
Subscribed and sworn to before me
this g3A-1day of -F-Q!,.-Q rb
A.D. 20 6.5
Notary Public
a ORLENE MAHER
Commissbn Numbsr TlS&t3
My Commisslan Expires
April 2, 200$
OFFICIAL PUBLICATION
ADVERTISEMENT FOR BIDS
SOUTH GILBERT STREET
IMPROVEMENTS- WATER MAIN
RELOCATION PROJECT
Sealed proposals will be received by the
City Clerk of the City of Iowa City, Iowa,
until 10:30 A.M. on the 22nd day of
March, 2005, or at a later date and/or
time as determined by the Director of
Public Works or designee, with notice of
said later date and/or time to be pub-
lished as required by law. Sealed propos-
als will be opened immedi-ate-ty there-
after by the City Engineer or designee.
Bids sub-mitted by fax machine shall not
be deemed a "sealed bid" for purposes of
this Project. Pro-posals 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 22nd day of March,
2005, or at such later time and place as
may be scheduled.
The Project will involve the following:
Installation of 900 lineal feet
of 12 -inch diameter ductile iron pipe
water main, two 22.5 degree bends, one
12 -inch diameter ductile iron gate valve,
two fire hydrant assemblies and one
extension and connection of an existing
water service.
All work is to be done in strict compli-
ance with the plans and specifica-tions
prepared by the Iowa City Engineers
Office, of Iowa City, Iowa, which have
hereto -fore been approved by the City
Council, and are on file for public examik
nation 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, sep-
arate from the one containing the pro-
posal, by a bid bond executed by a cor-
poration authorized to contract as a sure-
ty in the State of Iowa, in the sum of 10%
of the bid. The bid security shall be made
pay -able 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 provi-
sions of this notice and the other contract
docu-ments. Bid bonds of the lowest two
or more bidders may be retained for a
period of net to exceed fifteen (15) calen-
dar days following award of the contract,
or until rejec-tion is made. Other bid
bonds will be returned after the canvass
and tabula -tion 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-fired percent (100%) of the contract
price, said bond to be issued by a
respon-sible surety ap-proved by the City,
and shall guarantee the prompt payment
of all materials and labor, and also pro-
tect 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
mainte-nance of the improvement for a
period of five (5) year(s) from and after its
com-pletion and formal accep-tance by
the City Council.
The following limitations shall apply to
this Project:
Working Days: 40 days
Specified Start Date: May 1, 2005
Liquidated Damaqes: $150.00 per day
The plans, specifications and proposed
con -tract documents may be examined at
the office of the City Clerk. Copies of said
plans and specifi-cations and form of pro-
posal blanks may be secured at the City
of Iowa City Engineers Office, Iowa City,
Iowa, by bona fide bidders.
A $10.00 non-refundable fee is required
for eachset of plans and specifications
provided to bidders or other interested
persons. The fee shall be in the form of a
check, made payable to the City of Iowa
city.
Prospective bidders are advised that the
City of Iowa City desires to employ minor-
ity contrac-tors and subcontractors on
City projects. A listing of minority contrac-
tors can be ob-tained 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 of 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 subcontrac-
tors, together with quanti-ties, unit prices
and extended dollar amounts.
By virtue of statutory authority, pref-
erence must be given to products and
provi-sions 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 rec-
ipro-cal resident bidder preference law
applies to this Project.
The City reserves the right to reject any
or all proposals, and also reserves the
night to waive techni-califies and irregu-
larifies..
Published upon order of the City Council
of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
57119 February 23, 2005
op
SOUTH GILBERT STREET IMPROVEMENTS -
WATER MAIN RELOCATION PROJECT
Sealed proposals will be received by the City Clerk
of the City of Iowa City, Iowa, until 10:30 A.M. on
the 22nd day of March, 2005, or at a later date and/or
time as determined by the Director of Public Works or
designee, with notice of said later date and/or time to
be published as required by law. 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 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 22nd day of March, 2005, or at such later
time and place as may be scheduled.
The Project will involve the following:
Installation of 900 lineal feet of 12 -inch diameter
ductile iron pipe water main, two 22.5 degree
bends, one 12 -inch diameter ductile iron gate
valve, two fire hydrant assemblies and one
extension and connection of an existing water
service.
All work is to be done in strict compliance with the
plans and specifications prepared by the Iowa City
Engineers Office, 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 famished
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 fiunish 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
r
also guarantee the maintenance of the improvement for
a period of five (5) year(s) from and after its com-
pletion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Working Days: 40 days
Specified Start Date: May 1, 2005
Liquidated Damages: $150.00 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 City of Iowa
City Engineers Office, Iowa City, Iowa, by bona fide
bidders.
A $10.00 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 the 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, frons, 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 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 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 techni-
calities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5138
RESOLUTION NO. 05-123
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE SOUTH GILBERT STREET IMPROVEMENTS —
WATER MAIN RELOCATION PROJECT.
WHEREAS, Carter -Kirkpatrick Services, Inc. of North Liberty, Iowa, has submitted the lowest
responsible bid of $38,430.00 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
The contract for the construction of the above-named project is hereby awarded to Carter -
Kirkpatrick Services, 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.
Passed and approved this 22nd day of March _,2005
EMEN M."moop000ina
ATTEST: �? 171 -/
CIT LERK
It was moved by Bailey and seconded
adopted, and upon roll call there were:
AYES: NAYS:
X
X
X
X
X
X
pwengVeslsgilbert main relocate.doc
9199
Aa�6
ed b
3-2
z -p3-3-
City Attorney's Office
by Wi 1 burn the Resolution be
ABSENT:
Bailey
Champion
Elliott
Lehman
O'Donnell
Vanderhoef
Wilburn
j5.
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and Carter - Kirkpatrick Services, Inc. ("Contractor").
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated the 7th day of February, 2005, for the South Gilbert Street Improvements _ Water Main
Relocation 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;
d. Specifications and Supplementary Conditions;
e. Advertisement for Bids;
f. Note to Bidders;
g. Performance and Payment Bond;
h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects;
L Contract Compliance Program (Anti -Discrimination Requirements);
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.
AGA
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):
Sl 6C-K,AArJ FRor3ro:-j CoN7rte"
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this day of fi PR t L , 2p 057.
CitV Contractor
By
ATTEST:
Mayor
City Clerk
AG -1
(Title) %IfcF Q2s5+o r.✓T
ATTEST: /0 /—
(Title) P.? ss, /D r,
(Company Official)
Approved By:
City Attorney's Office
FORM OF,PROPOSAL
SOUTH GILBERT STREET IMPROVEMENTS -
WATER MAIN RELOCATION 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 bb¢✓ic[S, iN�r
Address of Bidder Po Sax /79 n1a1Z7H l.. 16 fAT`!, -'tA 5 23 17
TO: City Cleric
City of Iowa City
Civic Center
410 E. Washington St.
Iowa City, IA 52240
The undersigned bidder submits herewith bid security in the amount of
$ , in accordance with the terms set forth in the "Project Specifications."
The undersigned bidder, having examined and, determined the scope of the Contract
Documents, hereby proposes to provide the required -labor, services, materials and equipment
and to perform 'the ,Project as described in the Contract Documents, including Addenda
and and to do all workat the prices setforth:herein.
We further propose to do all "Extra Work" which,may-be requiredaio complete the work , `
contemplated, at unit prices or lump sums to be agreed upon In writing pnor togstarting such work. `
ITEM
t
'':DESCRIPTION ` .. ^-
`^ UNIT
ESTIMATEDEXTENDED
QUANTITY
fxYNITPRICE `
'-
AMOUNT'
1
12 -inch Diameter Ductile Iron Pipe Water Main
LF
900.000
$ ^c _
$ o_e
a
3Q
30 Goo
2
12 -inch Diameter Gate Valve '
"' EA'
1.000
$
•. ,,•. -
_'
-
'ICO'— -
/.SraOf=.
3
12 -inch Diameter 22.5 Degree MJ Bend
EA
2.000.
$oo
$
._
2 76
SSo ee
4
Fire Hydrant Assembly
EA
2.000
$ oe
$ �o
. ,, .I
1
2f4o `
9280
5
Extend and Connect Existing Service
EA
1.000
$ d
$ G
6
Seed, Fertilize and Mulch
AC ,
0.600', ;
$ •_ '„
$ ee
..4aa
moo --
y
7
Mobilization x
LS
1.000,
$ e6,
$ e
•
700 r
%GD .�
' 'TOTAL
$ -
,� 4.. ... EXTENDED
oe
'm.. b_,>t.s ." °.•" _ AMOUNT-3S�I3�•_-.
' The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract
Documents and agrees that, in the event of any discrepancies or differences between any
conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the
more specific shall prevail.
Finn: G�AQT�ZR-- KKIRKPATRICK SiaVICFS , /N(.
Signature: �if l "
Printed Name:
tr
Title:
Address: Po /3 o x 17o
Ny tTa 1-0ierYT-,ti 52-317
Phone: 315 `G G S' S]- YD
Contact: JoHn/ SNYOf2
C r 1 > 1
FP 2 .
o-�i
�rD' 4e 3
Prepared by: Ron Knoche, City Engineer 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138
RESOLUTION NO. 05-197
RESOLUTION ACCEPTING THE WORK FOR THE SOUTH GILBERT STREET
IMPROVEMENTS –WATER MAIN RELOCATION PROJECT
WHEREAS, the Engineering Division has recommended that the work for construction of the
South Gilbert Street Improvements – Water Main Relocation, as included in a contract between
the City of Iowa City and Carter -Kirkpatrick Services, Inc. of North Liberty, Iowa, dated March 22,
2005, be accepted; and
WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the
City Clerk's office; and
WHEREAS, the final contract price is $39,291.00.
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 L_e) , 20 05
Q�
n
MAYOR Pjr :-`stA
Approved by
ATTEST:
CIT CLERK
It was moved by Bailey and seconded by
adopted, and upon roll call there were:
AYES:
M
X
X
X
X
—X—
pweng\res\acptwork-sgilbertwatermain.doc
NAYS:
City Attorneys Office
Vanderhoef the Resolution be
ABSENT:
Bailey
Champion
Elliott
X Lehman
O'Donnell
Vanderhoef
Wilburn